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

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svg

DOD Awarded Contracts

Defense Logistics Agency

Graybar Electric Company Inc., St. Louis, Mo., has been awarded a maximum $341,233,221 modification (P00033) exercising the eighth option year for maintenance, repair, and operations prime vendor contract (SPM500-04-D-BP11) for South Central Zone 1 Region.  The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Missouri, with a July 28, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian

Defense_Logistics_Agencyagencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

SupplyCore Inc.*, Rockford, Ill., has been awarded a maximum $209,238,846 modification (P00028) exercising the eighth option year for maintenance, repair and operations supplies contract (SPM500-04-D-BP10) for North Central Region.  The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois, with a July 28, 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.

Science Applications International Corp., Fairfield, N.J., has been awarded a maximum $145,854,089 modification (P00028) exercising the eighth option year for maintenance, repair and operations prime vendor contract (SPM500-04-D-BP12) for South Central Zone 2 Region.  The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey, with a July 28, 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.

URS Federal Services Inc., Germantown, Md., has been awarded a maximum $19,550,631 modification (P00012) exercising the second option year of a one year base contract (SP3300-11-C-0012) with four one-year option periods for hazardous materials management services.  The contract is a cost-plus-incentive-fee contract with cost-reimbursement and firm-fixed-price line items.  Locations of performance are Maryland, Florida, North Carolina, and California, with a July 27, 2016 performance completion date.  Using service is Defense Logistics Agency Aviation.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa.

Army

Walsh Construction Company II LLC, Chicago, Ill., was awarded a firm-fixed-price, option-filled contract with a maximum value of $158,937,000 for the construction of a new cadet barracks at the U.S. Military Academy in West Point, N.Y.  Fiscal 2013 military construction funds in the amount of $72,000,000 are being obligated on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0032).

Department of the ArmyCarter Enterprises, Brooklyn, N.Y., was awarded a firm-fixed-price, multi-year contract with a maximum value of $58,111,772 for the procurement of soldier plate carrier systems and related items and services.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with eight bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0016).

B & K Construction Company LLC, Mandeville, La., was awarded a firm-fixed-price, option-filled contract with a maximum value of $52,001,667 for the construction services in support of the Southeast Louisiana Urban Drainage Project.  Work will be performed in New Orleans, La.  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 Orleans, La., is the contracting activity (W912P8-13-C-0037).

Dutra Dredging Co., San Rafael, Calif., was awarded a firm-fixed-price contract with a maximum value of $25,254,400 for services in support of the Beach Erosion Control Project.  Work will be performed in Monmouth, N.J.  Fiscal 2013 procurement funds are being obligated on this award.  Fifteen bids were solicited, with three bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0039).

ICx Technologies Inc., doing business as Agentase Inc., Elkridge, Md., was awarded a $21,768,549 modification (P00081) to a previously awarded firm-fixed-price, option-filled contract (W911SR-08-C-0075) for services in support of the Joint Program Manager for Nuclear, Biological and Chemical Contamination Avoidance program.  The cumulative total face value of this contract is $68,719,884.  Fiscal 2013 research, development, testing and engineering funds in the amount of $3,852,828 are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

Raytheon Co., Huntsville, Ala., was awarded a $16,676,423 modification (P00004) to a previously awarded cost-plus-fixed-fee, option-filled, multi-year contract (W91P4Q-12-C-0238) for the depot-level diagnostics and repair of the Patriot missile system.  The cumulative total face value of this contract is $31,127,859.  Work will be performed in Fort Sill, Okla.; El Paso, Texas; Fort Bragg, N.C.; and Fort Hood, Texas.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0238).

Weeks Marine Inc., Covington, La., was awarded a firm-fixed-price, option-filled contract with a maximum value of $14,295,950 for services in support of the Maryland Beach e-nourishment Project.  Work will be performed in Ocean City, Md.  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, Baltimore, Md., is the contracting activity (W912DR-13-C-0036).

Inglett & Stubbs International Ltd., Smyrna, Ga., was awarded a labor-hour, option-filled contract with a maximum value of $11,391,894 for inspection and repair services in Afghanistan.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-13-C-0030).

Technical and Project Engineering LLC, Alexandria, Va., was awarded a cost-plus-fixed-fee, option-filled contract with a maximum value of $10,751,221 for services in support of the Army training models.  Work will be performed in Arlington, Va.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0036).

Systems & Technology Research, Woburn, Mass., was awarded a $7,477,220 modification (P00006) to a previously awarded cost-plus-fixed-fee contract (W911NF-12-C-0043) for services the Defense Advanced Research Projects Agency’s social media in strategic communication program.  Work will be performed in San Francisco, Calif.  Fiscal 2013 research, development, testing and engineering funds in the amount of $1,220,000 are being obligated on this award.  The Army Contracting Command, Research Triangle Park, N.C., is the contracting activity.

Navy

CH2M Hill/Clark Nexsen Energy Partners Joint Venture, Englewood, Colo., is being awarded a $60,000,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62583-11-D-0533) for the exercise of option one for architect and engineering and design services for energy efficient projects and services.  Architect-engineer and engineering services will require expertise in energy management, architectural, mechanical, electrical, structural, and environmental disciplines as it pertains to Department of Defense utility systems and energy consuming systems in Naval shore infrastructure.  After award of this option, the total cumulative contract value will be $180,000,000.  No task orders are being issued at this time.  Work will be performed at various Navy and Marine Corps facilities and other government facilities stateside (80 percent) and overseas (20 percent), and work is expected to be completed July 2014.  No funds will be obligated at this time.  Fiscal 2013 and 2014 Operation and Maintenance, Navy funds will be obligated on the individual task orders as they are issued.  Contract funds will not expire by the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNorthrop Grumman Corp., Annapolis, Md., is being awarded a $45,987,322 firm-fixed price, cost-plus-fixed fee, cost-type contract for the production of proof of manufacturing/first articles, functional item replacement level components of the MK 54 mod 0 array kits, engineering services hours, hardware repair support, test equipment, additional spares and production support material, and warranty options.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $294,384,741.  Work will be performed in Lititz, Pa. (40.5 percent); Annapolis, Md. (30.9 percent); and Santa Barbara, Calif. (28.6 percent), and is expected to be completed by July 2016.  Fiscal 2012 and 2013 Weapons Procurement, Navy, and Foreign Military Sales funding in the amount of $45,987,322 will be obligated at the time of the award, and will not expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy (52 percent) and the governments of Commonwealth of Australia (41 percent) and Republic of India (7 percent) under the foreign military sales (FMS) program.  This contract was competitively procured with proposals solicited via the E-commerce and Federal Business Opportunities websites, with two offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6412).

Anthony and Gordon Construction Co.*, Knoxville, Tenn., is being awarded a $10,168,000 firm-fixed-price contract for the design-bid-build to construct an addition to and renovation of an existing Aircraft Component Maintenance Facility at Naval Air Station Corpus Christi.  Work will be performed in Corpus Christi, Texas, and is expected to be completed by April 2015.  Fiscal 2013 Military Construction, Army contract funds in the amount of $10,168,000 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 ten proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (contract number N69450-13-C-0754).

BAE Systems, Land & Armaments LP, U.S. Combat Systems, Minneapolis, Minn. is being awarded a $9,222,314 modification to previously awarded contract (N00024-13-C-5325) for engineering services in support of the MK 41 vertical launching system.  Work will provide technical and engineering services for the support of research, development, test, evaluation, upgrades, operation, maintenance and product improvements.  This contract combines support for the U.S. Navy (96.02 percent) and the governments of South Korea (3.49 percent); the Netherlands (.38 percent) and Canada (.11 percent) under the foreign military sales program.  Work will be performed in Minneapolis, Minn. (87 percent); Brea, Calif. (12 percent); and Aberdeen, S.D. (1 percent), and is expected to be completed by September 2013.  Fiscal 2013 Research, Development, Test & Evaluation and FMS funding in the amount of $9,222,314 will be obligated at the time of award.  Contract funds in the amount of $89,928 will 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., McLean, Va., is being awarded an $8,070,540 modification (P00003) under previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00189-11-D-Z041) to exercise option II for the operation and maintenance of the Department of the Navy, naval criminal investigative service law enforcement information exchange system and Department of Defense law enforcement information system.  Work will be performed in McLean Va. (79.5 percent); Quantico, Va. (5.8 percent); Seattle, Wash. (4.7 percent); Santa Ana, Calif. (4.7 percent); Camp Lejeune, N.C. (4.1 percent); Norfolk, Va. (0.3 percent); Jacksonville, Fla. (0.3 percent); Portland, Texas (0.3 percent); and Raleigh, N.C. (0.3 percent).  Work is expected to be completed no later than Sept. 30, 2014.  No funds are being obligated at the time of award.  Fiscal 2014 Operations & Maintenance, Navy funds will be obligated on the individual task orders as they are issued.  Contract funds will not expire by the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce On-line website, with two offers received in response to the solicitation.  The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

TeleCommunication Systems, Inc., Annapolis, Md., is being awarded a $6,865,586 cost-plus-fixed-fee contract for the design, development, delivery, and evaluation of a largely non-proprietary prototype Intelligent Tutoring System capability and associated content for the Navy’s information technology (IT) rating “A” School at the Center for Information Dominance in Pensacola, Fla.  The intelligent tutoring authoring and delivery system will be integrated within the IT A-School course and it will emphasize the troubleshooting skills required of today’s Navy IT rating.  Work will be performed in San Mateo, Calif. (65 percent), Pensacola, Fla. (30 percent), and Annapolis, Md. (5 percent),  and is expected to be completed in September 2015.  Fiscal 2012 Research, Development, Test & Evaluation contract funds in the amount of $6,865,586 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via Broad Agency Announcement, with one offer received.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-13-C-0014).

Air Force

Lockheed Martin Aeronautics, Marietta, Ga., has been awarded a $12,980,000 (not-to-exceed), undefinitized contract action (FA8625-11-C-6597 P00172) for the advanced procurement of one Israel C-130J-30 aircraft and field services representatives.  The total cumulative face value of the contract is $1,630,827,050.  Work will be performed at 356px-Seal_of_the_US_Air_Force.svgMarietta, Ga., and is expected to be completed by Dec. 30, 2015.  This is 100 percent foreign military sales.  Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Army

Gilbane Federal Joint Venture, Walnut Creek, Calif., (W9127S-13-D-6000); J E Dunn Construction, Kansas City, Mo., (W9127S-13-D-6001); and United Excel Corporation, Merriam, Kan., (W9127S-13-D-6002); were awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multi-year, multiple-award, task-order contract with a maximum value of $712,000,000 for construction and initial-outfitting services in support of the Air Force medical service healthcare facilities modernization program.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 23 bids received.  The Army Corps of Engineers, Little Rock, Ark., is the contracting activity.

Department of the ArmyHensel Phelps Construction Co., Chantilly, Va., was awarded a firm-fixed-price contract with a maximum value of $39,700,010 for the construction of the Nolan Building parking garage at Fort Belvoir, Va.  Fiscal 2012 military construction funds are being obligated on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-C-0035).

Necaise Brothers Construction Inc., Gulfport, Miss., was awarded a firm-fixed-price, option-filled contract with a maximum value of $11,616,187 for the construction of a water and sewer system at Big Hill Acres, Vancleave, Miss.  Fiscal 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, Mobile, Ala., is the contracting activity (W91278-13-C-0024).

Textron Inc., New Orleans, La., was awarded a $10,999,987 modification (P00019) to a previously awarded cost-plus-fixed-fee contract (W56HZV-11-C-0418) for the maintenance overhaul of armored security vehicles.  The cumulative total face value of this contract is $99,908,080.  Fiscal 2012 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

Lifecycle Construction Services, Fredericksburg, Va., (W912HP-13-D-0004); PentaCon LLC, Catoosa, Okla., (W912HP-13-D-0005); and Anthony & Gordon Construction Company Inc., Knoxville, Tenn., (W912HP-13-D-0006); were awarded a firm-fixed-price, option-filled, multiple-award, task-order contract for construction services in support of the Defense Logistics Agency.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 28 bids received.  The Army Corps of Engineers, Charleston, S.C., is the contracting activity.

Navy

GPC, Joint Venture, Irvine, Calif., is being awarded a maximum value $250,000,000 cost-plus-award-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services to manage, maintain and operate the emergency ship salvage material system (ESSM) and support the Navy’s oil and hazardous substances spill response program.  The contractor will be responsible for the full-time manning and management of ESSM facilities, including inventory and periodic maintenance of equipment stored at ESSM complexes, maintenance of all ESSM system equipment for immediate deployment and operation, deploying full operations response teams with pollution control equipment, and providing ESSM operator/technician(s) when required to support the deployment of ESSM salvage and oil pollution response equipment.  Work will be performed in Williamsburg, Va. (42.5 percent); Port Hueneme, Calif. (42.5 percent); Richardson, Alaska (5 percent); Pearl Harbor, Hawaii (5 percent), and at various locations below 1 percent (5

600px-US-DeptOfNavy-Seal.svgpercent), and is expected to be completed by September 2014.  No funding is being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procedure via the Federal Business Opportunities website, with one offer received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-D-4100).

Manufacturing Techniques Inc.*, Kilmarnock, Va., is being awarded a $16,196,816 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for lowest replaceable units and upgrade kits for ground based operational surveillance system (GBOSS) to be used by the U.S. Marine Corps.  The GBOSS tower, GBOSS lite, and cerberus lite systems provide 24-hour persistent, ground-based surveillance capability.  Work will be performed in Kilmarnock, Va., and is expected to be completed by July 2018.  Fiscal 2012 Procurement, Marine Corps funding in the amount of $600,000 will be obligated at the time of the award, and will expire at the end of the current fiscal year.  This was competitively procured via the Federal Business Opportunities website, with seven offers received.  The Naval Surface Warfare Center, Crane Ind., is the contracting activity (N00164-13-D-JT71).

Air Force

Lockheed Martin Space System Corp., Sunnyvale, Calif., has been awarded a $101,604,039 cost-plus-award-fee modification (P00208) of the Spacecraft Integration and test (SIT) contract (F04701-02-C-0003) for the Defense Meteorological Satellite Program.  The cumulative face value of the contract is $619,804,376.  This contract action includes tasks associated with the revision of the launch dates for Flight 19 and 356px-Seal_of_the_US_Air_Force.svgFlight 20, and re-phasing of the SIT contract consistent with the revised launch dates.  Work will be performed at Sunnyvale, Calif., and is expected to be completed by Oct. 1, 2020.  The fiscal years that this effort will cover are from 2013-2022.  No funds will be obligated at time of award; this effort will be incrementally funded using Procurement (3020) funds.  Air Force Space and Missile Systems Center/Defense Weather Systems Directorate, Los Angeles Air Force Base, Calif., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., has been awarded an $8,791,515 modification (P00584) to a cost-plus-incentive-fee contract (F04701-02-C-0002) for Interim Contractor Sustainment FY12-15 Additional Scope for the Advance Extremely High Frequency (AEHF) System Development and Demonstration Program (SDD).  The cumulative face value of the contract including this award is $8,570,251,784.  The contract modification is increasing tasking levels as a result of the delayed experienced in the Ground Segment software development and delivery.  Work will be performed at Sunnyvale, Calif., and is expected to be completed by Nov. 30, 2014.  Fiscal 2013 Research and Development funds in the amount of $1,545,053 are being obligated at time of award.  Space and Missile Systems Center/PKJA, Los Angeles Air Force Base, Calif., is the contracting activity.

Defense Logistics Agency

Pacific Consolidated Industries, Riverside, Calif., has been awarded a maximum $21,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract is a one year base contract with two one-year option periods and is for non-developmental electronic catalog system for electronic documents portable oxygen distribution systemDefense_Logistics_Agency and accessories.  Location of performance is California, with a July 23, 2016 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DH-13-D-8211).

Navy

BAE Systems San Diego Ship Repair Inc., San Diego, Calif., was awarded a $38,601,943 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4408) on July 19, 2013, to definitize the USS Benfold (DDG 65) fiscal 2013 extended selected restricted availability.  Work will be performed in San Diego, Calif.,and is expected to be completed by August 2014.  Fiscal 2013 Operation and Maintenance and Other Procurement, Navy funding in the amount of $38,601,943 will be obligated at time of award.  Contract funds in the amount of $11,788,829 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

 600px-US-DeptOfNavy-Seal.svgGeneral Dynamics Armament and Technical Products, Williston, Vt., is being awarded a $32,679,084 firm fixed-price multi-year procurement contract for the production of Aegis gun and guided-missile directors (MK82 Mod 0), Aegis director controllers (MK 200 Mod 0) for associated material and engineering services and for six Aegis Weapon System ship sets.  This procurement includes economic order quantity (EOQ) advance procurement (AP) funding for production related materials and interim repair parts for the six multi-year procurement ship sets.  Work will be performed in Williston, Vt., and is expected to be completed by August 2018.  Shipbuilding and Conversion, Navy contract funds in the amount of $32,679,084 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-5113).

Scientific Research Corp., Atlanta, Ga., is being awarded an $8,974,067 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0062) to exercise an option for the procurement of 200 Multi-Function Color Display (MFCD) units and associated technical data to support forced retrofit of MFCD units into T-45 aircraft.  Work will be performed in Milwaukee, Wis. (58 percent), Largo, Fla. (24 percent), and Atlanta, Ga. (18 percent), and is expected to be completed in June 2015.  Fiscal 2012 and Fiscal 2013 Aircraft Procurement, Navy contract funds in the amount of $8,974,067 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 Logistics Agency

TQM Inc. doing business as Two Rivers Medical*, St. Charles, Mo., has been awarded a maximum $26,250,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  This contract is a five year base contract with no option periods and is for medical equipment.  Location of performance is Missouri with aDefense_Logistics_Agency July 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.; SPM2DH-13-D-8215.

Air Force

FPM Remediations Inc., San Antonio, Texas, has been awarded a $13,267,405 firm-fixed-price contract for environmental remediation activities at Joint 356px-Seal_of_the_US_Air_Force.svgBase Charleston, S.C., and Seymour Johnson Air Force Base, N.C.  Work will be performed at Joint Base Charleston, S.C., and Seymour Johnson Air Force Base, N.C., and is expected to be completed by July 21, 2023.  Solicitation was posted on Federal Business Opportunities and five companies submitted proposals.  Fiscal 2013 Environmental Remediation Activities funds in the amount of $4,083,259 are being obligated at time of award.  772 Enterprise Sourcing Squadron/PKS, San Antonio, Texas, is the contracting activity (FA8903-13-C-0006).

Army

Dell Federal Systems LP, Round Rock, Texas, (W91QUZ-07-D-0006); International Business Machine Corp., Bethesda, Md., (W91QUZ-07-D-0007); Unicom Government Inc., Herndon, Va., (W91QUZ-07-D-0008); CDW Government LLC, Vernon Hills, Ill., (W91QUZ-07-D-0009); Iron Bow Technologies LLC, Chantilly, Va., (W91QUZ-07-D-0010); and World Wide Technology Inc., Maryland Heights, Mo., (W91QUZ-07-D-0011); were awarded a firm-fixed-price, multiple-award, task-order contract with a maximum value of $494,000,000 for the hardware, software and related integration services in support of the Information Technology Enterprise Solution-2.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 18 bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Thales — Raytheon Systems Company LLC, Fullerton, Calif., was awarded a firm-fixed-price, multi-year contract with a maximum value of $83,500,000 for spare parts, components and repairs for various radar systems.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with oneDepartment of the Army bid received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C104).

Bosh Global Services, Newport News, Va., was awarded a firm-fixed-price, multi-year, option-filled contract with a maximum value of $60,000,000 for small unmanned aircraft systems training, logistics support and technical management services.  Work will be performed in Huntsville, Ala.  Fiscal 2013 operations and maintenance funds in the amount of $5,000 are being obligated on this award.  The bid was solicited through the Internet, with seven bids received.  The Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-13-D-0097).

FSA + JKC Joint Venture One LLC, Tampa, Fla., was awarded a firm-fixed-price contract with a maximum value of $53,822,000 for the renovation of Scott Barracks at the U.S. Military Academy in West Point, N.Y.  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 Contracting Command, West Point, N.Y., is the contracting activity (W911SD-13-C-0007).

Greenway Enterprises Inc., Helena, Mont., was awarded a firm-fixed-price, task-order contract with a maximum value of $49,000,000 for construction projects for western states, primarily in Utah, Colorado, Nevada and New Mexico.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with two bids received.  The Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-D-0023).

Northrop Grumman, Rolling Meadows, Ill., was awarded a cost-plus-fixed-fee, multi-year contract with a maximum value of $17,225,000 for the procurement of repair and calibration of secondary items in support of the integrated family of test equipment.  Fiscal 2013 procurement funds in the amount of $200,000 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 (W31P4Q-13-D-0038).

GPS Source Inc., Pueblo West, Colo., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum value of $16,613,430 for the procurement of defense advanced global positioning system receiver distributed devices.  Performance location and funding will be determined with each order.  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-D-C116).

Navy

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $9,552,979 cost-plus-fixed-fee contract to provide security hardware, associated software, equipment installation, system test, accreditation, certification and delivery of nuclear weapon security system equipment at U.S. Navy Installations.  This contract contains options, which if exercised, will bring the contract value to $10,917,152.  Work will be performed in Sunnyvale, Calif. (34.2 percent); Kings Bay, Ga. (28.49 percent); Silverdale, Wash. (12.17 percent); Cape Canaveral Air Force Station, Fla. (11.62 percent); Pittsfield, Mass. (9.3 percent); Honolulu, Hawaii (4.22 percent).  Work is expected to be completed Oct. 30, 600px-US-DeptOfNavy-Seal.svg2015.  If all the options are exercised, work will continue through March 31, 2016.  Fiscal 2013 Other Procurement, Navy, Fiscal 2013 Operations & Maintenance, Navy, and Research, Development, Test & Evaluation contract funds in the amount of $9,552,979 will be obligated at the time of award.  Contract funds in the amount of $484,750 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-6 and 10 U.S.C. 2304(c)(1).  The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0043).

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $7,526,038 cost-plus-award-fee modification to the previously awarded task order under a Basic Ordering Agreement (N00024-09-G-2301 ER09) to provide engineering and management services for advance planning and design in support of the post-shakedown availability for the USS Independence (LCS 2).  Bath Iron Works will provide design, planning, and material support services for the vessel.  Efforts will include program management, advance planning, engineering, design, material kitting, liaison, and scheduling.  Work will be performed in Bath, Maine (55 percent), and San Diego, Calif. (45 percent), and is expected to be completed by March 2014.  Fiscal 2013 Research, Development, Test & Evaluation and Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $7,526,038 will be obligated at the time of award.  Funding in the amount of $602,083 will expire at the end of the current fiscal year.  The Basic Ordering Agreement was awarded on a sole-source basis pursuant to 10 U.S.C. 2304 (c)(1).  The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

Army

RCTec Inc., Syracuse, N.Y., was awarded a firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum value of $221,800,000 for the procurement of lightweight counter mortar radars and related parts and services.  Performance location and funding 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-C702).

General Dynamics Armament and Technical Products Inc., Williston, Vt., was awarded a $67,456,648 modification (P00136) to a previously awarded firm-fixed-price, option-filled, foreign-military-sales contract (W31P4Q-10-C-0190) for the procurement of hydra rockets, warheads and related parts in support of the Army, Navy, Air Force and Saudi

Department of the Army Arabia.  The cumulative total face value of this contract is $1,025,465,887.  Work will be performed in Camden, Ark.  A combination of fiscal 2011, fiscal 2012 and fiscal 2013 procurement funds and fiscal 2013 research, development, testing and engineering funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Center Industries Corp., Wichita, Kan., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multi-year contract with a maximum value of $44,270,394 for the procurement of improved magazines for the M4/M4A1 carbine.  Performance location and funding 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-0132).

The Boeing Co., Ridley Park, Pa., was awarded a cost-plus-fixed-fee contract with a maximum value of $39,619,052 for the logistics support and fielding and training services for units receiving the CH-47F.  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 (W58RGZ-13-C-0114).

Phylway Construction LLC, Thibodaux, La., was awarded a firm-fixed-price contract with a maximum value of $29,537,805 for the construction of a new pump station, new floodwall, new levees, berms and embankments and new channels and ditches.  Work will be performed in Belle Chase, La.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-D-0010).

The SURVICE Engineering Company LLC, Belcamp, Md., was awarded a $27,000,000 modification (P00014) to a previously awarded time-and-materials contract (W91CRB-09-D-0027) for engineering and testing and evaluation support services.  Performance location and funding will be determined with each order.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

HamHed LLC, New Albany, Ind., (W912QR-13-D-0034); Budget Services & Supplies LLC, Jeffersonville, Ind., (W912QR-13-D-0035); TATCO Services Inc., La Plata, Md., (W912QR-13-D-0036); and Radcorp Solutions Inc., Waldorf, Md., (W912QR-13-D-0037) were awarded a firm-fixed-price contract with a maximum value of $20,000,000 for janitorial services.  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, Louisville, Ky., is the contracting activity.

Norfolk Dredging Co., Chesapeake, Va., was awarded a firm-fixed-price, option-filled contract with a maximum value of $15,258,000 for dredging services in support of the New York Beach Erosion Control and Navigation Project. Work will be performed in Fire Island, 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-0037).

Utah State University Research Foundation, North Logan, Utah, was awarded a contract with a maximum value of $12,000,000 for research and development services in support of the Precision Lightweight Weapon and Sensor Mount program.  Performance location and funding will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-13-D-0005).

Senne & Company Inc., Topeka, Kan., was awarded a firm-fixed-price, option-filled contract with a maximum value of $7,963,784 for the construction services in support of the Kansas Army National Guard.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with six bids received.  The National Guard Bureau, Topeka, Kan., is the contracting activity (W912JC-13-C-1307).

SAP Government Support and Services Inc., Newtown Square, Pa., was awarded a time-and-materials, option-filled contract with a maximum value of $7,148,785 for services in support of enterprise resource planning.  Work will be performed in Alexandria, Va.  Fiscal 2013 research, development, testing and engineering funds in the amount of $3,377,160 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-11-C-0025).

Navy

General Electric Co., Lynn, Mass., is being awarded an $87,034,442 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to exercise an option for the procurement of 22 Lot 17 full rate production F414-GE-400 install engines for the F/A-18E/F 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 October 2015.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $87,034,442 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.

600px-US-DeptOfNavy-Seal.svgLockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $70,358,000 modification to a previously awarded advance acquisition contract (N00019-13-C-0008) to provide long lead-time parts, material and components required for the delivery of seven Conventional Take Off and Landing F-35 Lightning II Joint Strike Fighter aircraft and one Short Take-Off Vertical Landing F-35 Lightning II Joint Strike Fighter aircraft for the government of Italy.  Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2014.  International Partner contract funds in the amount of $70,358,000 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 authority.

Oceaneering International Inc., Chesapeake, Va., is being awarded a $16,468,887 cost-plus-fixed fee, cost-plus-incentive fee and firm-fixed-price contract to procure technical/maintenance services for the dry-deck shelter.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $99,717,721.  Work will be performed in Chesapeake, Va. (60 percent); Honolulu, Hawaii (30 percent); Kings Bay, Ga. (5 percent); Groton, Conn. (3 percent); and Guam (2 percent).  Work is expected to be completed by July 2014, and with options exercised, work will continue through July 2018.  Fiscal 2013 Operations and Maintenance and Fiscal 2013 Other Procurement, Navy funding in the amount of $4,034,257 will be obligated at the time of this award.  Contract funds in the amount of $2,622,669 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy E-Commerce and Federal Business Opportunities websites, with one proposal solicited and two offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6403).

Lockheed Martin Gyrocam Systems LLC, Orlando, Fla., is being awarded $14,623,204 for delivery order #0003 to previously awarded firm- fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-12-D-5504) for field service representatives (FSRs) in support of the vehicle optic surveillance system program, program manager, Marine Air Ground Task Force command, control and communications.  Work includes FSRs to provide parts, stock support, maintenance and training support for legacy systems.  Work will be performed in Afghanistan (80 percent) and Orlando, Fla. (20 percent), and is expected to be completed by July 2014.  Fiscal 2013 Operations and Maintenance Funds in the amount of $14,623,204 will be obligated at the time of award, and will expire Sept. 30, 2013.  This contract was competitively procured via Federal Business Opportunities, with two offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Rite Solutions Inc.*, Pawcatuck, Conn., is being awarded a $14,589,640 modification to a previously awarded cost-plus-fixed fee contract (N00024-10-C-6258) for engineering services to apply unique human systems integration processes leading to command decision modules and supporting infrastructures, command and control center configurations, and other technical support work associated with Navy submarines, surface and air platforms.  This effort is the result of Small Business Innovative Research Topic N05-149 – Combat Systems of the Future.  Work will be performed in Middletown, R.I., and is expected to be completed by May 2014.  Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $283,500 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.

Defense Logistics Agency

Northrop Grumman Systems Corp., Bethpage, N.Y., has been awarded a maximum $40,278,672 firm-fixed-price, sole-source contract.  The contract is for procurement of outer wing panels.  Location of performance is New York, with a Jan. 31, 2017 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013

Defense_Logistics_Agency Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPM4AX-12-D-9401-THA4).

GE Aviation, Lynn, Mass., has been awarded a maximum $6,896,800 firm-fixed-price, sole-source contract.  The contract is for combustion chamber liners.  Location of performance is Massachusetts, with a December 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 through fiscal 2015 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (FA8122-09-G-0001-THEJ).

Air Force

Deloitte Consulting LLP, McLean, Va., has been awarded a maximum $23,000,000 single award, indefinite-delivery/indefinite-quantity contract (FA8734-13-D-0001; FA8734-13-D-0001 0001; FA8734-13-D-0001 0002).  Individual task orders will specify contract type(s) to be utilized at time of order.  The contract types at the task order level will provide

356px-Seal_of_the_US_Air_Force.svgsupport for requirements analysis, design, development, testing, fielding, sustainment, and Tier 3 (developmental and operational) support for a library of web services to support the AF/A1 human resources information technology portfolio.  This contract was solicited electronically, and six bids were received.  Because this is an IDIQ contract, location is not known at this time and will be cited on individual task orders.  Generally, work will be performed at Air Force facilities or at contractor facilities on software programs owned by the Air Force.  Work is expected to be completed by July 14, 2018.  Fiscal 2012 Research and Development, Test and Evaluation funds in the amount of $1,029,000 are being obligated at time of award.  Air Force Life Cycle Management Center/HIBK, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

U.S. Transportation Command

Software AG Government Solutions Inc., Reston, Va., was awarded a $10,274,000 firm-fixed-price contract for software AG Flex Perpetual licenses and maintenance support.  This contract provides for Flex Perpetual licenses and maintenance support for defense personal property system (DPS) and agile transportation for the 21st century (AT21) programs.  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed July 14, 2017.  The maximum dollar value, including the base period and three option years, is $17,684,000.  Transportation Working Capital funds in the amount of $10,274,000 are being obligated at time of award.  This contract was a sole-source acquisition.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-13-M-D018).

Missile Defense Agency

Raytheon Integrated Defense Systems, Woburn, Mass. is being awarded a sole-source, cost-plus-incentive-fee, and cost-plus-fixed-fee contract modification to HQ0147-12-C-0005 under a foreign military sales (FMS) case to the United Arab Emirates (UAE), to provide software updates, contractor logistic support, radar repair and return and technical600px-US-MissileDefenseAgency-Seal.svg services on the AN/TPY-2 radars being delivered as part of a whole FMS case as an element of the Terminal High Altitude Area Defense (THAAD) system.  The value of this effort is $83,785,417.  Work will be performed in Woburn, Mass., White Sands Missile Range, N.M., and UAE.  The period of performance is through Sept. 30, 2018.  UAE FMS funds in the amount of $83,785,417 will be used to fund this effort.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity (HQ0147).

Air Force

Boeing Co., McDonnell Douglas Corp., St. Louis, Mo., has been awarded a not-to-exceed amount of $75,598,874 firm-fixed-price and cost-reimbursable contract (FA3002-13-D-0012) for courseware development as well as initial and differences training necessary to transition from other F-15

356px-Seal_of_the_US_Air_Force.svgvariants to the unique, non-commercial F-15SA weapon system for the Royal Saudi Air Force.  Work will be performed in St. Louis, Mo., and King Khalid Air Base, Khamis Mushayt, Kingdom of Saudi Arabia.  This is a sole-source acquisition.  Fiscal 2011 international funding will be used in this multiyear (100 percent), FMS contract, and FMS customer is The Air Force Security Assistance Training Squadron.  Work is expected to be completed by July 19, 2019.  Air Education and Training Command Contracting Squadron/LGCI (International Contracting Flight), Randolph Air Force Base, Texas, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $13,569,781 firm-fixed-price contract Option III (FA8105-09-C-0004).  Rockwell Collins Inc., shall produce 19 low rate initial production modification kits for the KC-135 CNS/ATM Block 45 upgrade.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by May 30, 2014.  Option III is 100 percent funded with fiscal 2013 aircraft procurement funds.  Air Force Life Cycle Management Center/WKKPA, Tinker Air Force Base, Okla., is the contracting activity.

Navy

Tetra Tech Inc., Arlington, Va. (N62470-D-13-8016); GMI-AECOM Joint Venture, Plano, Texas (N62470-D-13-8017); CH2M Hill Inc., Virginia Beach, Va. (N62470-D-13-8018), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for various tasks to accomplish natural resource services and compliance and related environmental planning services in support of the U.S. Navy.  The maximum dollar value for all three contracts combined is $75,000,000.  These three contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  Work will be performed at various Navy, Marine Corps and other sites primarily within the Naval Facilities Engineering Command Atlantic area of responsibility, but also worldwide.  The term of the contract is not to exceed 60 months, with an expected completion date of July 2018.  Fiscal 2013 Naval Environmental Protection Support Service contract funds in the amount of $15,000 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 seven proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

BOSH Global Services*, Newport News, Va. (N65236-13-D-5840); Imagine One StraCon Venture LLC*, Fort Worth, Texas (N65236-13-D-5841); ISHPI Information Technologies Inc.*, Mount Pleasant, S.C. (N65236-13-D-5842); Sentek Global*, San Diego, Calif. (N65236-13-D-5843); Skylla Engineering Ltd.*, Humble, Texas (N65236-13-D-5844); and Chugach Federal Solution Inc.*, Anchorage, Alaska (N65236-13-D-5858) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-600px-US-DeptOfNavy-Seal.svgincentive (firm target) and firm-fixed-price task orders, performance based multiple award contract.  The contracts are for the procurement of decision superiority 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, communications, computers, combat systems, intelligence, surveillance, reconnaissance, information operations, enterprise information services and space capabilities.  The combined cumulative, estimated value of the base year is $19,752,906.  These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,764,531.  Work will be performed worldwide as task orders are issued, and is expected to be completed by July 2014.  If all options are exercised, work could continue until July 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 six 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 13 offers received.  The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $19,070,236 modification to previously awarded contract (N00024-13-C-5403) for Standard Missile engineering and technical services for the U.S. Navy, other government agencies and foreign military sales.  This contract will provide engineering and technical services for Standard Missile 2, 3 and 6.  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 for fiscal years 2013-2017.  This contract includes foreign military sales to Japan (28 percent), Australia (24 percent), Korea (21.5 percent), Germany (8.3 percent), Netherlands (8.3 percent), Taiwan (7 percent), Canada (1.7 percent), and Spain (1.2 percent).  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 July 2014.  Fiscal 2013 research, development, test & evaluation, Department of Defense, foreign military sales, fiscal 2013 research, development, test & evaluation, Navy, fiscal 2012 other procurement, Navy funding in the amount of $18,474,253 will be obligated at the time of the 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.

The Boeing Co., St. Louis, Mo., is being awarded a $17,001,833 cost-plus-incentive-fee, cost-plus-fixed-fee delivery order (#2049) against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for phase I of the next generation jammer (NGJ) pod hardware integration in support of the EA-18G aircraft.  The phase I hardware integration will ensure the development, preparation and delivery of the aircraft modification design is suitable for the technology development stage of the NGJ pod program.  Work will be performed in St. Louis, Mo., and is expected to be completed in October 2014.  Fiscal 2013 research, development, test & evaluation, Navy contract funds in the amount of $10,000,000 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.

General Electric Co., Lynn, Mass., is being awarded a $15,691,247 cost-plus-fixed-fee contract for the procurement of time critical parts for incorporation into the T-408-GE-400 gas turbine engine in support of the CH-53K helicopter program.  Work will be performed in Lynn, Mass., and is expected to be completed in December 2016.  Fiscal 2013 research, development, test & evaluation, Navy contract funds in the amount of $15,691,247 will be 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 6.302-2-1(a)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0132).

The Boeing Co., St. Louis, Mo., is being awarded an $8,110,882 firm-fixed-price delivery order (#0141) against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for the procurement of 84 engineering change proposal 6282 AYC 1439 A1 retrofit kits in support of the F/A-18 E/F aircraft.  Work will be performed in St. Louis, Mo. (80 percent), and St. Charles, Mo. (20 percent), and is expected to be completed in February 2016.  Fiscal 2013 aircraft procurement Navy contract funds in the amount of $8,110,882 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 activity.

U.S. Special Operations Command

Northrop Grumman Technical Services Inc., Herndon, Va., was awarded a $12,915,678 cost-plus-fixed-fee contract to provide exercise and training support to command staff, battle staff, and Theater Special Operations Commands.  The majority of the work will be accomplished at MacDill Air Force Base, Fla., (80 percent), the remainder of the work

160px-Special_Operations_Specops_Army.svgwill be performed at various exercise locations throughout the United States and overseas locations.  The term of the contract is not to exceed 12 months with an expected completion date of June 2014.  Fiscal 2013 operations and maintenance funds are being used.  This contract was competed sole source, with only one proposal solicited and received.  Headquarters U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-13-C-0045).

Navy

Booz Allen Hamilton Inc., McLean, Va. (N65236-13-D-4952); CACI Technologies Inc., Chantilly, Va. (N65236-13-D-4953); Computer Sciences Corp., Falls Church, Va. (N65236-13-D-4954); General Dynamics One Source LLC, Fairfax, Va. (N65236-13-D-4955); Honeywell Technology Solutions Inc., Columbia, Md. (N65236-13-D-4956); Engility Corp., Mount Laurel, N.J. (N65236-13-D-4957); Lockheed Martin Services Inc., Gaithersburg, Md. (N65236-13-D-4958); Science Applications International Corp., McLean, Va. (N65236-13-D-4959); Scientific Research Corp., Atlanta, Ga. (N65236-13-D-4960); Secure Mission Solutions, Fairfax, Va. (N65236-13-D-4975); STG Inc., Reston, Va. (N65236-13-D-4961); Systems Research and Applications Corp., Fairfax, Va. (N65236-13-D-4962); and URS Federal Services Inc., Germantown, Md. (N65236-13-D-4963) 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 integrated cyber operations 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,600px-US-DeptOfNavy-Seal.svg survivable, and interoperable command, control, communication, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR), information operations, enterprise information services (EIS) and space capabilities.  The cumulative, estimated value (ceiling) of the base year is $179,908,600.  These contracts include options, which if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $899,543,400.  Work will be performed worldwide as the task orders are issued.  Work is expected to be completed by July 2014.  If all options are exercised, work could continue until July 2018.  Fiscal 2013 Space and Naval Warfare 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 13 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 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.

Northrop Grumman Technical Services Inc., Herndon, Va., is being awarded a $59,568,528 modification to a previously awarded contract (N63394-10-C-5006) for operation and maintenance services for the combined tactical training ranges.  Services will be required at shore sites, land-based test facilities and aboard ships in ports and at sea.  Work will be performed in Oceana, Va. (30 percent); Yuma, Ariz. (25 percent); Fallon, Nev. (20 percent); Cherry Point, N.C. (12 percent); Key West, Fla. (8 percent); and San Diego, Calif. (5 percent), and is expected to be completed by July 2014.  Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $10,922,247 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Corona Division, Norco, Calif., is the contracting activity.

Science Applications International Corp., McLean, Va., is being awarded a $10,196,609 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-10-D-6506) to exercise an option for services supporting Military Sealift Command’s (MSC) information technology (IT) ashore operations.  These services assist MSC’s command, control communications and computer systems in merging the physical, financial, contractual, and performance attributes of its IT investments to enable cost-efficient, timely business decisions.  Work will be performed in Washington, D.C. (74.7 percent); Norfolk, Va. (16.9 percent); San Diego, Calif. (5.9 percent); Pensacola, Fla. (2.4 percent); Scott Air Force Base, Ill. (less than 1 percent);Yokohama, Japan (less than 1 percent); and Naples, Italy (less than 1 percent), and is expected to be completed by July 2014.  Contract funds will not be obligated at the time of award.  Funds will be obligated on individual task orders as they are issued.  Contract funds in the amount of $1,699,435 will expire at the end of the current fiscal year.  The Military Sealift Command, Washington Navy Yard, D.C., is the contracting activity.

Army

Nan Inc., Honolulu, Hawaii, was awarded was awarded a firm-fixed-price, option-filled contract with a maximum value of $68,127,506 for construction services at Schofield Barracks, Oahu, Hawaii.  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, Fort Shafter, Hawaii, is the contracting activity (W9128A-13-C-0001).

CGI Federal Inc., Fairfax, Va., was awarded a $48,295,193 modification (P00013) to a previously awarded firm-fixed-price, option-filled contract (W911S0-12-C-0009) for Department of the Armyoperational and environment core function services to provide the common framework in which war-fighting programs and strategies are conceived, defined and executed.  The cumulative total face value of this contract is $53,562,877.  Work will be performed in Fort Eustis, Va.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Fort Eustis, Va., is the contracting activity.

CGI Federal Inc., Fairfax, Va., was awarded a $45,581,891 modification (0003) to a previously awarded firm-fixed-price, option-filled contract (W911S0-11-D-0058) for services in support of the Human Terrain System requirement.  Performance location and funding will be determined with each order.  The Army Contracting Command, Fort Eustis, Va., is the contracting activity.

Northrop Grumman Systems Corp., Linthicum, Md., was awarded a $38,353,781 modification (P00029) to a previously awarded cost-plus-fixed-fee, option-filled contract (W15P7T-11-C-H267) for services in support of the vehicle and dismount exploitation radar system.  The cumulative total face value of this contract is $178,122,493. Work will be performed in Afghanistan.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

Rockwell Collins Simulation & Training Solutions, Cedar Rapids, Iowa, was awarded a firm-fixed-price, foreign military sales (FMS) contract with a maximum value of $22,240,000 for the procurement of transportable Black Hawk operations simulator devices.  This FMS contract is in support of Saudi Arabia.  Work will be performed in Huntsville, Ala.  Fiscal 2011 procurement funds in the amount of $9,914,262 are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0113).

LBL Contracting Co., Calvert City, Ky., was awarded a firm-fixed-price contract with a maximum value of $17,767,855 repair services around the Ohio River and 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 two bids received.  The Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-13-C-0003).

Kiewit Infrastructure South Co., Omaha, Neb., was awarded a firm-fixed-price contract with a maximum value of $15,634,000 for the removal and replacement of the bridge of Keystone Dam.  Work will be performed in Sand Springs, Okla.  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, Tulsa, Okla., is the contracting activity (W912BV-13-C-0006).

Jorge Scientific Corp., Arlington, Va., was awarded an $11,810,908 modification (P00006) to a previously awarded cost-plus-fixed-fee, option-filled, multi-year contract (W560MY-13-C-0004) to provide counterinsurgency advisory and assistance teams services throughout Afghanistan.  The cumulative total face value of this contract is $21,262,084.  Work will be performed in Afghanistan.  Fiscal 2013 operations and maintenance funds in the amount of $11,229,501 are being obligated on this award.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Tecmotiv Inc., Niagara Falls, N.Y., was awarded a cost-plus-fixed-fee, multi-year contract with a maximum value of $11,025,485 for depot-level engine repairs in support of the M88A2 Heavy Recovery Vehicle.  Fiscal 2013 procurement funds in the amount of $2,118,639 are being obligated on this award.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0019).

HDT Tactical Systems Inc., Solon, Ohio, (W56HZV-13-D-0120); and Design West Technologies Inc., Tustin, Calif., (W56HZV-13-D-0125); were awarded a firm-fixed-price, multi-year, option-filled, multiple-award, task-order contract with a maximum value of $10,967,588 for the procurement of M98 gas filters and M98 gas-particulate filter sets.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Warren, Mich., is the contracting activity.

General Dynamics Ordnance and Tactical Systems Inc., Marion, Ill., was awarded a $8,534,065 modification (P00022) to a previously awarded fixed-price, economic-price-adjustment, option-filled contract (W52P1J-09-C-0019) for the procurement of 20mm MK244-0 armor piercing discarding Sabot cartridges.  The cumulative total face value of this contract is $48,704,030.  Fiscal 2011, fiscal 2012 and fiscal 2013 procurement funds are being obligated on this award.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Northrop Grumman Space & Mission Systems, Herndon, Va., was awarded a $7,586,449 modification (P00015) to a previously awarded time-and-materials, multi-year, option-filled contract (W91WAW-13-C-0047) for the planning, programming and budgeting services.  The cumulative total face value of this contract is $22,877,357.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

Exelis Inc., Roanoke, Va., was awarded a firm-fixed-price, foreign military sales contract with a maximum value of $7,553,934 for the procurement of night-vision devices and related equipment.  This FMS contract is in support of Canada.  Fiscal 2013 procurement funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-D006).

Air Force

CENTECH Group, Falls Church, Va., has been awarded a $14,015,472 modification to a contract (FA8771-04-D-0002-SH07) for operation and maintenance of the base network.  Work will be performed at Hanscom Air Force Base, Mass., and is expected to be completed by July 21, 2014.  The total cumulative face value of the contract is $27,236,061.  The contract modification is for a one-year extension.  Fiscal 2013 Operations and Maintenance funds in the amount of $2,581,059 are being obligated at time of356px-Seal_of_the_US_Air_Force.svg award.  Air Force Life Cycle Management Center/PZI, Hanscom Air Force Base, Mass., is the contracting activity.

Exelis Systems Corp., Systems Division, Patrick Air Force Base, Fla., has been awarded a $26,656,675 modification (P00894) on a contract (F04701-01-C-0001) for Launch and Test Range System support functions to the Eastern and Western Range: range sustainment, and external user support, projects and engineering services.  The total cumulative face value of this contract action is $26,656,675.  This modification exercises the contract option with a maximum period of performance of three months (Aug. 1 — Oct. 31, 2013).  Work will be performed at Patrick AFB, Fla., and is expected to be completed by Oct. 31, 2013.  The Space and Missile Systems Center/PKL, Peterson AFB, Colo., is the contracting activity.

Navy

Design West Technologies Inc.,* Tustin, Calif., is being awarded a $20,878,535 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for production, assembly, testing, and packaging of Communication Transponder Family of Systems communication assemblies composed of printed circuit boards, electronic components, and external enclosures.  Work will be performed in Tustin, Calif., and work is expected to be completed July 14, 2018.  Contract funds will not expire at the end of the current fiscal year.  Procurement Defense Agency funds will be obligated at the task order level.  This contract was competitively procured via solicitation N66001-13-R-0062 and published on the Federal Business Opportunities website.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0077).

Design West Technologies Inc.,* Tustin, Calif., is being awarded a $20,878,535 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for production, assembly,

600px-US-DeptOfNavy-Seal.svgtesting, and packaging of Communication Transponder Family of Systems communication assemblies composed of printed circuit boards, electronic components, and external enclosures.  Work will be performed in Tustin, Calif., and work is expected to be completed July 14, 2018.  Contract funds will not expire at the end of the current fiscal year.  Procurement Defense Agency funds will be obligated at the task order level.  This contract was competitively procured via solicitation N66001-13-R-0062 and published on the Federal Business Opportunities website.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0077).

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a $17,907,086 firm-fixed-price, cost-plus-fixed-fee contract for systems engineering and program management services in support of the H-1 upgrade program.  This contract includes the manufacturing, testing and delivery of one H-1 main rotor gearbox test stand and one H-1 tail rotor/intermediate gearbox test stand, including the equipment, logistics support, maintenance efforts, follow-on support, technical and operational manuals, calibration, installation support, and associated data to facilitate depot level maintenance of these H-1 aircraft rotor assemblies.  Work will be performed in Hurst, Texas, and is expected to be completed in March 2017.  Fiscal 2011 Aircraft Procurement Navy contract funds in the amount of $17,907,086 are being obligated on this award, all 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-C-0302).

Systems Engineering Support Company Inc.,* San Diego, Calif., is being awarded a $15,189,906 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for production, assembly, testing, and packaging of Communication Transponder Family of Systems communication assemblies composed of printed circuit boards, electronic components, and external enclosures.  Work will be performed in San Diego, Calif., and work is expected to be completed July 14, 2018.  Contract funds will not expire at the end of the current fiscal year.  Procurement Defense Agency funds will be obligated at the task order level.  This contract was competitively procured via solicitation N66001-13-R-0062 and published on the Federal Business Opportunities website.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0078).

Defense Logistics Agency

NuStar Terminals Operations Partnership L.P.,* San Antonio, Texas, has been awarded a maximum $23,347,060 firm-fixed-price contract.  The contract is a five-year base with one five-year option period for a commercial contractor-owned, contractor-operated fuel storage terminal and services to receive, store, and ship government ownedDefense_Logistics_Agency petroleum products.  Location of performance is Texas and Washington with a July 11, 2018 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Fort Belvoir, Va.; (SP0600-12-C-5326).

Navy

Lockheed Martin Corp., Owego, N.Y., is being awarded $12,878,468 for delivery order # 7021 issued under previously awarded Basic Ordering Agreement (N00383-12-G-010F) for the repair coverage of 25 items for the common cockpit of the H-60R/S helicopters.  Work will be performed in Owego, N.Y. (33 600px-US-DeptOfNavy-Seal.svgpercent); Salt Lake City, Utah (46 percent); Farmingdale, N.Y. (12.5 percent); Middletown, Conn. (7.5 percent); and Phoenix, Ariz. (1 percent), and all work will be completed by July 1, 2015.  Fiscal 2013 Navy Working Capital Funds in the amount of $9,658,851 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, Philadelphia, Pa., is the contracting activity.

QinetiQ North America, Waltham, Mass., is being awarded a $7,772,646 firm-fixed-price contract for the procurement of Talon IV vehicles, spares and training.  This contract will support Foreign Military Sales (FMS) to Pakistan (100 percent).  The Talon IV robot provides the military’s explosive ordnance disposal technicians with a man transportable capability to remotely perform reconnaissance.  Work will be performed in Waltham, Mass. (99 percent), and Pakistan (1 percent) and is expected to be completed by December 2013.   FMS funding in the amount of $7,772,646 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year.  This contract was synopsized via Federal Business Opportunities as a sole source procurement authorized under 10 U.S.C. 2304(c)(1) — only one responsible source will satisfy the needs of the agency.  The Naval Surface Warfare Center Indian Head Explosive  Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity (N00174-13-C-0018).

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

R — The Voice of America (VOA) Storefront BBG50-Q-13-0024 080713 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-13-0024
Posted Date: July 25, 2013
Original Response Date: August 7, 2013

Contracting Officer Address:
Broadcasting Board of Governors (BBG)
Attn: Alisa Martine, Contract Specialist
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-13-0024 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 one (1) year, with four, twelve (12) month option periods.
This acquisition is being solicited as Full and Open Competition. The associated NAICS code for this procurement is 454111. 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:

52.212-1 Instructions to Offerors-Commercial Items.
As prescribed in 12.301(b)(1), insert the following provision:

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 (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://www.assistdocs.com/search/search_basic.cfm).
(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 (https://assist.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)

The provision at 52.212-2, Evaluation Commercial Items (JAN 1999) applies to this solicitation.

FAR Clause 52.212-2 EVALUATION-COMMERCIAL ITEMS (January 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 of the services to be provided; (ii) price (iii) past performance (See FAR 15.304).
(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 price are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or 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)
Offerors must include a copy of 52.212-3 (APR 2012) with the proposal. The Clause 52.212-4, Contract Terms and Conditions – Commercial Items (FEB 2012) applies to this solicitation. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (MAY 2012), applies to the acquisition. Provision at 52.204-6, Data Universal Numbering System (DUNS Number) (APR 2008) applies. All offers must be signed. Offers shall include: Company Name; Company Address, Tax Payer ID Number, DUNS Number, valid SAM.gov registration, a list of three references with telephone numbers.

FAR 52.252.1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); SUBMISSION OF PROPOSALS: 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 full text of the solicitation may be accessed electronically at this address(es):http://www.acquisition.gov/far/

52.225-1 Buy American Act- Supplies (FEB 2009)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003)
52.204-7 Central Contractor Registration (FEB 2014) 4.1102 also applies

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 Wednesday, August 7, 2013 via FedEx or other mail carriers of delivery to the address shown above or by e-mail to amartine@bbg.gov. NO FAX PROPOSALS WILL BE ACCEPTED.

ADDITIONAL INFORMATION: TELEPHONE INQUIRES 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. Past Performance will be evaluated as “Favorable or Not Favorable”.

QUESTIONS: If the offeror is uncertain as to any requirements of the specification(s), such questions should be directed to the Contracting Specialist. Questions should be submitted via email to amartine@bbg.gov. Questions must be received no later than 12:00 p.m. (EDT) on Wednesday, July 31, 2013. Questions which are not submitted in writing or are submitted after 12:00 p.m. (EDT) on Wednesday, July 31, 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.

SPECIFICATION/STATEMENT OF WORK:
Creation of a Fulfillment Store for the direct purchase of Voice of America “VOA” branded
merchandise by Agency employees and the general public.

HISTORY:
The Voice of America began broadcasting in February 1941. Now in its 71st year, it has become one of the most recognized brands around the world in the field of international broadcasting. VOA uses three major platforms for the distribution of its content: radio, television, and the Internet. Its program content is produced in 43 languages. Over the past years, Agency employees have frequently expressed great interest in obtaining branded items for their personal use to demonstrate their pride in the organization where they work.

OPERATION:
Contractor shall have the ability to produce and sell various promotional items bearing the official Voice of America (VOA) name and logos (“Licensed Marks”). The use of the Licensed Marks shall be outlined in a trademark licensing agreement to be entered into between the Agency and the Contractor. Any other use of the Licensed Marks is prohibited without express written permission by the Agency. The Agency reserves the right to review Contractor’s use of the Licensed Marks on the promotional items at its discretion.

The promotional items shall be available for sale to current and former Agency employees as well as the public at large via an online store.

The fulfillment store will specialize in merchandise bearing the Licensed Marks and shall be
created, hosted, and operated by Contractor. Contractor shall provide a customer service telephone number and email address and shall respond to customer questions in a timely fashion. The Agency will not be responsible for responding to customer requests, complaints, etc.

The resulting contract shall be at no cost to the Agency. Prospective purchasers will bear the full cost for purchase, collection of any applicable taxes, and shipment of the promotional items directly from the Contractor.

The Contractor will advertise the availability and costs for the promotional items through a web based catalogue and order form.

The Contractor will provide one sample of each selected promotional item bearing the Agency’s marks to the Agency for review and approval before making the item available for purchase.

The promotional branded items that shall be made available for purchase for Year One will include, but are not limited to, t-shirts, jackets, sweatshirts, hats, lanyards, mugs, travel mugs, water bottles, pens and pins. New items may be introduced by the vendor upon approval by the Agency.

LENGTH OF CONTRACT:
This agreement will be in force for a period of one year, with four option periods of one year
duration, each exercised at the discretion of the Agency.

STANDARD WEBSITE REQUIREMENTS:

Current standards of acceptable industry practices must be followed in the creation of an Internet sales website.

The Contractor shall use an Internet web based presentation of the items made available under this agreement, and the site needs to be kept simple and customer friendly. Pages on the website shall have photos of the items being offered, a short description, the price of the item and a “shopping cart function.”

When the purchaser “checks out,” the site must require the buyer to fill in customer information, add in all applicable taxes, and shipping costs, displaying the total and final cost to the purchaser.
There should also be an estimated date of delivery, not to exceed 10 business days.

A customer service email address and telephone number must be posted so the buyer can contact the Contractor with any questions about his/her purchase.

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 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) Quality of the workmanship of items offered. Samples are to be submitted with offer.

(ii) Ability to respond to orders in a timely manner.

(iii) Vendor’s ability to have in place customer service standards to accommodate purchases and resolve any conflicts with orders.

(iv) Vendor’s pricing schedule based on individual unit (QTY-1) for items outlined in the Operation Section of the SOW.

(v) Past performance in the creation and management of a virtual storefront to local, state, Federal Government, or to the private sector. (Please provide links to company stores your company has built. If the stores are not accessible to the general public, please provide screenshots of stores that are password protected. Please also provide a contact name and phone number for the previous clients, and describe the nature of work performed.

(vi) Relevant experience: The Offeror shall list its experience with procuring promotional items and maintaining an Internet sales website to local, state, Federal Government or private sector for a minimum of two (2) years. Please provide a contact name and phone number for the previous clients and describe the relevant experience.

BASIS OF AWARD: The award will be made to the vendor/contractor whose offer is determined to be the best overall value to the Government, price and other non-cost factors will be considered.
Offers submitted shall be valid for 60 days from submission.

BASE PERIOD: Effective date for this procurement shall be September 1, 2013. Duration of this procurement shall be one year, ending August 31, 2014, with an option for four (4) additional one year periods beginning September 1, 2014 and ending October 31, 2018.

Place of Performance: Voice of America Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-13-0024/listing.html
OutreachSystems Article Number: 130726/PROCURE/0092
Matching Key Words: documentar*; 


Millennium logoMillennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W. Washington DC 20005

T — Blanket Purchase Agreement for Freelance Multimedia Photojournalism/Videography Services for Millennium Challenge Corporation (MCC) MCC-13-RFQ-0124 080813 MERLE PHILLIPS, Sr. Contract Specialist, PSC Rep. MCC, Phone 2027726319, Email phillipsmc2@mcc.gov Photojournalism/Videography
MCC-13-RFQ-0124

1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information including in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number is MCC-13-RFQ-0124 and is issued as a Request for Quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through the most recent Federal Acquisition Regulation amendments which can be found athttp://www.acquisition.gov/far/index.html

2) The North American Industrial Classification Systems (NAICS) code is 711510 and the small business size standard is $7 million.

3) FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. The exact text and wording of clauses and provisions may be obtained from the Internet at http://acquisition.gov/far/index.html. The Government contemplates the award of a Firm Fixed Price Blanket Purchase Agreement (BPA) resulting from this solicitation.

4) The Millennium Challenge Corporation (MCC) is a U.S. Government corporation whose mission is to provide assistance that will support economic growth and poverty reduction in carefully selected countries that demonstrate a commitment to just and democratic governance economic freedom, and investments in their citizenry. For more information on the MCC, please visit http://www.mcc.gov.

5) This combined synopsis and solicitation notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ close date will be considered.

6) Statement of Need: MCC is in need of a freelance multimedia professional with expertise in photojournalism and documentary videography to provide striking imagery to effectively tell the stories of our beneficiaries and impact. The professional will provide those services for international organizations, with writing and editorial skills, and must be capable of operating in unfamiliar environments with minimal supervision. Please see Section C of MCC-13-RFQ-0124 for more detail.

7) The Government may award the BPA to multiple responsible companies/consultants whose quote conforming to this notice represents the best value in terms of technical criteria, past performance and price. All non-price factors (technical criteria and past performance) are more important than price. If options are included, quotes will be evaluated by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the options(s).

8) Evaluation Factors. Only quotes which meet the technical evaluation criteria will be considered.

9) Evaluation Methodology. The Government will perform a comparative analysis of quotes and will assess the advantages and disadvantages of each quote as related to the Evaluation Factors. Multiple awards may be made from this notice and all quotes will be retained and may be utilized for requirements for a period of 6 months.

10) Quote Deadline. Independent Consultants are invited to submit their quotations in response to this notice by 2:00 pm Eastern Standard Time (EST), August 8, 2013. Only e-mailed requests for additional information will be accepted at MCCConsultants@mcc.gov by 12:00 pm eastern standard time on August 1, 2013. Quotations submitted in response to this notice shall include the solicitation number AND description in the subject line and be signed, dated and submitted via email to MCCConsultants@mcc.gov. The maximum file size is 10mb.

11) FAR 52.212.3, Offeror Representations and Certifications – Commercial Items shall be required from the selected company/consultant, prior to the time of award.

12) There are no additional contract requirements(s) necessary for this acquisition other than those consistent with customary commercial practices.

13) See attached MCC-13-RFQ-0124 for more detailed information.

URL: https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-13-RFQ-0124/listing.html
OutreachSystems Article Number: 130726/PROCURE/0116
Matching Key Words: documentar*; naics!711510; 


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 SQUADRON EXERCISE SUPPORT H92240-13-T-JH23 082613 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-JH23 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 7.0 M.

This requirement is 100% set aside for small business.

Line item 0001:   Naval Special Warfare Command has a requirement for   support of Squadron Interoperability Exercise to be held at Stennis Space Center near Hancock, MS from 9-20 September 2013 as per the attached Performance Work Statement (PWS).  Provide breakdown by Labor Category.   Direct Labor  1 LOT

Line item 0002:  Travel    as per the attached PWS  1 LOT

Line item 0003:   Other Direct Costs as per the attached PWS  1 LOT

FAR 52.212-2 – EVALUATION--COMMERCIAL ITEMS

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, past performance and price. Award will be based on lowest price technically acceptable.

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.

FAR 52.212-3 Alt A – Reps and Certs ORCA

Note that you must be registered in SAM to be considered for an award.   Registration is free and can be completed online at https ://SAM.gov .

Representations and Certifications shall be completed via the SAM web site at https://SAM.gov.

Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted by 13 August   2013, 11:00 a.m. to allow time for responses to be returned.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, effective 26 Jun 2013.

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.

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)

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. 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 52.247-34 – 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

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

5652.237-9000 Contractor Personnel Changes (1998)

•(a)     The contractor shall have the right to remove his personnel assigned to perform the tasks hereunder and to substitute other qualified personnel provided that the Contracting Officer is notified of such removal and replacement. The contractor shall notify the Contracting Officer prior to such change, giving the new employee’s name, security clearance and technical qualifications.

•(b)    Any removals or replacements for the convenience of the contractor shall be at no additional cost to the Government. Cost to be borne by the contractor include but are not limited to time of travel, travel and trainingcosts for replacement personnel.

•(c)     Removals or replacements of contractor personnel shall be considered for the convenience of the contractor except when such removal is for:

•(1)    employees removed as a result of cancellation or completion of the contract,
(2) employees replaced due to death or incapacitating illness or injury,
(3) or employees removed or replaced at the Government’s request.

•(d)    If any employee removes him/herself from the employ of the contractor, such removal will be at no additional cost to the Government .

Set-Aside: Total Small Business Place of Performance: STENNIS SPACE CENTER STENNIS , MS 39552 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-JH23/listing.html
OutreachSystems Article Number: 130726/PROCURE/0125
Matching Key Words: film?; produc*; train*; you; website; web; site?; business*; instruct*; commercial?; 


Department of Veterans Affairs, VA Center for Acquisition Innovation (Washington), VA CAI Washington, Department of Veterans Affairs;Acquisition Service DC; Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420

U–Robert W. Carey Examier Consensus Training VA10113Q0190 073113 Joan Dixon Contract Specialist 202-756-1339 joan.dixon@va.gov This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in the Federal Acquisition Regulation (FAR) 12.603, Streamlined Solicitation for Commercial Items and FAR Subpart, 13.106, Simplified Acquisition Procedure. This announcement constitutes the only solicitation; a written solicitation will not be issued. This announcement replaces solicitation number VA101-13-Q-0178.
The Department of Veteran Affairs (VA) RFQ solicitation number VA101-13-Q-0190 is solicited for Full and Open competition. This solicitation document incorporates all mandatoryDepartment_of_Veterans_Affairs_Logo commercial item provisions and clauses in effect through Federal Acquisition Circular 2005-67; effective July 22, 2013 and VA Acquisition Regulation (VAAR). 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 these addresses: http://www.acqnet.gov/far and http://www.va.gov/oal/library/vaar. The associated North American Industrial Classification System (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. The Product Service Code of this category is X1AB: Lease/Rental of Conference Space and Facilities. This requirement is being solicited unrestricted. All Offerors that provide a quotation agree that the requirement and services can be provided in its entirety, for the specified performance period. Offerors that cannot provide the complete requirement and services during the performance period of August 19 through 23, 2013(week 1) and August 26 through 30, 2013 (week 2) should not provide a quotation, as the quotation will not be considered.
The Offeror shall provide the following requirements: The VA’s Office of Policy Planning requires conference meeting rooms and audiovisual services and training facility accommodations in support of the upcoming Robert W. Carey Performance Excellence Program Training. The place of performance shall be at the Offeror’s facility. The period of performance is August 19 to 30, 2013. No work will be performed on Saturday August 24, 2013 and Sunday August 25, 2013. Hours of operation: 8:00 AM to 5:00 PM Eastern Daylight Time (EDT) Location: The venue must be located in the National Capitol Region (District of Columbia). The Washington DC area is defined as near Capitol Hill or the DC Convention Center. The hotel meeting space shall be within (3) walking blocks (or 0.5 mile transport miles) of a Washington Metropolitan Area Transit Authority (WMATA) Station.
See attached Statement of Work (SOW) for facility and audiovisual requirements. Do not include lodging pricing in offer, as participants will be responsible for respective payment). There is no commitment to sleeping room requests.
The VA intends to award one Firm Fixed Price purchase order on the basis of lowest price, technically acceptable (LPTA). Award will be made to the Offeror having the lowest evaluated price meeting or exceeding the technical acceptability standards for non cost factors. Technical factors will be rated as acceptable or unacceptable. Technical and price evaluation factors are of equal importance. In order to determine that the Offeror’s offer is technically acceptable, the Offeror shall meet or exceed all the specified requirements explained in the SOW.
Factors to Evaluate
Factor 1- Technically Acceptability (acceptable/unacceptable)
Factor 2- Price – Reviewed for completeness and reasonableness.
Factor 1- Technically Acceptable: In order to be considered technical acceptable the Offeror’s
quotation shall be evaluated on whether the requirements specified in the solicitation have been
completely considered, fully addressed and satisfied.
Factor 2- Price: The Offeror shall complete the Schedule of Supplies/Services of the solicitation
and proposed a price for all functional areas within the schedule. The Offeror shall also provide
a total costs that combines all requirements.

Solicitation Provisions / Clauses: This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-67, effective July 22, 2013.
The following FAR provisions/clauses and supplemental agency VAAR provisions/clauses apply to this acquisition and are incorporated by reference:
FAR 52.212-1, Instructions to Offerors Commercial Items (FEB 2012)
FAR 52.212-2, Evaluation- Commercial Items (JAN 1999)
FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (DEC 2012). Offeror must submit a completed copy of the listed representations and certifications.
FAR 52.212-4, Contract Terms and Conditions – Commercial Items (JUN 2013)
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders – Commercial Items (JAN 2013); paragraph (a) and the following clauses in paragraph (b): (23), (26), (27), (28), (29), (38), (39), (42).
FAR 52.223-18 Encouraging Contractor Polices Ban Text Messaging While Driving (AUG 2011)
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013)
FAR 52.239-99 -Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (AUG 2012)
VAAR 852.232-70 Electronic Submission of Payment Request (NOV 2012)
VAAR 852.237-70 Contractor Responsibilities (APR 1984)
VAAR 852.252-71, Representatives of Contracting Officers (JAN 2008)
VAAR 852.273-70, Late Offers (JAN 2003)
VAAR 852.273-74 Award without Exchange (JAN 2013)
OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTES, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS WHICH ARE AVAILABLE ELECTRONICALLY AT:http://www.acquisition.gov/far/
Offeror s not registered in the System for Award Management (SAM) at the time the requirement is anticipated to be awarded will not be considered. Offeror s may register with SAM by accessing http://www.sam.gov or by calling 1-866-606-8220.
Quotation Submission: Questions and submissions will be accepted in only in electronic form to Joan Dixon, Contract Specialist at email Joan.Dixon@va.gov. All offers shall include prices(s) (unit price, extended price, total price) a point of contact: name, phone number & e-mail, Cage Code, Duns Number, business size, and payment terms. The Offeror’s offer shall consist of the following information which is divided into two parts: Technical Offer, and Price Offer. The Technical Offer shall include title page, solicitation number, detail table of contents, preface and shall not exceed 10 pages, utilize Times New Romans and size 12 fonts. The Offerors must be specified in responses to this requirement.
Questions: Questions shall be submitted by Monday July 29, 2013 by 5:00 PM EDT.
Quotation Submission Deadline: Quotations must be received by July 31, 2013 by12:00 PM EDT. Any responses received after July 31, 2013 will not be considered.
The points of contact: Joan Dixon, Contract Specialist, Phone:E-mail:Joan.Dixon@va.gov) or Christian Fowler, Team Lead Phone: (Email: Christian.Fowler@va.gov).
NOTE: Communication with other officials may compromise the integrity and competitiveness of this acquisition, which could result in the cancellation of the solicitation and/or exclusion of your quotation.
URL: https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10113Q0190/listing.html
OutreachSystems Article Number: 130726/PROCURE/0127
Matching Key Words: audiovisual; produc*; serv*; 


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 — MILITARY BLOW OUT KITS H92244-13-T-0269 081213 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-0269, 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 2005-67 effective 22 July 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:

Section B Schedule of Supplies and Services

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

CLIN 0001 Military Blow Out Kit with Combat Pill Pack to include one each of the following (unless annotated otherwise): Nasopharyngeal Airway 28fr, Surgilube 3gr, QuikClot Combat Gauze, Foxseal Occlusive Dressing (2 pack), 14G x 3.25″ Decompression Catheter, Primed Compressed Gauze (2), 4″ Emergency (Israeli) Dressing, 4″ Elastic Bandage (non-latex), Red Mechanical Wax Pencil, Casualty Assistance Card, 5mil poly/COEX vacuum & heat seal bag. Sealed aluminum Combat Pill Pack to include Moxifloxacin 400mg, Meloxicam 15mg & Acetaminophen bi-layer 625 mg (2)
MFR: TQS
P/N: TQS-20FS
QTY: 400 each

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 52.204-7 Central Contractor Registration Feb-12
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) Jan-13
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 Mar-12
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 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items May-13
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun-12
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec-12
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec-12
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 Dec-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 8:00 AM Eastern Standard Time (EST) on 12 August 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 URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0269/listing.html
OutreachSystems Article Number: 130726/PROCURE/0651
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 

Department of the Air Force, Air Force Materiel Command, ESG – Enterprise Sourcing Group, Building 1 1940 Allbrook Dr Wright Patterson AFB OH 45433-5006

R — ESG AFCEC Environmental Services RFI#2 FA8903-13-R-0071 080813 Tracy E Harris, Contract Specialist, Phone 2103958738, Email tracy.harris.8@us.af.mil – Beatrice Torres,356px-Seal_of_the_US_Air_Force.svg Contracting Officer, Phone 2103958120, Email beatrice.torres@us.af.mil THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government’s requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm’s ability to submit an offer if, or when, a solicitation is released. The requested information is for market research and planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations.

GENERAL INFORMATION:

The 772d Enterprise Sourcing Squadron/Environmental Services Contracting (772 ESS/PKS) at Joint Base San Antonio (JBSA), Lackland, TX, is planning to contract with firms to perform environmental services to address environmental needs at Air Force installation locations within the East Regional Support Team (RST) (includes EPA regions 1, 2, 3 and 4) in accordance with technical and regulatory requirements.

772 ESS/PKS anticipates the award of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to multiple firms using North American Industry Classification System (NAICS) code 562910. The business size standard associated with this NAICS code is 500 employees. All sub-categories of small businesses are being looked at during our market research phase.

772 ESS/PKS is considering the inclusion of Firm Fixed Price (FFP) pricing arrangements in each contract. Additionally, we currently anticipate that each contract will have a 4-year basic ordering period with performance continuing up to 24 months after the end of the ordering period. Registration in the System for Award Management (SAM) will be mandatory for these contracts (see SAM website athttps://www.sam.gov/portal/public/SAM/.

772 ESS/PKS request comments from interested parties to the following five attachments:

Attachment 1: Information to Offeror(s) (ITO-Section L) dated 22 Jul 2013
Attachment 1a: Section L, Attachment L-6 Price Model
Attachment 1b: Section L, Attachment L-5 Fully Burdened Labor Rates Tables
Attachment 2: Information to Offeror(s) (ITO-Section M) dated 22 Jul 2013
Attachment 3: Draft Performance Work Statement (PWS) dated 15 Jul 2013

Please submit your comments before 10:00 AM CDT, 8 Aug 2013. All information provided will become the property of the United States Air Force and will be kept as confidential information.

Since this is an RFI to be used in market research and planning a possible future acquisition, please do not send in any proposals. Request for proposals, if or when issued, will be available on the Internet at FedBizOpps.gov. As such, it is the potential offeror’s responsibility to monitor these sites for the release of any additional information.

THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.

Please note that official information will be provided only by the Contracting Officer or the Buyer. Any information received from other sources should not be relied upon as official.

Set-Aside: Total Small Business Place of Performance: Eastern United States Region to include: Maine, New Hampshire, Vermont, Connecticut, Delaware, New York, Massachusetts, Rhode Island, District of Columbia, New Jersey, Maryland, Pennsylvania, West Virginia, Virginia, North Carolina, South Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, and Florida (includes EPA regions 1, 2, 3 and 4). US URL:https://www.fbo.gov/notices/76ff6be733433105ea487984a448b2fc
OutreachSystems Article Number: 130725/PROCURE/0098
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

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: 130725/PROCURE/0573
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 


Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13 Washington DC 20219

T — Audio-Visual Services - RFI Re-Release RFI07242013 080213 Azita Mamdouhi, Phone 2026496614, Email azita.mamdouhi@occ.treas.gov REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE

The Office of the Comptroller of the Currency (OCC) charters, regulates, and supervises all United States national banks and federal thrifts. OCC also supervises the federal branches and agencies of foreign banks. Headquartered in Washington, DC, the OCC has four district offices plus an office in London to supervise the international activities of national banks. Bank supervision is the core activity of the agency.

The contractor shall provide all management, tools, equipment, supplies, and labor necessary to ensure that audiovisual maintenance services are performed for the Office of the600px-US-DeptOfTheTreasury-Seal.svg Comptroller Headquarters and HQ extended location. The contractor shall accomplish all preventative maintenance, repair and firmware upgrades to meet the requirements of this PWS.   OCC headquarters has approximately 110 meeting spaces with standard equipment consisting of LCD monitor, multimedia projector and screen with Crestron equipment control system. Two of the rooms are more specialized larger capacity rooms (100 + participants) which contains three multimedia projectors each, with more advanced audio and video capability.
OCC’s Learning Center location consists of four specialized learning rooms with Crestron control systems and ceiling mounted projection systems.

The contractor shall:
• Perform preventive and corrective maintenance of audio-visual equipment and associated control systems;
• Ensure timely and cost effective maintenance is performed in accordance with customer requirements;
• Complete surveys of existing maintenance systems and recommendations for improvement;
• Have knowledge and use of maintenance software and related equipment.

In order to facilitate this endeavor, the OCC is seeking industry sources with demonstrated capabilities to provide innovative solutions and approaches for achieving the requirements outlined in the attached DRAFT Performance Work Statement (PWS) and attachments. The DRAFT PWS in its current form provides respondents the minimum requirements of the OCC. It is the OCC’s intent to use the information gathered in response to this Sources Sought Notice to assist the Government in its market research to determine whether to, in accordance with applicable law, set- aside, restrict competition, or solicit offers from all responsible sources. Furthermore, the responses obtained will enable the OCC to refine the strategy for the development of this requirement in order to structure a program that will mitigate cost, schedule, and performance risks.

To assist the OCC in identifying potential sources that possess the specific expertise, capabilities and experience to meet the requirements of the PWS, the attached Capabilities Questionnaire has been developed. Respondents to this notice shall provide a written capabilities statement, which includes and addresses the questions outlined in the questionnaire and any relevant information that specifically addresses the company’s capabilities to provide the services outlined. Capabilities Statements shall be no longer than 10 pages (not including a price estimate).

It is particularly important for the government to understand the cost model for an entity to provide the support as described in this Notice. Therefore, respondents are encouraged to provide a rough order of magnitude (ROM) for the requirements described.

The Government believes industry feedback is important, and is receptive to any and all ideas from industry, which would result in sound requirements, realizing cost savings, or highlighting potential technical, or contractual problem areas associated with this effort. The Government reserves the right to reject in whole or in part, any industry input as a result of this Notice.

Failure to provide sufficient documentation may result in the Government being unable to adequately assess your capabilities. When submitting responses, vendors shall clearly identify any information it considers sensitive or proprietary. All information received in response to this Notice that is marked ‘proprietary’ will be handled accordingly. Responses to this Notice will not be returned. Responders are solely responsible for all expenses associated and incurred by submitting a response. Eligibility to participate in a future acquisition is not predicated on a response to this Notice.

Please submit responses via email to Azita Mamdouhi, Contract Specialist, at Azita.Mamdouhi@occ.treas.gov no later than 10:00 A.M. EST on August 2, 2013.

DISCLAIMER AND IMPORTANT NOTES : This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this 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.

Place of Performance: 400 7th Street, SW Washington, DC 20219 US URL: https://www.fbo.gov/spg/TREAS/OCC/ASDMS413/RFI07242013/listing.html
OutreachSystems Article Number: 130725/PROCURE/0617
Matching Key Words: video; audiovisual; serv*; 

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula Missoula MT 59804

T — Youth and Wilderness Film Project AG-03R6-S-13-0086 080613 Tami L Mitchell, Purchasing Agent , Phone 406-329-1009, Fax 406-329-3876, Email tlmitchell@fs.fed.us The purpose of this contract is to provide high definition filming and post production services that results in one 15-20 minute feature film and ten to twelve 1-2 minute podcasts, featuring youth and wilderness, for upcoming celebrations in 2014 of the 50th Anniversary of the Wilderness Act. The intent of the film is to show the transformative power of wilderness on youth, and to inspire youth who will become the future stewardship of this incredible wilderness legacy.
Set-Aside: Total Small Business Place of Performance: Flathead and Helena National Forests Regional Office 200 E. Broadway Missoula, MT 59801 US URL: https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-13-0086/listing.html
OutreachSystems Article Number: 130723/PROCURE/0082
Matching Key Words: filming; naics!512110; 


Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343

T–Video Inspection of Spillways at Eagle Island Dredge Disposal Area, Brunswick County, North Carolina W912PM-13-T-0029 072613 Carol Brock, 9102514110 USACE District, Wilmington This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information190px-United_States_Army_Corps_of_Engineers_logo.svg included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This notice is being posted as an avenue to provide Request for Quotes, W912PM-13-T-0029. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action.

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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is reserved exclusively for small business concerns. The solicitation number is W912PM-13-T-0029, and the solicitation is issued as a Request for Quote (RFQ).

This procurement is 100% set-aside for small business. The North Atlantic Industry Classification System (NAICS) code is 541370 with a small business size standard of $14 million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-68.

Description of Requirement:
The Wilmington District, of the US Army Corps of Engineers requests the transportation, labor, equipment, supplies and materials to completely documentary, color video inspection inside each 30-inch pipe at Spillways 1, 4, 5, and 6, from the upstream (inside of dike) to the connection with the HDPE pipe, at the Eagle Island Dredge Disposal Area, located approximately three miles southwest of downtown Wilmington, North Carolina. Each inspection shall be recorded digitally on a DVD (Digital Versatile Disk) and provided to the Government for later viewing and analysis. The video inspection equipment shall be capable of performing pan and tilt video inspection of the inside surface of the spillway pipe. In the performance of this contract, the Contractor shall comply with the requirements of the U.S. Department of Labor Wage Determination 2005-2393, Revision 14, dated 06/19/2013, in Brunswick County, North Carolina.

Background checks will be required for all Contractor personnel. See the Statement of Work for details and requirements regarding this standard procedure.

To view the specifications for this requirement:
Scroll toward the bottom of this solicitation
Click the quote mark Additional documentation quote mark link below the Additional Information Heading
Open ALL the Attached pdf documents

This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil.

52.204-7, Central Contractor Registration
52.204-9, Personal Identity Verification of Contractor Personnel
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
52.219-1, Alternate I, Small Business Program Representations
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor–Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-25, Affirmative Action Compliance
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.222-41, Service Contract Act of 1965
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-43, Statement of Equivalent Rates for Federal Hires
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-1, Buy American Act-Supplies
52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act
52.225-13, Restrictions on Certain Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification
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
52.236-1, Performance of Work by the Contractor
52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements
52.247-34, F.O.B. Destination
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference
52.252-5 Authorized Deviations In Provisions
52.252-6 Authorized Deviations In Clauses
252.201-7000, Contracting Officer’s Representative
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7003, Agency Office of the Inspector General
252.204-7004 Alt A, System for Award Management
252.204-7005, Representation Relating to Compensation of Former DOD Officials
252.204-7006, Billing Instructions
252.204-7008, Export-Controlled Items
252.211-7003, Item Identification and Valuation
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications

Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer.

PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror’s complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NO LATER THAN 1:00 PM, EASTERN DAYLIGHT TIME, 26 JULY 2013. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on US Mail, courier service, or hand-delivered to the attention of the Contract Specialist, Carol Brock at 910-251-4110.

The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote.

The government reserves the right to cancel this solicitation.

This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement.

Electronic Quotes are now being accepted via email; Jessie.C.Brock@usace.army.mil or fax; 910-251-4454.

Set-Aside: Total Small Business Place of Performance: USACE District, Wilmington CESAW-CT, 69 Darlington Ave, Wilmington NC 28403-1343 US URL:https://www.fbo.gov/notices/cc507772ea095c89718e4d779a91559c
OutreachSystems Article Number: 130723/PROCURE/0084
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

R–Housing Market Analysis, US Army Installations Worldwide W912QR-13-R-0069 090413 Lauren Minzenberger, 502-315-6202 USACE District, Louisville Requirement to provide a variety of Housing Market Analysis services for Army projects worldwide. This will be an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. A seed project will be awarded along with the base contract. Contract duration is estimated at 5 (five) Years from date of award, with a 3 (three) year base and two (2) year option period. The minimum guarantee is $10,000.00 for the three year base contract and $10,000.00 for the option. This solicitation is a Request for Proposal (RFP). The North American Industry Classification (NAICS) code is 541611, with a size standard of $14,000,000. The estimated cost range is $600, 000 per year. Proposals will be evaluated using a Best Value Tradeoff Source Selection Process. Proposals will be evaluated based on technical factors such as: Prime Contractor Past Performance, Key Personnel, and Price. All evaluation factors, other than cost or price, when combined, are more important than cost or price. Approximate issue date for the solicitation is 01 August 2013 and approximate closing date is 04 September 2013. This project will be available by download from the Internet only. The project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. In order to download the files for this project, registration at the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov is required. Downloads are available only through the FedBizOpps website. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY. Further details will be issued with the solicitation. General questions may be addressed to Lauren.O.Minzenberger@usace.army.mil.
Set-Aside: Total 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-0069/listing.html
OutreachSystems Article Number: 130720/PROCURE/0070
Matching Key Words: age:state!ky; state!ky; 


Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030

R — USPSC Development Transition Specialist, USAID/Kyrgyz Republic, Bishkek 39-2013 080513 Tatiana P Rossova, Personnel Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76720px-USAID-Identity.svg 35, Email trossova@usaid.gov ISSUANCE DATE: 07/18/2013
CLOSING DATE: 08/05/2013
Gentlemen/Ladies:

SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 39-2013
USPSC 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 Samuel Matthews, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34, or e-mail almaexo_hr@usaid.gov.

Offerors should retain for their records copies of all enclosures which accompany their proposals.

Sincerely,

Samuel Matthews
Contracting Officer

ATTACHMENT TO SOLICITATION NO. 39-2013

1. SOLICITATION NUMBER: 39/2013
2. ISSUANCE DATE: 07/18/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 08/05/2013 (6 p.m. Almaty Time)
4. POSITION TITLE: USPSC 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, five 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 Development Transition Specialist (Specialist) is a member of the USAID/Kyrgyz Republic Mission and reports to the Senior Development Transition Specialist.. S/he serves as a Mission expert and coordinator in providing technical leadership and support for cross-cutting issues related to the ongoing development transition in the Kyrgyz Republic. This cross-cutting program includes 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 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. The Specialist will be primarily based within the office of a USAID/KR implementing partner and will be responsible for the day-to-day management of this implementing partner’s activities. The incumbent provides substantive input in the design, implementation and monitoring of projects in these areas and in the management of the implementing partner’s key personnel. Working within strategic guidance provided by the upcoming USAID/KR Country Development Cooperation Strategy, the Government of the Kyrgyz Republic’s National Sustainable Development Strategy and other strategic documents, the Specialist assists the Senior Development Transition Specialist in development of the implementing partner’s project-level strategic framework and management plan. Using this framework and management plan as a guide, the Specialist takes the lead in the identification of key partnerships with Kyrgyz Government, private sector, and civil society institutions. The Specialist then guides and manages the implementing partner’s team in the development and management of activities to work with these partner institutions to achieve long-term development goals. These activities include cash and in-kind grants, short and long-term technical assistance, training. The Specialist will frequently be called upon to use her/his technical knowledge and development experience to personally design high profile activities working towards governance, public administration and economic development objectives.

The Specialist is also the primary manager for the USAID/KR implementing partner’s activities in the Southern Kyrgyz Republic, which are largely managed from a sub-office in the city of Osh. The incumbent will travel frequently to the region (30% travel) and works directly from the implementing partner’s office to supervise the design and management of activities in this region.

The range of responsibilities and functions are outlined below.

B) DUTIES AND RESPONSIBILITIES

Under the direct supervision of the Senior Development Transition Specialist, the Specialist has duties and responsibilities including but not limited to the following:

1) Project Technical Management 60%

- Provide day-to-day direction and supervision for a large USAID/KR implementing partner staff in both Bishkek and Osh, oversee management of Chief of Party and other Key Personnel.

- Oversee design of project activities, including designing activities personally. Provide informed, written and oral recommendations to the Senior Development Transition Specialist and Contracting Officer for activity approvals and identification of strategic partnerships.

- Supervise management of project activities, using knowledge from monitoring and activity evaluations to make judgments on progress and recommendations on strategic directions.

- Conduct site visits to evaluate recipient performance and provide advice and programmatic support.

- 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 strategies, effective reporting and activity design, including writing scopes of work, program descriptions and assessments.

- 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).

- Participate in public outreach function, as needed.

2) Project Administration 25%

- Take the lead on collecting information and drafting/editing regular reporting products.

- Participate in planning, scheduling and control of annual cycles of program and funding activity.

- Perform a wide range of administrative functions (budget preparation, financial management, records management and travel assistance) to help ensure programmatic success.

- 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.

- 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.

- 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.

3) Acting Senior Development Transition Specialist (Program Director) 15%

When required, the Specialist assumes higher representational responsibilities as the Senior Development Transition Specialist, who functions as the Program Director for the cross-cutting USAID/KR project. When serving in this acting Program Director status, the Specialist is responsible for:

- Supervision of four Kyrgyz national USAID staff and full strategic management of cross-cutting project.
- Approval of activities within the project strategic framework.
- U.S. interagency and donor coordination/representation of USAID Development Transition activities and priorities to a wide audience.

- Other duties as assigned.

C) POSITION ELEMENTS:

1) Supervision received: The incumbent will work under the general policy and technical guidance of and report to the USAID/Kyrgyz Republic Senior Development Specialist. 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 two FSN Project Management Specialists. Together they will develop deadlines, projects, and work to be accomplished. When service as Acting Senior Development Transition Specialist, will supervise four FSN staff.

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) Level 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. Must have experience working with cash and in-kind grants under contracts, short and long-term technical assistance, and training.

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: Demonstrated technical expertise 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.

Demonstrated history of experience in a multicultural team environment working with a wide range of individuals and organizations to address development transition challenges. 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 technical expertise in transition-related programs, and programmatic skills within the context of developing countries. 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. Current knowledge of best practices, and current research and development trends in economic growth and democracy and governance.

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.

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.

The ability to meet tight deadlines with concise documents. Strong computer skills and proficiency in MS Office software.

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
Knowledge Skills and Abilities: 50 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) August 05, 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 30, 2013, 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 Bishkek KG URL: https://www.fbo.gov/spg/AID/OM/ALM/39-2013/listing.html
OutreachSystems Article Number: 130720/PROCURE/0082
Matching Key Words: writ*; technical; operating; 


720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030

R — USPSC Senior Public Health Specialist, USAID/Kyrgyz Republic, Bishkek 40-2013 080513 Tatiana P Rossova, Personnel Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE: 07/18/2013
CLOSING DATE: 08/05/2013
Gentlemen/Ladies:

SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 40-2013
USPSC Senior Public Health 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 Samuel Matthews, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34, or e-mail almaexo_hr@usaid.gov.

Offerors should retain for their records copies of all enclosures which accompany their proposals.

Sincerely,

Samuel Matthews
Contracting Officer

ATTACHMENT TO SOLICITATION NO. 40-2013

1. SOLICITATION NUMBER: 40/2013
2. ISSUANCE DATE: 07/18/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 08/05/2013 (6 p.m. Almaty Time)
4. POSITION TITLE: USPSC Senior Public Health Specialist
5. MARKET VALUE: $71,674-$93,175 per annum (GS-13 equivalent) with 25% Post Differential (currently)
6. PERIOD OF PERFORMANCE: One year
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 health sector activities. The HEO manages a diverse program of country-specific and regional activities and an annual portfolio of over $10 million. The HEO currently manages activities in the following areas:

• 3.1.1 HIV/AIDS
• 3.1.2 Tuberculosis
• 3.1.6 Maternal and Child Health
• 3.2.1 Basic Education
• 3.2.2 Higher Education

B) DUTIES AND RESPONSIBILITIES
The Personal Services Contractor shall serve as the Senior Public Health Specialist (Specialist) and will lead the health team of two local staff in the overall management of USAID’s health portfolio in the Kyrgyz Republic. The Specialist will work under the general direction of the Health and Education Office Director. S/he will serve as a high level decision-maker and provide guidance and recommendations to senior USAID and U.S. Embassy staff. The incumbent will take part in all parts of program life from concept development to implementation, evaluation, and close out.
Duties and responsibilities include but are not limited to the following:
1) Program Development and Management (50%)

The Specialist will play a leading role in the design, oversight, and management of assistance programs to achieve USAID/KR strategy objectives and intermediate results of the Health portfolio. In fulfilling these duties, the incumbent develops, oversees, manages, and evaluates health sector development programs. S/he will supervise CORs, AORs, and activity managers for USAID activities in the Kyrgyz Republic and serve as COR, AOR and/or activity manager for selected activities. The Specialist will provide guidance and direction for proposals and implementation of grants, contracts, and cooperative agreements. S/he will assist implementing partners to ensure understanding of the performance monitoring system and their role in the process and advises them on specific measurement techniques appropriate for their programs.

The incumbent will develop concept papers, project authorizations, and project amendments, in line with agency regulations and guidance and will lead or be a key member of technical selection committees for the award of procurement instruments. Designing programs in line with the USAID/KR strategy will require the incumbent to monitor, analyze, and report on political and health conditions in the Kyrgyz Republic to assess assistance needs and priorities. The incumbent will provide support for monitoring and evaluation of health sector programs, this will include the plan and design of evaluation instruments as needed to make informed program design and management decisions. S/he will conduct or lead data gathering, research and analysis, and dialogue with counterparts necessary to inform program design decisions. The incumbent will also evaluate the costs, benefits and effectiveness of projects.

The Specialist will also support the development of the Health section in the Operational Plan, Performance Monitoring Plan, and other key documents.

As the lead technical advisor for health sector development in the Kyrgyz Republic mission, the Specialist will coordinate closely with the Health and Education Office of the USAID/Central Asian Republics Regional Mission (USAID/CAR) which is headquartered in Almaty, Kazakhstan. USAID/CAR manages several regional health programs in the Kyrgyz Republic. The Specialist is responsible for ensuring that these regional programs are designed and managed to best meet the development needs of the Kyrgyz Republic. As necessary, the Specialist also collaborates with colleagues in other USAID missions in South Asia to encourage regional integration.

Technical Advice and Special Projects (25%)

The Specialist will be a senior advisor to USAID and other USG agencies on health sector development issues in the Kyrgyz Republic and will actively foster and facilitate USG interagency collaboration and cooperation. S/he will perform a variety of duties related to special projects involving health sector development.

In particular, the Specialist will lead USAID or USG discussions related to health reforms in the Kyrgyz Republic. The incumbent will participate in regular and ad hoc donor and government coordination meetings and will provide expert technical advice to all stakeholders on health sector issues as well as advising USAID and US Embassy senior management on appropriate actions. The incumbent will represent USAID as atechnical specialist to a variety of formal and informal coordination groups. These responsibilities may include, but not be limited to: sitting on the national CCM for grants from the Global Fund to Fight HIV/AIDS, Tuberculosis, and Malaria, representing USAID on the PEPFAR country team, and participating in a variety of other health-related groups. As needed, s/he may be asked to represent USAID at meetings with other donors and the Government of the Kyrgyz Republic.

When required, the Specialist will also prepare technical white papers, implementation and action plans, progress reports, press release, public speeches, and professional correspondence on health sector topics. As relevant, the Specialist will also conduct research and advise other sector teams to inform strategy and program design and management. S/he will work with other offices within the Mission to generate synergies and complementary activities.

Mentorship (25%):

A crucial piece of the incumbent’s job will be mentoring local staff. S/he will advise, train and otherwise support the career development of professional staff responsible for managing health sector activities. S/he will contribute to and oversee the development of health development competencies in the HEO in strategy and activity development and program monitoring and evaluation.

C) REQUIRED 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 the Kyrgyz Republic. Must be willing to travel throughout the Kyrgyz Republic and occasionally to other countries in Central Asia.

2) Prior Work Experience: This is a position that requires maturity and a minimum of seven years of progressively responsible experience in management of health sector development programs, grants, or cooperative agreements, with a proven track record of programmatic accomplishment and professional achievement, demonstrating the ability to function in complex, frequently changing political and economic conditions. At least five years of effective international program development/management experience while residing in a transitional or developing country. At least three years of successful leadership experience in a team environment. Demonstrated expertise in management and evaluation of programs, with extensive knowledge of USAID/State regulations governing all areas of program development and procurement is highly desired. Experience in USAID or knowledge of USAID systems highly desirable. Experience managing programs in Central Asia and the Kyrgyz Republic specifically is preferred.

3) Knowledge, Skills, and Abilities: Excellent project management skills; strong analytical and writing skills as evidenced by previous experience and a writing sample. Exceptional leadership and interpersonal skills and demonstrated ability to work effectively in a collegial and persuasive fashion in a team environment to achieve consensus on policies, activities and administrative matters. The incumbent must have fulfilled mentorship roles in the past and have the strong skills necessary to support a team members’ development.

Strong 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; and to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team.

The incumbent must be fluent in English (working knowledge of Russian or Kyrgyz is preferred but not required) and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, includingtechnical reports. S/he must have demonstrated ability to produce professional quality statements of work, white papers, and other professional documents in the specified technical areas. The incumbent 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.

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 minimum of a Master’s Degree in a relevant development-related field (eg: public health, medicine, or nursing).

D) SELECTION CRITERIA

Applicants will be evaluated against the following criteria:

Prior Work Experience: 20 points
Knowledge, Skills and Abilities:
- Project Management, analytical and writing skills 25 points
- Knowledge of health sector development issues and best practices: 25 points
Teamwork/Interpersonal Skills: 20 points
Education and Language Skills 10 points
Total: 100 points
Bonus: Good Working Knowledge of Russian or Kyrgyz Language 5 points

Grand Total: 105 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 05, 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 30, 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 Bishkek KG URL: https://www.fbo.gov/spg/AID/OM/ALM/40-2013/listing.html
OutreachSystems Article Number: 130720/PROCURE/0083
Matching Key Words: writ*; technical; 


Department of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US

U–Establish a broadband H.323 network connection P13PS01449 080113 HEATHER MADSEN heather_madsen@nps.gov The NPS is seeking sources to provide, test and establish a broadband H.323 network connection between NPS Northeast Regional (NER) distance learning video conferencing bridge and a designated I2 network connector conference bridge. The H.323 network connection with NPS will support connection speeds of 384kbps, 768kbps and 1.54 kbps. Video rates to be supported 30 frames per second600px-US-DeptOfTheInterior-Seal.svg and 60 frames per second. The application content sharing connection will support H.263 and H.264, H.264+. The network operation center with NPS concurrence will be support, provide distance learning event recording, issue electronic and/or CD/DVD hard copy to the NPS. The network connections must be compatible and support IPv4, IPv6, IPv4 Multicast and IPv6 multicast. The company must be able to provide multicast broadcast event communications to expand outreach to sites without videoconferencing infrastructure. This notice of intent is not a request for competitive quotes. However, interested firms or persons may identify their interest and capability to respond to the requirement or submit proposals. The Government will consider all responses received by 10:00am MST, Wednesday July 24, 2013. A determination by the Government not to compete this proposed task order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Responses should be forwarded to Heather Madsen via email at heather_madsen@nps.gov. NPS will not provide a reply until after the closing date of Wednesday July 24, 2012 when all parties have had an opportunity to respond. NO PHONE CALLS PLEASE.
URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS01449/listing.html
OutreachSystems Article Number: 130720/PROCURE/0509
Matching Key Words: broadcast*; event?; 

600px-US-DeptOfTheTreasury-Seal.svgDepartment of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F 200 Third Street Parkersburg WV 26106-5312

R — GRANT DATA VERIFICATION SERVICES FOR IAF GRANTEES IN BRAZIL TBPDIAF13R0005 Mindy Wargowsky, Contract Specialist, Fax 304-480-7204, Email PSB3@bpd.treas.gov – Gina Hanna, Contracting Officer, Fax (304) 480-7204, Email PSB3@bpd.treas.gov Description in English – On behalf of the Inter-American Foundation (IAF), an independent agency of the United States Government, the Bureau of the Public Debt (BPD) is seeking a consultant in Brazil to provide grant data-verification services. The IAF approves approximately six to eight grants per year per country. Grants are awarded for a one, two, or three-year period and typically include the following verification visits: a Data Verifier orientation visit, a verification visit either every six months or yearly, and a final visit after the project has closed. It is estimated that each visit to a grantee takes approximately 5 days, including preparing for the visit (contacting grantee, reading grant documentation, copying reports), travel time, interviews with the grantee and its beneficiaries, and drafting visit reports. This requirement includes the following tasks: contractor shall train grantees in the use of the IAF data collection instrument; train grantees on data collection strategies; assist grantees in the selection of indicators that present problems in collecting the required data; document and verify grant results with grantees, beneficiaries, and grantees’ partners; draft reports documenting data verification visit findings; and write project history reports for terminating grants. In addition, when requested by the IAF, contractor shall accompany the IAF staff and Contractors on field trips; provide grant results verification services in other countries; and participate in training and/or conferences. The Contractor shall possess the necessary language abilities applicable to the country, which are Portuguese, and Spanish to facilitate communication with colleagues. The Contractor shall have a physical presence in Brazil, with legal status to operate in Brazil for the duration of the contract; contractor shall be willing to travel to remote areas of the country to conduct fieldwork at the grantees’ physical location or where grant activities are taking place.
This indefinite-delivery, indefinite-quantity contract will be for a one-year period with four option periods. The Government will consider proposals from all responsible sources. Interested offerors may register athttp://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7204 or e-mailing your request to psb3@bpd.treas.gov (reference #TBPDIAF13R0005, DV/BR – M.W. in the subject line).

Descrição em português – Em nome da Fundaç ão Interamericana (IAF), órgão independentes do Governo dos Estados Unidos, o Serviço da Dívida Pública (BPD) está procurando um consultor no Brasil para prestam serviços de verificação de dados de doações. A IAF aprova aproximadamente seis a oito doações por ano em cada paí s. As doações são concedidas por um período de um, dois ou três anos e normalmente incluem as seguintes visitas de verificação: visita de orientação sobre o Verificador de Dados; visita de verificação semestral ou anual; e uma visita final após a conclusão do projeto. Estima-se que cada visita a um donatário leve aproximadamente 5 dias, incluída a preparaç ão para a visita (contato com o donatário, leitura da documentaç ão da doação, cópia dos relatórios, etc.), tempo de viagem, entrevistas com o donatário e seus beneficiá rios e versão preliminar dos relatórios da visita. Este requisito inclui as seguintes tarefas: O contratante treinará os donatá rios no uso do instrumento de coleta de dados; treinará os donatá rios nas estratégias de coleta de dados; ajudará os donatá rios na seleção de indicadores que apresentarem problemas na coleta dos dados requeridos; documentará e verificará os resultados da doação com os donatários, beneficiários e parceiros dos mesmos; elaborará relatórios documentando conclusõ es da visita de verificação de dados; e preparará relató rios sobre a história do projeto para as doações findas. Além disso, quando solicitado pela IAF, o contratante acompanhará o pessoal da IAF e os Contratados em viagens de campo; presará serviç os de verificação de resultados da doação em ouros países; e participará de treinamento e/ou conferê ncias. O Contratante deverá ter as aptidões linguísticas aplicáveis ao país, a saber, português e espanhol para facilitar a comunicação com os colegas. O Contratante terá presença física no Brasil com status jurídico para operar no Brasil no período do contrato; o contratante deverá estar disposto a viajar a áreas remotas do país para realizar trabalho de campo na localização física do donatá rio ou onde estiverem sendo realizadas as atividades da doaçã o.

Este contrato de prestação de serviços sem prazo fixo e de quantidade indeterminada terá a duração de um ano com quatro períodos opcionais. O Governo considerará propostas de todas as fontes responsáveis. Os interessados deverão cadastrar-se no website http://www.fedbizopps.gov para receber notificaçã o quando a solicitação e quaisquer emendas forem emitidas e estiverem disponíveis para download. Favor observar que a Administraç ão de Serviços Gerais oferece o serviço de notificaç ão como cortesia e não garante que as notificaçõ es sejam recebidas por todas as pessoas constantes da mala direta. Portanto, recomendamos que o senhor/a senhora monitore o website FedBizOpps para obter informações pertinentes às aquisições desejadas. Se o senhor/a senhora não tiver acesso à opç ão da Internet, poderá receber uma cópia impressa da solicitação e de quaisquer emendas (por via postal dos EUA) mediante o envio de fax ao número (304) 480-7204 ou enviando seu pedido por e-mail a psb3@bpd.treas.gov (referência Nº TBPDIAF13R0005, DV/BR – M.W. na linha do assunto).

URL: https://www.fbo.gov/spg/TREAS/BPD/DP/TBPDIAF13R0005/listing.html
OutreachSystems Article Number: 130719/PROCURE/0090
Matching Key Words: documentar*; 


Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast Seattle WA 98115-6349

T – PRODUCE A SHORT FORMAT VIDEO TO ILLUSTRATE THE CONCEPTS OF INTEGRATED ECOSYSTEM ASSESSMENTS WAD-NFFP7100-13-03892 072513 Maria L Mendoza, Phone600px-US-DeptOfCommerce-Seal.svg (206)526-6671, Email Maria.L.Mendoza@noaa.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. This announcement constitutes the only solicitation. Written quotes are being requested. A hardcopy written RFQ will not be issued.
The Northwest Fisheries Management Science Center (NWFSC), of the National Marine Fisheries Service (NMFS), National Oceanic and Atmospheric Administration (NOAA), Department of Commerce (DOC) is a government agency charged with the mission of stewardship for living marine resources. The NWFSC/ NMFS has a requirement for a contractor to provide short format videos that graphically illustrate the key concepts of Integrated Ecosystem Assessment in a form appropriate for the general public. The video should be close captioned. The entire solicitation is attached.

This procurement is 100% set aside to small business concerns under the North American Industry Classification System Code (NAICS) 512110 with a small business size standard of $29.5m.

The government intends to issue a firm fixed price contract with period of performance commencing approximately from Aug 15, 2013 through March 30, 2014. All interested parties must respond to this announcement within  seven (7) calendar days of its publication. Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm’s capability and experience meeting the requirements herein. Detailed information must be submitted by email to the Purchasing Agent, Maria L. Mendoza at maria.l.mendoza@noaa.gov by 4:00PM local Seattle time (PST), on Thursday, July 25, 2013. Questions of any nature must be addressed in writing as TELEPHONE INQUIRIES WILL NOT BE HONORED.

This notice is hereby issued as RFQ No.AB133F13RQ03892. The following provisions and clauses shall apply to this RFQ and resultant award.

CLAUSES AND PROVISIONS

The FAR (52) and CAR (1352) clauses incorporated into this acquisition are:
52.212-1 Instructions to Offerors - Commercial Items (JUNE 2008)
52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009)
52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010),
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2011)
1352.201-70 Contracting Officer’s Authority (APR 2010)
1352.209-73 Compliance with the Laws (APR 2010)
1352.209-74 Organizational Conflict of Interest (APR 2010)

FAR 52 clauses and provisions are available on the internet websitehttp://www.arnet.gov/far.

CAR 1352 clauses and provisions are available on the internet websitehttp://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf.

This procurement also requires contractors to complete the electronic representations and certifications at the SAM website. All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following website: http://www.sam.gov. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NOAA/WASC/WAD-NFFP7100-13-03892/listing.html
OutreachSystems Article Number: 130719/PROCURE/0145
Matching Key Words: video*; produc*; website; page?; business*; documentation; produce?; instruct*; commercial?; naics!512110; 


600px-US-DeptOfTheInterior-Seal.svgDepartment of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US

U–Establish a broadband H.323 network connection P13PS01449 080113 HEATHER MADSEN heather_madsen@nps.gov The NPS is seeking sources to provide, test and establish a broadband H.323 network connection between NPS Northeast Regional (NER) distance learning video conferencing bridge and a designated I2 network connector conference bridge. The H.323 network connection with NPS will support connection speeds of 384kbps, 768kbps and 1.54 kbps. Video rates to be supported 30 frames per second and 60 frames per second. The application content sharing connection will support H.263 and H.264, H.264+. The network operation center with NPS concurrence will be support, provide distance learning event recording, issue electronic and/or CD/DVD hard copy to the NPS. The network connections must be compatible and support IPv4, IPv6, IPv4 Multicast and IPv6 multicast. The company must be able to provide multicast broadcast event communications to expand outreach to sites without videoconferencing infrastructure. This notice of intent is not a request for competitive quotes. However, interested firms or persons may identify their interest and capability to respond to the requirement or submit proposals. The Government will consider all responses received by 10:00am MST, Thursday August 1, 2013. A determination by the Government not to compete this proposed task order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Responses should be forwarded to Heather Madsen via email at heather_madsen@nps.gov. NPS will not provide a reply until after the closing date of Thursday, August 1, 2012 when all parties have had an opportunity to respond. NO PHONE CALLS PLEASE.
URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS01449/listing.html
OutreachSystems Article Number: 130719/PROCURE/0674
Matching Key Words: broadcast*; event?; 


Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, SRRPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460USA

R–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). A606px-Environmental_Protection_Agency_logo.svg 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 Jones at jones.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 Jones at jones.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 must 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: 130719/PROCURE/0760
Matching Key Words: documentar*; 


600px-US-DeptOfNavy-Seal.svgDepartment 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 Chandra Brinkley 757-443-1442 Correct Synopsis to read:
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 production capability by CENSECFOR using their own authoring station. This notice of intent is NOT a request for competitive quotations; however, all responsible sources may submit a quotation, which shall be considered by the agency.

The North American Industry Classification System (NAICS) code for this acquisition is 512110 and the size standard is $30M. This prospective Request for Quote (RFQ) 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 July 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: 130719/PROCURE/0770
Matching Key Words: video*; produc*; train*; website; site?; business*; produce?; production?; commercial?; naics!512110; 

Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road Norfolk VA 23521

T — PROVIDE ASSISTANCE WITH COMMAND VIDEO PRODUCTION H92242-13-T-0010 072613 Ruby Phillips, Purchasing Agent, Phone 757-763-4432, Fax 757-492-1343, Email ruby.phillips@navsoc.socom.mil – Matthew J. Morelewski, Contracting Officer, Phone 7577634416, Fax 7574921343, Email matthew.morelewski@navsoc.socom.mil ;
p;
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 commercialitems found at FAR 13.5, as supplemented with the additional information included in this notice.   This announcement constitutes the160px-Special_Operations_Specops_Army.svg only solicitation; a written solicitation will not be issued.   PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS ( http://www.neco.navy.mil/ ).   The RFQ number is __H92240-13-T-0010.   This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-62 dated 20 Nov 2012___ and DFARS Change Notice 201210.   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 these addresses: www.acqnet.gov/far   and http://www.acq.osd.mil/dpap/dfars/index.htm   .   The NAICS code is _512110___ and the Small Business Standard is _29.5 Mil__.    This is a competitive action.   The   Naval   Special Warfare Command requests responses from qualified sources capable of providing :

CLIN 0001: Prepare a Command Video in accordance with the attached detailed statement of work

Delivery [Period of performance] is date of award to 30 Sep 2013.Delivery Location is Stennis Space Center MS, FOB Origin applies.   Responsibility and Inspection:   unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.   The following FAR provision and clauses are applicable to this procurement:

52.212-1, Instructions to Offerors - Commercial Items;

52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;

52.212-4, Contract Terms and Conditions - Commercial Items [ list the clauses that apply ];

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.-222-3 Convict Labor (Jun 2003)52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)52.232-33 Payment by Electronic Funds Transfer52.233-3, 52.247-34,52.252-2 Clauses incorporated by reference

Quoters [shall include] OR [are reminded to include] a completed copy of 52.212-3 and its ALT I with quotes.   All clauses shall be incorporated by reference in the order.   Additional contract terms and conditions applicable to this procurement are:

DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items;

DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items

[A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency.

[FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement.   The contract will be awarded to the quoter whose quote conforms to the solicitation provision, is technically acceptable and provides the lowest cost to the government.

[Procedures in FAR 13.106 are applicable to this procurement.   While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - price,and delivery.

SAM Contractor Registration (CCR). Quoters     must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/   .

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.   Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

This announcement will close at __1600 on __26   Jul 2013____.   Contact _Ruby Phillips___ who can be reached at 757-763-4432_ or email _ruby.phillips@navsoc.socom.navy.mil or Matthew Morelewski 757-763-4416 email: matthew.morelewski@navsoc.socom.mil 

Place of Performance: Stennis Space Center STENNIS, MS 39529 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-13-T-0010/listing.html
OutreachSystems Article Number: 130717/PROCURE/0111
Matching Key Words: video*; produc*; page?; business*; production?; instruct*; commercial?; naics!512110; 


600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Education and Training Command, Naval Post Graduate School, N62271 Naval Postgraduate School 1 University Circle Monterey, CA

U--Statement of Work Graduate Writing Center Helpdesk Tutorial Support Services for Master’s, Engineer, and Ph.D. Students Naval Postgraduate School Monterey, CA N6227113Q1226 073113 Jennifer Lee, Contracts Specialist 831-656-2034 The purpose of this support services requirement is to provide through the Graduate Writing Center academic writing-skills tutorial helpdesk support to graduate students enrolled in a wide variety of disciplines. Students are from a wide variety of organizations, backgrounds, and academic programs with diverse viewpoints, goals, needs, and academic skill levels.
This support will cover, but is not limited to, academic writing skills related to:
• Clarity, conciseness, and thoroughness
• Exploring thesis topics and questions
• Outlining
• Components and purpose of document sections
Writing mechanics, such as sentence structure, punctuation, style, conjunctions, transitions, lists, and word choice
• Sentence, paragraph, and document organization and flow
• Critical thinking, argumentation, and reasoning
• Presenting counter arguments
• Audience and intent
• Integrity in writing
• Citation rules, norms, and conventions
• Data presentation
Copy editing your own work
Writing process
Documents tutors review and consult on include thesis and dissertation chapters, capstone project reports, class papers, abstracts, executive summaries, paper outlines, slide presentations, data presentations andwrite ups, bibliographies, and citations.

Helpdesk tutoring services need to be available to both in-residence and distance-learning students. Most students will contact the writing center voluntarily. Other students will be referred by their professors. Students can drop by the center, call in, email, and/or sign up for an appointment with a helpdesk tutor. Some interactions will be brief and ad hoc, while most are anticipated to require preparation by the tutor before meeting with the student.
RFQ and SOW attached
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/105a182297e571e8db8d0bc76b28c0b9
OutreachSystems Article Number: 130717/PROCURE/0117
Matching Key Words: writ*; copy; 


Department of Veterans Affairs, Long Beach VANLO, Department of Veterans Affairs, Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815

U--Geriatric Web Modules Training VA26213Q1114 072313 Monica Griffin Contract Specialist 562-766-2232 monica.griffin@va.gov This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, veteran owned, women owned or service disabled veteran owned small business) relative to NACIS 611310. Written responses to this synopsis will be used by the Government toVA make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the Fedbizopps website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracting Office, is seeking sources for a potential contract to provide 1) filming include preparation of the standard patient who is trained to accurately portray specific health conditions in the elderly, physician-patient and family interactions around the discussion of disease, and 2) web-based educational module include formatting of information in the appropriate size "bites" for healthcare professionals, appropriate language, knowledge of core competencies and evaluation for the VA Greater Los Angeles Healthcare System (VAGLAHS). Contractors must have experience in geriatric healthcare and shall identify their capability to perform this service in writing by providing a description of how they can meet the need of VAGLAHS.
The intended contract period will be for a base period of one year which is to begin on or about August 15, 2013. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business small (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "Hubzone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or veteran owned small business? Responses to this notice shall be e-mailed to the attention of Monica Griffin, Department of Veterans Affairs, Network 22 Contracting Office (NCO/MP) at monica.griffin@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 3:00 p.m. July 22, 2013. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
URL: https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26213Q1114/listing.html
OutreachSystems Article Number: 130717/PROCURE/0612
Matching Key Words: filming; 

Other Federal Procurements (Small)

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

99 -- Questions & Responses on RFO as of 7-26-13 SOL DE-SOL-0005845 Description REQUEST FOR OFFERS FOR THE SALE OF DEPLETED AND OFF-SPECIFICATION URANIUM HEXAFLUORIDE INVENTORIES Questions and Responses as of 7-26-13 Overview Reference number: DE-SOL-0005845 Issue date: 07/26/2013 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: 130727/SMALL/7742
Matching Key Words: state!ky; 

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

U -- Establish a broadband H.323 network connection SOL P13PS01449 Description The NPS is seeking sources to provide, test and establish a broadband H.323 network connection between NPS Northeast Regional (NER) distance learning video conferencing bridge and a designated I2 network connector conference bridge. The H.323 network connection with NPS will support connection speeds of 384kbps, 768kbps and 1.54 kbps. Video rates to be supported 30 frames per second and 60 frames per second. The application content sharing connection will support H.263 and H.264, H.264+. The network operation center with NPS concurrence will be support, provide distance learning event recording, issue electronic and/or CD/DVD hard copy to the NPS. The network connections must be compatible and support IPv4, IPv6, IPv4 Multicast and IPv6 multicast. The company must be able to provide multicast broadcast event communications to expand outreach to sites without videoconferencing infrastructure. This notice of intent is not a request for competitive quotes. However, interested firms or persons may identify their interest and capability to respond to the requirement or submit proposals. The Government will consider all responses received by 10:00am MST, Thursday August 1, 2013. A determination by the Government not to compete this proposed task order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses should be forwarded to Heather Madsen via email at heather_madsen@nps.gov. NPS will not provide a reply until after the closing date of Thursday, August 1, 2012 when all parties have had an opportunity to respond. NO PHONE CALLS PLEASE. Overview Reference number: P13PS01449 Issue date: 07/18/2013 Response due: 08/01/2013 05:00 PM ET Set Aside: N/A NAICS: 813920-Professional Organizations PSC / FSC: U005-EDUCATION/TRAINING- TUITION/REGISTRATION/MEMBERSHI Agency: DOI Contracting office: NPS, WASO - WCP Contracting P.O.Box 25287 MS WCP Denver, CO 80225 Place of Performance: Contact: HEATHER MADSEN Phone: Fax: Email: heather_madsen@nps.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/SMALL/1004
Matching Key Words: broadcast*; event?; education*; train*; 


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

600px-US-DeptOfNavy-Seal.svgT -- Federal Supply Classification T006 SOL N00189-13-T-0250 General Desc: FATS Scenario Video ProductionDetail Desc: CENSECFOR requires the production of ten hostile intent decision-making scenarios for the FATS system. Additionally, the vendor will provide scenario production process training for CENSECFOR project manager(s) and video production crews to enable future scenario production capability by CENSECFOR using their own authoring station. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/SMALL/1101
Matching Key Words: video*; produc*; train*; production?; 

USABID State and Local Purchases

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 - Bicycle Sharing SOL RFP-3089-0-2014/TN Bicycle Sharing For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130728/BID/0053
Matching Key Words: age:state!ky; state!ky; 


Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.

R - REQUEST FOR PROPOSALS CITY OF POTTSVILLE The City ofREQUEST FOR SOL REQUEST FOR PROPOSALS CITY OF POTTSVILLE The City ofREQUEST FOR PROPOSALS CITY OF POTTSVILLE The City of Pottsville is requesting proposals from qualified architectural and engineering firms for services relating to the implementation of a variety of project funded with Community Development Block Grant funds. A complete proposal packet may be obtained from: Community Development Office City Hall 401 N. Centre Street Pottsville, PA 17901 570/628-4417 (TDD Users: PA Telecommunications Center: 7-1-1) All proposals must be received at the above address by 4:00 p.m. on August 16, 2013. All proposals should be clearly marked Response to RFP for Engineering Services. The bidders/offerors must submit documentary evidence of minority and women business enterprises who have been contacted and to whom commitments have been made. Documentation of such solicitations and commitments shall be submitted concurrently with the bid. The City of Pottsville is an Equal Opportunity Employer. Minority and women owned businesses and those defined as SERB's under State regulations and Section 3 businesses under Federal regulations are encouraged to submit proposals. Appeared in: Republican Herald on Saturday, 07/27/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130728/BID/0089
Matching Key Words: documentar*; 

California - County of San Bernardino https://epro.sbcounty.gov/epro/external/publicBids.sdo 157 West Fifth St., San Bernardino, CA 92415-0440. Ph: 909-387-8304.

T - Video Production RFP SOL EDA114-EDA-0606 Video Production RFP For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130727/BID/0078
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

76 - 2013 Registrar Recruitment Promotional ItemsAddendum # 1 SOL K-0686-14 2013 Registrar Recruitment Promotional ItemsAddendum # 1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130727/BID/0291
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 - Seasonal Outdoor Bugs Exhibit SOL RFP-3087-0-2014/KBM Seasonal Outdoor Bugs Exhibit For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130726/BID/0307
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 - Hay & Straw SOL IFB-3088-0-2014/TN Hay & Straw For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130726/BID/0308
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 - 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)Addendum # 1 Addendum # 2 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130726/BID/0309
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 - Braces SOL UK-1284-14 Braces For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130725/BID/0307
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: 1300000387 Compliance Monitoring Training Closing D SOL Solicitation: 1300000387 Compliance Monitoring Training Closing Date: 7/31/13 1:30 PM EDT DEVELOP AND PRESENT A FOUR (4) HOUR PROGRAM ON FEDERAL PROGRAM COMPLIANCE AUDITING AND A FOUR (4) HOUR PROGRAM ON FRAUD DETECTION. ALL REQUESTED INFORMATION IS REQUIRED IN SECTION 4.40 AND SECTION 4.45. SECTION 010.85 AND 010.90 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130725/BID/0890
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 - Professional Development Video Production for Teachers SOL 8213 Professional Development Video Production for Teachers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130724/BID/0115
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 SERVICES SOL Agency Requisition Number: 551-3-1200 VIDEO PRODUCTION SERVICES For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130724/BID/0546
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 - Solicitation: 1400000014 Hearing Officer Closing Date: 8/1/13 12: SOL Solicitation: 1400000014 Hearing Officer Closing Date: 8/1/13 12:00 PM EDT THE EXECUTIVE BRANCH ETHICS COMMISSION IS REQUIRED BY STATUTE TO CONDUCT AN ADMINISTRATIVE HEARING WHEN PROBABLE CAUSE OF A VIOLATION BY A PUBLIC SERVANT OF KRS CHAPTER 11A, THE EXECUTIVE BRANCH CODE OF ETHICS, IS FOUND BY THE COMMISSION. THE SERVICES OF A QUALIFIED ATTORNEY ARE REQUIRED TO ACT AS AN INDEPENDENT HEARING OFFICER FOR THE COMMISSION IN SUCH INSTANCES. KRS 11A.100(1) PROVIDES THAT THE PROVISIONS OF KRS CHAPTER 13B SHALL APPLY TO ALL ADMINISTRATIVE HEARINGS OF THE COMMISSION. ACCORDING TO KRS 13B.030(2)(A), THE COMMISSION MAY EMPLOY ITS OWN HEARING OFFICERS (WHICH IT DOES NOT), MAY CONTRACT WITH ANOTHER AGENCY FOR HEARING OFFICERS (WHICH HAS BEEN DETERMINED INFEASIBLE), OR MAY CONTRACT WITH PRIVATE ATTORNEYS THROUGH PERSONAL SERVICE CONTRACT. WHILE KRS 13B.030(2)(B) STATES THAT AN AGENCY MAY ONLY CONTRACT WITH A PRIVATE ATTORNEY THROUGH A PERSONAL SERVICE CONTRACT IF THE ATTORNEY GENERAL HAS FIRST DETERMINED THAT THE ATTORNEY GENERAL??S OFFICE CANNOT PROVIDE THE NEEDED HEARING OFFICER, THE OFFICE OF ATTORNEY GENERAL HAS INFORMED THE COMMISSION THAT IT CANNOT ASSIGN A HEARING OFFICER TO THIS MATTER AS IT HAS A CONFLICT. DUTIES OF THE HEARING OFFICER WILL INCLUDE, BUT WILL NOT BE LIMITED TO, SCHEDULING THE ADMINISTRATIVE HEARING AND ALL RELATED PREHEARING CONFERENCES AND DISCOVERY DEADLINES, PRESIDING AT THE ADMINISTRATIVE HEARING, AND PREPARING FINDINGS OF FACT, CONCLUSIONS OF LAW, AND RECOMMENDED ORDERS FOR THE EXECUTIVE BRANCH ETHICS COMMISSION??S CONSIDERATION. OTHER QUASI-JUDICIAL DUTIES WHICH ARE INCIDENTAL TO THE DUTIES OF A HEARING OFFICER MAY ALSO BE ASSIGNED AS REQUIRED. THE LOCATION OF THE HEARING ITSELF WILL BE IN FRANKFORT, IN THE VICINITY OF THE COMMISSION??S OFFICES IN FOUNTAIN PLACE. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0008
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

76 - 2013 Registrar Recruitment Promotional Items SOL K-0686-14 2013 Registrar Recruitment Promotional Items For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0218
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: 1400000020 FY14 KET Distance Learning Spanish 1 Tea SOL Solicitation: 1400000020 FY14 KET Distance Learning Spanish 1 Teacher Closing Date: 8/2/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0629
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: 1400000017 FY14 KET Distance Learning Mandarin Chin SOL Solicitation: 1400000017 FY14 KET Distance Learning Mandarin Chinese Teacher Closing Date: 8/2/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0630
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 - RFP: 1400000021 FY14 KET Distance Learning Spanish Conversation C SOL RFP: 1400000021 FY14 KET Distance Learning Spanish Conversation Coach Closing On : 8/2/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0631
Matching Key Words: age:state!ky; state!ky; 

New York Public Notices http://ny.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across New York.

T - Public Notice to Bidders ? Videography Notice is herebyPublic No SOL Public Notice to Bidders ? Videography Notice is herebyPublic Notice to Bidders ? Videography Notice is hereby given that Cornell Cooperative Extension of Ulster County (CCE) is seeking bids for videography of Stream Best Management Practices (BMPs) being installed at a construction site in Chichester, NY. Contractor is responsible forproducing and delivering professional quality digital video and audio on tapes or disk documenting BMPs being installed and interviews conducted at the construction site. Detailed project specifications must be obtained at the Ashokan Watershed Stream Management Program office located at 6375 Rte. 28, Phoenicia, NY 12464, 845-688-3047. Quotations (bids) are to be received no later than 3pm on Tuesday, July 30 (to be opened and read on July 31), in the Cornell Cooperative Extension of Ulster County office, Attn: Lydia Reidy, Executive Director, 232 Plaza Road, Kingston, NY 12401. Bids received after that date will not be considered. Bids must be clearly marked ?AWSMP BID? on the outside of the sealed bid. CCE will be awarding the bid on Monday, August 5. CCE reserves the right to reject any and all bids. Appeared in: Daily Freeman on Saturday, 07/20/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130721/BID/0081
Matching Key Words: video*; produc*; site?; 

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.

T - Bid #13-065 - Audio and Video Production ifb SOL Bid #13-065 - Audio and Video Production ifb For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130720/BID/0082
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)Addendum # 1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130720/BID/0305
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 - Attorneys - Titles & Condemnations RFP : 1300000412 Tra SOL Attorneys - Titles & Condemnations RFP : 1300000412 Transportation - Office Of The Secretary Laura Stephens Legal Services Published On : 7/17/13 Amended On : Closing On : 8/7/13 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/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

R - ROW Appraisal Services Barren Co Item No 03-108.50 RFP : 140000 SOL ROW Appraisal Services Barren Co Item No 03-108.50 RFP : 1400000005 Transportation - Office Of The Secretary Laura Stephens Pro Services Published On : 7/17/13 Amended On : Closing On : 8/1/13 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/BID/0008
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 # 2326.0Renovate Schmidt Vocal ArtsPlans Available from SOL CCK-1892-14 Project # 2326.0Renovate Schmidt Vocal ArtsPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/BID/0325
Matching Key Words: age:state!ky; state!ky; 


eMaryland Marketplace https://emaryland.buyspeed.com/bso/external/publicBids.sdo State of Maryland Internet-based procurement system.

T - Camera Operator/Film Crew & Video Production SOL MDDEX31009625 Camera Operator/Film Crew & Video Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/BID/0381
Matching Key Words: video*; film?; 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 - TRAFFIC CONTROL D-6 RFB : 1400000046 Transportation - O SOL TRAFFIC CONTROL D-6 RFB : 1400000046 Transportation - Office Of The Secretary LINDA SHINN Published On : 7/16/13 Amended On : Closing On : 8/7/13 10:00 AM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130718/BID/0002
Matching Key Words: age:state!ky; state!ky; 


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 D610016 D610016 Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130718/BID/0144
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 Bids and Purchases

$
0
0

FedBizOpps – Procurements

 

SOURCE:  This information is provided courtesy of the Kentucky Cabinet for Economic Development and the Kentucky Procurement Assistance Program.

Department of the Army, Army Contracting Command, ECC, TCC-Kaiserslautern (PARC Europe, 409th CSB), TCC-Kaiserslautern (PARC Europe, 409th CSB), KO DIRECTORATE OF CONTRACTING, UNIT 23156, APO, AE 09227

Department of the ArmyT–The U.S. government requires Journalist / Videographer services for U.S. Army Garrison (USAG) Schweinfurt, which is part of the Franconia Military Community consisting of Army garrisons at Schweinfurt, Ansbach and Bamberg.
W564KV13R0048 082813 Richard Van De Linde, III, 0496314115186 TCC -Kaiserslautern (PARC Europe, 409th CSB) 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.

Please see attached Synopsis / Solicitation for details and requirements.
Place of Performance: TCC-Kaiserslautern (PARC Europe, 409th CSB) KO DIRECTORATE OF CONTRACTING, UNIT 23156 APO AE 09227 EU URL: https://www.fbo.gov/notices/4459c60d01d3fec889c3f88bebdd0b63
OutreachSystems Article Number: 130824/PROCURE/0137
Matching Key Words: naics!711510; 


Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160 Building 29 Holloman AFB NM 88330-7908

76 — Book Subscription F2E3LB3196A001 090513 Kaipo Hoapili Kim, Phone 5755723578, Email kaipo.kim@holloman.af.mil – Kelli A. Floyd, Phone 5755722203, Email kelli.floyd@holloman.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional356px-Seal_of_the_US_Air_Force.svg information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F2E3LB3196A001 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price technically acceptable. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-69. The North American Industry Classification System (NAICS) code is 424920. The SB size standard for this code is 500 employees.
CLIN0001 – Book Subscription
-Must be able to select materials and order from a single website
-Vendor must be able to add security strips and Mylar Jackets to Books
- Must be able to provide at least 75% adult fiction and non-fiction including best sellers and reference
-Must be able to purchase books produced by most publishers including: St. martin’s Press, Viking, Harper, Simon & Schuster, Atria, Little, Brown, Scribner,bantam, Random House, Doubleday, Crown, Abrams, Putnam, farrar Straus Giroux, Rodale, Knopf, Henry Holt, and DK Publishing.
-Must be able to provide adult and juvenile DVDs including new and popular DVDs, Classics and educational and documentary DVDs
-Must be able to provide popular and classical Music CDs geared to adults, teens and children.

QTY: 1666 EA

All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUL 2013) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. The Funds Availability Clause applies to this solicitation. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 System for Award Management (JUL 2014); FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2013); FAR 52.212-4 Contract terms and conditions-Commercial Items (JUL 2013); FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); DFARS 252.204-7004 ALT A System for Award Management (MAY 2013); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (JAN 2013), FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793), 38 U.S.C. 4212), FAR 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 Treasury), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). FAR 52.252-2 Clauses incorporated by reference (FEB 1998); DFARS 252.212-7001(Dev) Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items (JUN 2010), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (DEC 2012)(41 U.S.C. 10a-10d, E.O. 10582), DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012)(10 U.S.C.).

HAFB 001 – HOLIDAYS, Holloman AFB Instructions (MAY 2012)

The following Federal legal holidays are observed by this base:

New Year’s Day 1 January
Martin Luther King’s Birthday Third Monday in January
President’s Day Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas Day 25 December

NOTE: Any of the above holidays falling on a Saturday will be observed on the preceding Friday. Holidays falling on a Sunday will be observed on the following Monday.

End of HAFB 001 Instructions

HAFB 006 – NCIC REQUIREMENTS, Holloman AFB Special Instructions (MAY 2012)

CONTRACTOR EMPLOYEES DELIVERING TO HOLLOMAN AIR FORCE BASE

Subject to military security requirements and regulations, the Contractor may be re-routed to differing entry points at Holloman AFB. During these periods where the Contractor may be re-routed to other entry points, the contractor will not hold the Government liable for any claims under the disputes clause of this contract/solicitation.

AFI 31-102, PHYSICAL SECURITY: July 07

All contractors will be required to screen and monitor each employee and potential employee to identify those who may pose a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Examples of conditions that may identify employees or potential employees as a threat to the installation include, but are not limited to, substantial misconduct, convictions or arrests for violent behavior, dishonesty or sexually aberrant behavior. Each contractor shall notify the contracting officer of any reason or condition that identifies an employee or potential employee as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. No contractor shall employ any employee or potential employee identified by the contractor or the contracting officer as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population in the performance of any contract awarded by Holloman Air Force Base.

Important Notice Concerning Contractor Access to Holloman AFB, NM

Visit Access Request (VAR), Holloman AFB, NM

For contracts awarded/administered by the 49th Contracting Squadron.

Request that a visitor pass be issued to all contractor employees to gain access to Holloman AFB, NM. All employees will be briefed on and shall comply with Holloman AFB security requirements. All employees will sign the government provided consent form authorizing the U.S. Government (United States Air Force) to conduct a background check to confirm their eligibility or ineligibility to gain access to Holloman AFB, New Mexico. The VAR will consist of employees FULL Name, Date of Birth, Social Security Number, Place of Birth and Citizenship. The format for a Visit Access Request Form will be provided upon request. Contractors will ensure that the VAR is provided to the 49 SFS Pass and Registration Office (bldg 1) at least 7 business days prior to requested installation access for processing and 14 business days prior for foreign nationals. Foreign nationals will no longer be granted unescorted entry to the installation.

Delivery drivers will provide a bill of lading at the time of pass issuance; passes will not exceed 6 hours. Routine deliveries require the contractor add the driver(s) to a VAR to undergo the appropriate background check.

Contractor employees shall report to the 49 SFS Pass and Registration Office (bldg 1) with photo identification issued by a federal/state activity. Contractor employees requesting to operate a contractor or privately owned vehicle on the installation shall provide a valid driver’s license, current vehicle registration, and proof of current vehicle insurance or car rental agreement. Contractor personnel requesting to operate a motorcycle on Holloman AFB shall provide proof they have completed a motorcycle safety course (i.e. motorcycle safety course certificate/card) prior to being authorized to ride on the installation.

End of HAFB 006 Instructions

HAFB 009 – WIDE AREA WORKFLOW (WAWF), Holloman AFB Special Instructions (MAY 2012)

In order to receive awards from the 49th Contracting Squadron at Holloman AFB, New Mexico, you must now use an E-Invoicing system called Wide Area Work Flow (WAWF).

WAWF is a web-based tool for the processing of invoices/receiving reports. This will bring about major changes in the amount of time it takes to process these documents making payment much faster. The web site for this system is https://wawf.eb.mil. There are no charges to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden. Their number is 1-866-618-5988.

NOTICE TO CONTRACTOR AND BILLING/INVOICING PERSONNEL:
Any invoice submitted must be entered into WAWF exactly as the contract line items are identified in this award. Adding or removing line items, and higher quantities than listed will result in delays in payment. If shipping was included in the line items prices, the invoice must reflect the same. Shipping may not be billed as a separate line item unless specifically identified in the award. Failure to invoice correctly will result in rejection at the payment office and require resubmission through WAWF.

THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES
AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF.
* Required Fields in WAWF

TYPE OF INVOICE SUBMISSION:

Invoice
(Creates Stand Alone Invoice)

X Invoice and Receiving Report (Combo)
[Creates two documents, an Invoice and a Receiving Report, within one data entry session (combo). Creating both documents at the same time, rather than separately, is recommended.]

_ Invoice as 2-in-1 (Services Only)
[Creates an Invoice 2-in-1, which is a document that serves as both an invoice and a certificate of performance for services rendered (also called an "acceptance report").] Use for all Service contracts.

Construction Invoice
(Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept).

X Cage Code*: __________

X Pay DoDAAC*: F67100

X Issue By DoDAAC: FA4801

X Admin DoDAAC*: FA4801

Inspect By: Ext.: Leave Blank

X Contracting Officer*: FA4801 Ext: Leave Blank

Ship To Code*: Ext.: Leave Blank

Contractor: WAWF will prompt asking for “additional e-mail submissions” after clicking “SIGNATURE”
The following E-Mail addresses MUST be input in order to prevent delays in processing:

Inspector: @holloman.af.mil
Receiver/COR: @holloman.af.mil
Buyer/Administrator : Kaipo.kim@holloman.af.mil
Contracting Officer: Kelli.Floyd@holloman.af.mil
Additional Contact: Sally.Roberts@holloman.af.mil

The paying office DoDAAC and mailing address can be located on front of your award. You can easily track your payment information on the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice will be required to inquire status of your payment. Most Holloman orders are non-MOCAS, use the options listed under there.

Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at 1-800-390-5620 or 1-800-337-0371 or faxed to 1-207-328-1660. Please have your order number and invoice number ready when calling about payment status. If your paying office is other than Limestone, contact your contract administrator for the customer services phone/fax numbers.

End of HAFB 009 Instructions

HAFB 012 – HAFB CELL PHONE POLICY, Holloman AFB Special Instructions (31 Aug 2006)

MANDATORY: Contractor personnel shall adhere to the base cell phone policy. Operators of vehicles on a Department of Defense (DoD) installation, such as Holloman AFB, NM, will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited. Penalty: $25 fine (+$25 fee).

End of HAFB 012 Instructions

Points Of Contact

Contract Administrator: Kaipo H. Kim, TSgt, USAF, Phone: (575) 572-3578, FAX: 575-572-7333, e-mail Kaipo.kim @holloman.af.mil

Contracting officer: Kelli A. Foyd, USAF, Phone: 575-572-2203, FAX: (575) 572-7333, e-mail Kelli.Floyd@Holloman.af.mil

IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation;
2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration);
3) All Amendments, if applicable, must be acknowledged;
4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
5) Facsimile and email offers will be accepted.

Questions in regards to this solicitation are due by 28 August 2013. Make quotes valid until 1 October 2013.
Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron, 490 First St, Suite 2160, Holloman AFB, NM 88330 not later than 1000 (10:00 a.m.) Mountain Standard Time on 5 September 2013. All quotes must be marked with RFQ number and title.

Set-Aside: Total Small Business Place of Performance: Holloman AFB Holloman, NM 88330 US URL: https://www.fbo.gov/spg/USAF/ACC/49CONS/F2E3LB3196A001/listing.html
OutreachSystems Article Number: 130824/PROCURE/0518
Matching Key Words: documentar*; 


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

190px-United_States_Army_Corps_of_Engineers_logo.svgR–Housing Market Analysis, US Army Installations Worldwide W912QR-13-R-0069 091613 Lauren Minzenberger, 502-315-6202 USACE District, Louisville Amendment 0001 for W912QR-13-R-0069 is available for download at http://www.fbo.gov.

Set-Aside: Total 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-0069/listing.html
OutreachSystems Article Number: 130824/PROCURE/0678
Matching Key Words: age:state!ky; 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 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 Fortpeostri_org_banner_v09292010 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: 130824/PROCURE/0799
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

peostri_org_banner_v09292010The 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: 130824/PROCURE/0800
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 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 Fortpeostri_org_banner_v09292010 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: 130824/PROCURE/0801
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

peostri_org_banner_v0929201069–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

Department of the Air Force, Air Force Materiel Command, PK/PZ – Robins AFB, 215 Page Rd Robins AFB GA 31098-1611

R — F-15 Engineering Services F-15_Engineering_Services 092713 Katherine Whelchel, Contracting Officer, Phone 478-926-2054, Email Katherine.Whelchel@us.af.mil – Brian K. Brown, Contract Specialist, Phone 478-926-1954, Email brian.brown.64@us.af.mil SOURCES SOUGHT SYNOPSIS

INSTRUCTIONS

F-15 ENGINEERING SERVICES
CAUTION:

This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the engineering services requirements for six (6) specific USAF F-15 Engineering Services efforts as follows:

(1) F-15 Technical Assistance Data System (F-15 TADS) Tracking, Trending, and Failure Analysis
(2) Engineering Requirements Development Packets (ERDPs)
(3) Configuration Management (CM)
(4) Individual Aircraft Tracking Program (IATP) and F-15 TADS Data Management
(5) Wing and Fuselage Repair Data Collection
(6) First Article and DLA Form 339 Processing

The level of security clearance required is Secret for the Configuration Management portion and the majority of the other work that occurs on-base (Tasks 1, 2, 3, 4, and 6) requires356px-Seal_of_the_US_Air_Force.svg a favorable NACLC in order to permit CAC issuance, Task 5 requires access to RAFB and AMXG and CMXG areas and the use of a camera, but not necessarily a CAC. Contractors/institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.

INSTRUCTIONS:

1. Attached is the draft PWS for the F-15 Engineering Services effort requirement and a contractor capability survey, which allows you to provide your company’s capability.

2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).

3. We are currently limiting our potential sources to local small businesses who are 8(a) certified, these companies are encouraged to participate in this market research. Joint ventures or teaming arrangements are encouraged.

4. Questions relative to this market survey should be addressed to Kate Whelchel, 478-926-2054.

REQUIREMENTS DESCRIPTION

PURPOSE/DESCRIPTION:

Market research is being conducted to identify potential sources that possess the expertise, capabilities, and experience to meet the requirement of the F-15 Engineering Services effort. In order to improve efficiency and cost effectiveness of the Air Force Life Cycle Management Center F-15 System Program Office’s (SPO) routine engineering processes, which include, TO 00-25-107 process thru F-15 TADS, AFMC Form 202′s, DLA Form 339′s, First Articles, ERDPs, CM, Aircraft Structural Integrity Program (ASIP) thru IATP and thru capturing wing and fuselage repair data and cataloging it in a database which will help our structural and integrity engineers ensure the best repairs are selected when aircraft are in need of repairs. The projected period of performance for this new effort is four years, one 12-month basic period and three 12-month option periods.

The goal of this effort is to increase customer service, increase efficiencies, and to lessen the government’s workload. Success of the program is determined by how well the contractor performs. Expected outcomes include, but are not limited to, improved processes that will make the F-15 weapon system safer and more suitable to serve the war fighter. A complete description of work is provided in the attached DRAFT Performance Work Statement (PWS): PWS_Engineering Services_Aug_2013.pdf.

CONTRACTOR CAPABILITY SURVEY

PART I. BUSINESS INFORMATION:

Please provide the following business information for your company/institution and for any teaming or joint venture partners:

Company/Institute Name:Ø
Address:Ø
CAGE Code:Ø
Phone Number:Ø
E-mail Address:Ø
Web Page URL:Ø
Size of business pursuant to North American Industry Classification System (NAICS) Code:Ø

Based on the above NAICS Code, state whether your company is:
• Small Business (Yes/No)
• Woman Owned Small Business (Yes/No)
• Small Disadvantaged Business (Yes/No)
• 8(a) Certified (Yes/No)
• HUBZone Certified (Yes/No)
• Veteran Owned Small Business (Yes/No)
• Service Disabled Veteran Small Business (Yes/No)

Central Contractor Registration (CCR) (Yes/No)Ø
A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).Ø

Email responses only. Emails must be no larger than 2MB and the subject line must state ”Sources Sought, F-15 Engineering Services”. Responses must be received no later than 4:00 pm EST, 27 Sep 13. Please email your response as follows:

to: katherine.whelchel@us.af.mil 
cc: brian.brown.64@us.af.mil joseph .lane.1@us.af.mil 

AFLCMC/WWKA
Attn: Kate Whelchel
235 Byron Street Ste. 19A
Robins AFB GA 31098-1670

Questions relative to this market survey should be addressed to Kate Whelchel, 478-926-2054.

PART II. CAPABILITY SURVEY QUESTIONS:

General Capability Questions:

1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.

2. Describe your company’s past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).

Engineering Services Questions:

1. Describe your experience with military aircraft sustainment, concerning maintenance, inspections, etc.

2. Describe your experience with maintaining web-based applications by writing code or scripts to patch problems and/or issues that arise with the program and by working with Air Force IT personnel to help solve issues of connectivity; improving storage and data retrieval processes, trending and root cause analysis, and tracking capabilities, working with database languages (i.e., Structured Query Language (SQL), Oracle, etc.) and list all languages you have experience with developing database tools using Department of Defense 8570 compliant programmers. Please detail any applications developed or maintained for similar type of efforts.

3. Describe your experience with updating PDM, ACI, and MISTR Work Specifications (Work Spec), ERDPs, Trend Analysis, TO changes using AFTO Form 252′s, evaluating Quality Deficiency Reports (QDRs), evaluating Mean Time Between Failures (MTBF) and PDM schedules to recommend Work Spec changes, data scrubbing, and Engineering Requirements Review Process or equivalent process as defined in the Logistics Requirements Development Process (LRDP) handbook or similar processes. (Reference AFMC LRDP Handbook, Chapter 12).

4. Describe your experience with aircraft Configuration Management (CM) or something similar.

5. Describe your experience with IATP ASIP reporting and AFTO Form 3′s, AFTO 238, Flight Loads Data Recorder (FLDR) data, historical 107′s/202′s, and AFTO Form 95s, working with Non-destructive Inspection (NDI) and ASIP personnel and working in Microsoft (MS) Windows and MS Office.

6. Describe your experience with collecting and tracking aircraft damage and repair data working with maintenance and NDI personnel to ensure that all data is collected and to recommend additional inspections when needed.

7. Describe your experience with Air Force and Defense Logistics Agency (DLA) and Global Logistics Support Center (GLSC) supply systems, specifically the DLA 339 PDMI system, DLA Form 1912′s, and First Article processes and the First Article System called “TMACS” or similar systems.

8. Are there established catalogs or market prices for supplies or services, which meet the subject requirement? Is this product and/or service offered to both the United States Government and commercial sources? Is the same workforce used for both the Government and general public? Are the supplies or services offered to both the government and public under similar terms and conditions? Briefly describe any differences.

9. Describe your standard warranty and return process for goods and services furnished to the Government for items similar in nature to those requested under this requirement.

Set-Aside: Competitive 8(a) Place of Performance: 235 Byron Street Ste. 19A Robins AFB GA 31098-1670 Warner Robins (Robins AFB), GA 31098 US URL: https://www.fbo.gov/spg/USAF/AFMC/WRALC/F-15_Engineering_Services/listing.html
OutreachSystems Article Number: 130821/PROCURE/0665
Matching Key Words: writ*; script?; technical; standard; 


Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN – Central Service Area (Chicago, IL)

FAA_LogoR — Janitorial / Custodial Services for Air Traffic Control Tower (ATCT) located at the Wayne County Willow Run Airport 8808 Beck Road Belleville (Ypsilanti), MI, 48111 DTFACN-14-R-00024 082713 Kim Erkman, kim.erkman@faa.gov, Phone: 847-294-7330 Click here to email Kim Erkman The Federal Aviation Administration (FAA) has a requirement to provide Janitorial / Custodial Services for Air Traffic Control Tower (ATCT) located at the Wayne County Willow Run Airport 8808 Beck Road Belleville (Ypsilanti), MI, 48111.
This procurement will be 100% set-aside for 8(a) firms for code 561720. Contractors must have an active registration within a one hundred mile (100) radius of the (ATCT) Wayne County Willow Run Airport 8808 Beck Road Belleville (Ypsilanti), MI, 48111. (Map Quest will be the tool used to determine distance from contractors address to the Belleville (Ypsilanti), MI (ATCT), and be registered in the System Award for Management website at http://www.sam.gov at the time the offer is made.
The performance period will be October 1, 2013 through September 30, 2014 with four (4) one year option periods. The estimated price range for this procurement initial year plus four (4) option year renewals is between $100,000.00 and $250,000.00.
The Request for Proposal (RFP) will be issued approximately September 15, 2013. Contractors requesting a copy of this Request for Proposal (RFP) must meet the following criteria. Be a small business firm, need evidence of small business certification issued by the Small Business Administration (SBA) and have an active business address within a one hundred mile (100) radius of the (ATCT) Wayne County Willow Run Airport 8808 Beck Road Belleville (Ypsilanti), MI, 48111. (Map Quest will be the tool used to determine distance from contractors address to the Wayne County Willow Run Airport, Belleville (Ypsilanti), MI (ATCT). All requests to receive a copy must be in writing via e-mail or fax to the Contracting Officer Kim Erkman. Kim.Erkman@faa.gov, at 847-294-7330, with the name of contact person, company name, mailing address, email address, telephone number, and the complete RFP number. Only contractors meeting the above mentioned criteria will be sent copies of this solicitation. The deadline for requests is August 27, 2013.
“This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.”

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/14920 to view the original announcement.

Set-Aside: Competitive 8(a) URL: https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-14-R-00024/listing.html
OutreachSystems Article Number: 130821/PROCURE/0668
Matching Key Words: writ*; copy; 

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 Used Motor Oil and Used Anti-Freeze QRP14-0005 083013 Bridgette Caico, Clerk, Phone 5026245026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, QRP Manager, Phone 5026245673, 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 Used Motor Oil and Collection of Used Anti-Freeze. 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 August 30 2013 by 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 309 Frasier Rd. bldg 2962 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: 309 Frasier Rd. bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0005/listing.html
OutreachSystems Article Number: 130824/SURPLUS/1083
Matching Key Words: state!ky; 

FedBizOpps – Special Notes

Department of the Interior, National Park Service, NPS – All Offices, NPS, MWR – Missouri MABO11 North 4th StreetSt LouisMO63102US

R–Justification and Approval P13PS01968 Terri Dyke No Description Provided
URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS01968/listing.html
OutreachSystems Article Number: 130824/SPECIAL/1101
Matching Key Words: naics!711510; 


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, 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: 130824/SPECIAL/1137
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 – eLearning Management System for KYTC RFP : 1400000033 O SOL eLearning Management System for KYTC RFP : 1400000033 Office Of The Controller Susan Noland Info Technology Published On : 8/22/13 Amended On : Closing On : 9/26/13 3:30 PM EDT Time Left: 34 Days, 03:57:43 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130824/BID/0041
Matching Key Words: age:state!ky; state!ky; 


Missouri – St. Charles County Government http://finance.sccmo.org/finance/index.php?option=com_content&task=view&id=10&Itemid=24 County Administration Building, 201 North Second Street, St. Charles, MO 63301. PH: (636) 949-7465

T - Video Production Equipment SOL Video Production Equipment Due Date: Thursday 09/05/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130824/BID/0059
Matching Key Words: video*; produc*; production?; 

Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.

R – REQUEST FOR PROPOSALS BY THE COUNTY OF SCHUYLKILL TheREQUEST FOR SOL REQUEST FOR PROPOSALS BY THE COUNTY OF SCHUYLKILL TheREQUEST FOR PROPOSALS BY THE COUNTY OF SCHUYLKILL The County of Schuylkill is requesting proposals from qualified community development consulting firms for the provision of technical assistance for FY 2014, 2015, and 2016 grant funds. A complete proposal packet may be obtained from: Gary Bender Office of Economic Development Schuylkill County Courthouse 401 N. 2nd Street Pottsville, PA 17901 (570) 628 1222 (TDD users: PA Telecommunications Center: 7-1-1) All proposals must be received at the above address by 3:00 p.m. on September 9, 2013. All proposals should be clearly marked Response to RFP for Consulting Services. The bidders/offerors must submitdocumentary evidence of minority and women business enterprises who have been contacted and to whom commitments have been made. Documentation of such solicitations and commitments shall be submitted concurrently with the bid. Schuylkill County is an Equal Opportunity Employer. Minority and women owned businesses encouraged to submit proposals. By Order of: Frank J. Staudenmeier, Chairman George F. Halcovage Jr, Commissioner Gary J. Hess, Commissioner Appeared in: Republican Herald on Tuesday, 08/20/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130821/BID/0531
Matching Key Words: documentar*; 

Kentucky State Procurement

Department of Agriculture, Rural Development, Kentucky State Office,, 771 CORPORATE DRIVE SUITE 200 LEXINGTON KY 40503

R — SINGLE FAMILY HOUSING APPRAISALS FOR USDA RURAL DEVELOPMENT RFQ-14-0001 Linda D. Wolfe, Contracting Officer, Phone 8592247302, Fax 8592247339, Email linda.wolfe@ky.usda.gov Address was not complete, extending Request for Quotes until September 1, 2013. Please mail response to: USDA Rural Development 771 Corporate Drive Suite 200 Attn: Linda Wolfe Lexington, KY 40503 Set-Aside: Total Small Business Place of Performance: Various counties throughout rural areas in the State of Kentucky Lexington, KY 40503 US URL: https://www.fbo.gov/spg/USDA/RD/KY/RFQ-14-0001/listing.html
OutreachSystems Article Number: 130823/KY/3911
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES


PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svg

DOD AWARDED CONTRACTS

Source:  Provided Courtesy - U.S. Department of Defense 
Office of the Assistant Secretary of Defense (Public Affairs) 

DEFENSE LOGISTICS AGENCY

Propper International Inc., Mayaguez, Puerto Rico, has been awarded a maximum $137,828,391 firm-fixed-price contract for modular lightweight load carrying equipment. This contract includes thirty-one contract line items with various minimum and maximum quantities for each. Location of performance is Puerto Rico, with a Sept. 5, 2014 performance completion date. Using military services are Army, and Air Force. 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-1062).

SNC Manufacturing LLC*, Orocovis, Puerto Rico, has been awarded a maximum $98,147,085 modification (P00014), to contract (SPM1C1-12-D-1063), exercising the first option-year period for Army combat uniform coats. The contract is a firm-fixed-price contract. Location of performance is Puerto Rico, with a Sept. 8, 2014 performance completion date.Defense_Logistics_Agency 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.

BAE Systems, Totowa, N.J., has been awarded a maximum $94,312,136 modification (P00056), to contract (SPM400-06-D-9405), adding two additional pricing periods for advanced radar warning receiver ship sets and line replaceable units. The sole-source contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New Jersey, New York, and potentially Korea, Australia, Egypt, Norway, Poland, and Canada, with a Dec. 5, 2018 performance completion date. Using military service is Air Force. Type of appropriation is Air Force procurement funds and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

Hologic LP, Marlborough, Mass., has been awarded a maximum $32,300,000 modification (P00013), to contract (SPM2DE-09-D-7228), exercising the fourth option-year period for ThinPrep Pap test kits and related supplies. The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Massachusetts, with a Sept. 30, 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

ARMY

Javelin Joint Venture, Tucson, Ariz., was awarded a $67,664,020 firm-fixed-price, non-option-eligible, non-multi-year contract modification (P0001) of contract (W31P4Q-13-C-0129) for procurement of 260 Block 1 rounds and command launch unit (CLU) retrofit pricing for the U.S. Navy in support to foreign military sales to the countries of Jordan, Indonesia and Oman. Performance location will be Tucson, Ariz., with funding from fiscal 2010 through 2012 other authorizations funds. This contract was competitive contract via the web with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity.

RQ Construction LLC, Carlsbad, Calif. was awarded a $27,703,840 firm-fixed-price, option eligible, non-multi-year contract for construction of a 127,171 sq. foot readiness center at Joint Base Lewis-McChord (JBLM). Performance location is JBLM, Wash., and funding is from fiscal 2013 military construction funds. This contract was a competitive acquisition via the web with 14 bids received. The U.S. Army Corps of Engineers – Seattle District, Seattle, Wash., is the contracting activity (W912DW-13-C-0044).

Department of the ArmyQuest Diagnostics Clinical Laboratories, Collegeville, Pa., was awarded a $17,997,133 firm-fixed-price, non-option eligible, non-multi-year contract modification (P00002) to contract (W81K04-13-D-0029) for laboratory testing services for all military members and dependents. Performance location will be Collegeville, Pa., with funding from fiscal 2014 other authorizations funds. This contract was a non-competitive acquisition with one bids solicited and with three bids received. The U.S. Army Medical Command – Contracting Center, Fort Sam Houston, Texas.

XCEL Engineering Inc.*, Oak Ridge, Tenn., was awarded a $9,000,000 firm-fixed-price, non-option eligible, non-multi-year, indefinite-delivery/indefinite-quantity contract for environmental services in the U.S. Army Corps of Engineers Louisville mission boundaries. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Corps of Engineers – Louisville District, Louisville, Ky., is the contracting activity (W912QR-13-D-0046).

Cashman Dredging and Marine Contracting Co., Quincy, Mass. was awarded a $8,238,900 firm-fixed-price, non-option eligible, non-multi-year contract for maintenance dredging at Norwalk and New Haven, Conn. Performance location is Norwalk and New Haven, Conn., and funding is from fiscal 2013 operations and maintenance Army funds. This contract was a competitive acquisition via the web with three bids received. The U.S. Army Corps of Engineers – New England District, Concord, Mass., is the contracting activity (W912WJ-13-C-0014).

NAVY

Northrop Grumman Corp., San Diego, Calif., is being awarded a not-to-exceed $9,981,663 modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-0117) for additional operations and maintenance services in support of the Broad Area Maritime Surveillance – Demonstrator, Unmanned Aircraft System, also known as the Global Hawk Maritime – Demonstrator. The services include manpower to increase BAMS-D operational tempo from the current nine maritime intelligence, surveillance, and reconnaissance missions per month to a sustained level of 15 missions per month. Work will be performed in Patuxent River, Md. (70 percent), and outside continental United States (30 percent), and is expected to be completed in May 2014. Fiscal 2013 operations and maintenance, Navy funds in the amount of $3,000,000 are being obligated on this 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.

Asphalt Roads & Materials Co., Inc.*, Virginia Beach, Va., is being awarded a $9,483,530 indefinite-delivery/indefinite-quantity contract for asphalt paving and minor concrete work600px-US-DeptOfNavy-Seal.svg at various naval facilities throughout the Hampton Roads area of Virginia. The maximum dollar value including the base period and four option periods is $47,417,650. Work on this contract will be performed in the Naval Facilities Engineering Command Mid-Atlantic area of responsibility. The term of the contract is not to exceed 60 months with an expected completion date of September 2018. Fiscal 2013 operations and maintenance, Navy 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 six bids received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-13-D-7728).

Progeny Systems Corp.*, Manassas, Va., is being awarded a $8,257,426 cost-plus-fixed-fee Small Business Innovation Research (SBIR) Phase III contract under Topic N121-045, entitled “Maritime Airborne Service Oriented Architecture Integration.” The objective of this SBIR effort is to design and develop a maritime airborne service oriented engineering development model of the P-8A increment 3 architecture. This model is necessary to support the P-8A net ready and interoperability requirements which includes research and development for the source code and the Unified Modeling Language Model. Work will be performed in Manassas, Va., and is expected to be completed in September 2015. Fiscal 2012 research, development, test and evaluation funds in the amount of $8,257,426 are being obligated on this award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-5. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-G-0001).

ARMY

Archer Western Construction LLC, Tampa, Fla., was awarded a $75,714,070 firm-fixed-price, option-eligible, non-multi-year contract for the Picayune Strand Restoration Project, Miller Pumping Station, Collier County, Fla. Performance location will be Naples, Fla., with funding from fiscal 2013 other authorizations funds. This contract was a competitive acquisition via the web with five bids received. The U.S. Army Corps of Engineers – Jacksonville District, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0020).

Curtis-McKinley Roofing and Sheet Metal Inc.*, Longview, Texas (W912QR-13-D-0039); Construction and Service Solutions Corp.*, Buffalo, N.Y. (W912QR-13-D-0040); Brazos Roofing International of South Dakota Inc.*, Waco, Texas (W912QR-13-D-0041); A-Vet/MGC Joint Venture LLC*, Warner Robins, Ga. (W912QR-13-D-0042), and Global-Pacific Tech Joint Venture 1*, Longview, Wash. (W912QR-13-D-0043) were awarded a $45,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for construction services for the U.S. Army Reserves nationwide national roofing initiative. Performance location and funding will be determined with each task order. This contract was a competitive acquisition via the web with 11 bids received. The U.S. Army Corps of Engineers – Louisville District, Louisville, Ky., is the contracting activity.

Department of the ArmyAerovironment Inc.*, Monrovia, Calif., was awarded a $29,049,837 firm-fixed-price, option-eligible, non-multi-year contract modification (P00015) of contract (W31P4Q-12-C-0263) for procurement of the Switchblade Agile Munitions Systems and associated hardware and support services. Performance locations will be Simi Valley, Calif., with funding from fiscal 2013 operations and maintenance Army funds. This contract was a non-competitive with one bid solicited and one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity.

Bristol Engineering Services Corp.*, Anchorage, Alaska (W912DW-13-D-1015); Cherokee General Corp.*, Federal Way, Wash. (W912DW-13-D-1016); CKY Inc.*, San Pedro, Calif. (W912DW-13-D-1017); Macro-Z-Technology, Santa Ana, Calif. (W912DW-13-D-1018) and Nordic Industries Inc.*, Olivehurst, Calif. (W912DW-13-D-1019) were awarded a $9,800,000 firm-fixed-price, option eligible, multiple-award, task order contract for design-build and horizontal construction projects for both military and civil funded programs and projects managed by the U.S. Army Corps of Engineers, Seattle District. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with twenty-nine bids received. The U.S. Army Corps of Engineers – Seattle District, Seattle, Wash., is the contracting activity.

Technology Advancement Group Inc., Dulles, Va. was awarded an $8,832,000 firm-fixed-price, option eligible, non-multi-year contract for production of the Global Positioning Survey system and related support to the U.S. Army Geospatial Center. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Corps of Engineers – Geospatial Center, Alexandria, Va., is the contracting activity (W5J9CQ-13-D-0003).

Eastman Aggregate Enterprise LLC*, Lake Worth, Fla., was awarded a $7,112,595 firm-fixed-price, non-option eligible, non-multi-year contract for flood control and coastal emergency beach erosion control project, Broward County, Fla. Performance location will be Hillsboro Beach, Fla., with funding from fiscal 2013 other authorizations funds. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Corps of Engineers – Jacksonville District, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0026).

NAVY

Wartsila Defense Industries, Chesapeake, Va., is being awarded a maximum amount $65,000,000 indefinite-delivery/indefinite-quantity contract with for water jet support and parts for the Improved Navy Lighterage System (INLS) at Blount Island Command, Jacksonville; Joint Expeditionary Base Little Creek-Fort Story and Naval Amphibious Base, Coronado. The work to be performed provides for water jet technical documentation, condition assessments, alterations, repairs and inventory parts management. Task order #0001 is being awarded at $9,807,582 for the alterations, materials and technical data for the INLS. Work for this task order is expected to be completed by September 2014. Work will be performed in Jacksonville, Fla. (50 percent); Virginia Beach, Va. (25 percent); and Coronado, Calif. (25 percent), and is expected to be completed by September 2017. Fiscal 2013 operations and maintenance, Navy and fiscal 2013 other procurement, Navy contract funds in the amount of $9,807,582 are obligated on this award and will not expire at the end of the current fiscal year. This contract was a sole-source procurement pursuant to FAR 6.302-1. The Naval Facilities Engineering Command, Headquarters, Washington, D.C., is the contracting activity (N00025-13-D-0001).

Orbital Sciences Corp., Launch Systems Group, Chandler, Ariz., is being awarded a $29,862,025 firm-fixed-price contract for Full Rate Production 7 of eight GQM-163A Coyote Supersonic Sea Skimming Target base vehicles, including the associated hardware, kits and production support, for the U.S. Navy (5), and the governments of Australia (2) and Japan (1). Work will be performed in Chandler, Ariz. (59 percent); Camden, Ark. (28 percent); Vergennes, Vt. (4 percent); Hollister, Calif. (3 percent); and other various locations in the United States (6 percent), and is expected to be completed in September 2016. This is contract combines purchases for the U.S. Navy ($19,470,590; 65 percent) and the governments of Australia ($7,057,199; 24 percent) and Japan ($3,334,236; 11 percent) under the foreign military sales (FMS) program. Fiscal 2013 weapons procurement, Navy and FMS contract funds in the amount of $29,862,025 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-0145).

The Whiting-Turner Contracting Company, Greenbelt, Md., is being awarded $26,037,371 for firm-fixed-price task order #0007 under a previously awarded multiple award construction contract for design and construction of Staff Non-Commissioned Officer (NCO) Academy Facilities at Marine Corps Base, Camp Lejeune, N.C. The work to be performed provides for the design and construction of a two story Academic Instruction Building to house the Staff NCO Academy at Camp Johnson, a parade and drill field, an600px-US-DeptOfNavy-Seal.svg outdoor covered classroom area, a minimum 250 space surface parking lot, and a one story supply warehouse building. The task order also contains one unexercised option and two planned modifications, which if exercised would increase cumulative task order value to $30,101,947. Work will be performed in Jacksonville, N.C., and is expected to be completed by January 2016. Fiscal 2013 military construction, Navy contract funds in the amount of $26,037,371 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-D-5330).

Mitchell Industrial Contractors Inc./Brasfield & Gorrie LLC*, Madison, Ala., is being awarded a $25,833,000 firm-fixed-price contract for design and construction of a steel frame headquarters building and four single-story frame structures with structural steel framing at Marine Corps Air Station, Cherry Point, N.C. This contract also contains two planned modifications, which if exercised would increase cumulative contract value to $27,561,720. Work will be performed in Havelock, N.C., and is expected to be completed Jan. 18, 2016. Fiscal 2013 military construction, Navy contract funds in the amount of $25,833,000 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 19 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-13-C-6015).

The Whiting-Turner Contracting Co., Greenbelt, Md., is being awarded $10,521,405 for firm-fixed-price task order #0006 under a previously awarded multiple award construction contract (N40085-10-D-5330) for an armory at Marine Corps Air Station, Cherry Point, N.C. The task order also contains two planned modifications, which if exercised would increase cumulative task order value to $11,180,490. Work will be performed in Havelock, N.C., and is expected to be completed by April 2015. Fiscal 2013 military construction, Navy contract funds in the amount of $10,521,405 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $10,000,000 undefinitized modification to the previously awarded Low Rate Initial Production Lot 6 advance acquisition contract (N00019-11-C-0083). This modification provides for the initial lay-in of consumable piece parts for repair of repairables at U.S. government organic depots and original equipment manufacturers in support of the F-35 Lightning II Program. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent); and is expected to be completed in October 2014. Fiscal 2011 aircraft procurement, Air Force contract funds in the amount of $10,000,000 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.

Keystone Prepositioning Services, Bala Cynwyd, Pa., is being awarded a $7,343,358 modification under a previously awarded contract (N00033-12-C-3116) to exercise the second of four, one-year option periods for the operation and maintenance of three Kocak-class ships. When activated, the ships support movement of common-user and service-unique cargoes for Department of Defense requirements. Work will be performed in Newport News, Va., and is expected to be completed by Sept. 30, 2014. Fiscal 2014 working capital funds in the amount of $7,343,358 are obligated, and funds will not expire at the end of the current fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-3116).

Environmental Management Resources Inc.*, Lawrence, Kan., is being awarded $6,975,538 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N69450-10-D-0787) for the design-build renovation of Quarters 4 Barracks and Lakeside Bachelor Enlisted Quarters A, for Naval Construction Battalion Center Gulfport. Work will be performed in Pascagoula, Miss., and is expected to be completed by November 2014. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $6,975,538 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Arbor Pharmaceuticals,* Atlanta, Ga., has been awarded a maximum $26,667,690 fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This contract is a one year base contract with seven one-year option periods. Location of performance is Georgia, with a Sept. 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 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D0-12-D-0013).

AIR FORCE

Lockheed Martin Aeronautics Co., Marietta, Ga., has been awarded a $21,318,495 modification (P00224) to previously awarded contract FA8625-07-C-6471 for the C-5M reliability356px-Seal_of_the_US_Air_Force.svg enhancement and re-engining program acquisition. This contract provides for an aircraft maintenance system trainer and a flight control system trainer for Travis Air Force Base. The contract modification is for incorporation of the production of the two trainers and the associated spares. Work will be performed in Marietta, Ga., with an expected completion date of Aug. 31, 2016. Fiscal 2012 aircraft procurement funds in the amount of $21,318,495 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $8,476,061 cost-plus-fixed-fee contract for the DISARMER research effort. This contract provides for development of a quantizer that realizes the full potential of a low-jitter photonic sample and holds (pS&H) in a direct conversion digital receiver based on a photonics-enabled, analog-to-digital converter (pADC) with a 4GHz IBW and greater than 10 effective number of bits (ENOB) for an undersampled 12 GHz signal. Work will be performed in Columbia, Md. (57 percent); Cedar Rapids, Iowa (18 percent); Hingham, Mass. (15 percent); and Albany, N.Y. (10 percent). The estimated completion date is Sept. 6, 2016. Fiscal 2012 and 2013 research and development funds in the amount of $4,693,141 are being obligated at time of award. This contract was a competitive acquisition. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va. (HR0011-13-C-0071)

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS 

 


beenetworknews.com           30 seconds

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

SOURCE:  This information is provided courtesy of the Kentucky Cabinet for Economic Development and the Kentucky Procurement Assistance Program.

Department of the Army, Army Contracting Command, MICC, MICC – Presidio of Monterey (RC – West), MICC – Presidio of Monterey (RC – West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955

R–Foreign Language Television Broadcast W9124N-13-R-0055 110813 Todd Bales, 831-242-4078 MICC – Presidio of Monterey (RC – West) The Mission and Installation Contracting – Presidio of Monterey has a requirement for providing services to deliver web-streamed, and internet-downloadable international television programming also applicable for mobile devices to DoD users to support language learning in languages of military interest with access to Digital Archive and web-support; provides searchable database with copyright-cleared recorded audio and video resources for all available languages; provides copyright-cleared newspaper materials; provides online learning lesson materials forDepartment of the Army languages as specified; provides speech-to-text machine transcription and translation services for specified languages; provides digitized editabletext materials for specified languages; provides newspaper materials in PDF format; provides DVDs with professionally produced videos from requested countries; provides videos recorded about everyday situations as specified; provides website and database support; maintains user authentication database, provides quarterly usage/user statistics reports and adheres to delivery schedule as stated. The purpose of this requirement is to support the on-going language training mission at the Defense Language Institute Foreign Language Center (DLIFLC) to make members of the Department of Defense (DoD) proficient in targeted languages.

This acquisition does not include a set-aside and will be advertised as quote mark Full & Open quote mark . The North American Industry Classification System (NAICS) code for this project is 519130 with a size standard of 500 employees. Performance period for the base period is 26 December 2013 – 25 December 2014. The contract will be a single award, Firm-Fixed-Price type contract.

The technical proposal will consist of, but may not be limited to the following:

Section 1 Factor 1
Technical Capability
Section 1.1 Sub factor A Broadcasting Approach
Section 1.2 Sub factor B Mobile Platform Availability
Section 1.3 Sub factor C Management Approach
Section 1.4 Sub factor D Relevant Experience

Complete performance work statement, instructions to offerors, and evaluation criteria will be included in the solicitation.

Solicitation number W9124N-13-R-0055 will be available on or about 27 September 2013 on the Federal Business Opportunities (FBO) website (http://www.fbo.gov) and the Army Single Face to Industry (AFSI) website(https://acquisition.army.mil/asfi/). Proposals are due Friday, 8 November 2013.

For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. No paper copies of the solicitation will be furnished.

Prospective contractors must be registered in the System for Award Management (www.SAM.gov), prior to award of a government contract. Offerors are further advised that failure to register in the SAM Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award.

The point of contact for this requirement is Contract Specialist, Todd S. Bales (todd.s.bales.civ@mail.mil).
Place of Performance: MICC – Presidio of Monterey (RC – West) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA 93955 US URL: https://www.fbo.gov/notices/dea32bca101f0842b328530cc759e2d7
OutreachSystems Article Number: 130910/PROCURE/0082
Matching Key Words: video*; edit*; produc*; train*; website; web; site?; page?; business*; produce?; instruct*; 


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, preparation, and completion of Department of the Armytasks 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: 130910/PROCURE/0089
Matching Key Words: writ*; copy; technical; standard; 


Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030

R — USPSC/O Senior Food Security Specialist USAID_CAR_No_51-2013 092013 Tatiana P Rossova, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE:   09/09/2013
CLOSING DATE:   09/20/2013

Gentlemen/Ladies:

SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 51-2013
USPSC Senior Food Security Specialist, USAID/Central Asian Republics, Dushanbe, Tajikistan

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the720px-USAID-Identity.svg 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 Samuel Matthews, 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,

Samuel Matthews
Contracting Officer

ATTACHMENT TO SOLICITATION NO. 51-2013

SOLICITATION NUMBER: 51/2013
ISSUANCE DATE: 09/09/2013
CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 09/20/2013 (6 p.m. Almaty Time)
POSITION TITLE: USPSC Senior Food Security Specialist
MARKET VALUE: $84,697-$110, 104 per annum (GS-14 equivalent) with 25% Post Differential (currently)
PERIOD OF PERFORMANCE: One year
PLACE OF PERFORMANCE: USAID/Central Asian Republics/Tajikistan Country Office, Dushanbe, Tajikistan
JOB DESCRIPTION:

A) BACKGROUND

USAID’s program in Tajikistan is part of the USAID Regional Mission for Central Asian Republics (USAID/CAR) headquartered in Almaty, Kazakhstan, with country offices in Tashkent, Uzbekistan; Ashgabat, Turkmenistan; and Dushanbe, Tajikistan.  USAID/CAR is responsible for strategic planning, program design and implementation, achievement of results, and reporting for USAID assistance in the four Central Asian Republics (CARs).  The U.S. Government’s regional effort focuses on economic growth, governance and service delivery and managing trans-boundary water and energy resources, implemented through a mix of regional and country-specific programs.

Tajikistan’s strategic interest to the United States center on its extreme poverty relative to other CARs and the fragility of its 800-mile porous border with Afghanistan; USAID’s FY2013 $26 million budget for Tajikistan accounts for nearly half USAID/CAR’s total assistance program. The Tajikistan Country Office (TCO) has 18 staff:  five USDH officers, one USPSC, and 12 Foreign Service Nationals (FSNs), serving on three teams:  Economic Development (ED), Health, Education and Democracy/Governance (HEDG) and Program.  The ED team oversees TCO activities in agriculture, trade and energy.  Agriculture is TCO’s largest single sectoral program.

USAID’s agriculture program in Tajikistan has grown significantly since 2012, when the country was designated a Feed the Future (FTF) focus country.  Tajikistan’s FTF initiative is country-specific; the TCO team in Dushanbe has overall responsibility for technical direction and implementation management.  Tajikistan’s FTF Initiative integrates agriculture, policy dialogue, land reform, irrigation management, and nutrition.   Program implementation is at a critical point of engagement and collaboration with Government of Tajikistan (GOTI) counterparts and the Development Coordination Council (DCC), which governs Tajikistan’s large, effective donor community.  The GOTI recently adopted the integrated approach to agriculture, nutrition, irrigation management and land reform that USAID has advocated for over the past two years. The Prime Minister will formally launch the Joint GOTI/DCC Food Security Initiative in September 2013.

USAID in Tajikistan is seeking an experienced, highly motivated, and highly qualified agriculture/food security specialist to support the existing, dynamic TCO team working in partnership with other donors to implement the government’s agrarian reform program. S/he will serve as a sectoral expert in providing intellectual leadership, technical support and hands-on program management needed to carry this initiative forward.  The incumbent will provide technical and substantive input in the design, implementation, and monitoring of projects S/he will report to the Economic Growth Team Lead and play a key role in strategic planning and donor coordination, report writing, as well as in managing resources, and working with implementing partners.

The specialist must work in close coordination with senior government leadership officials at the Deputy Prime Minister and Ministerial level; interact continually with colleagues in the donor community, e.g., country directors and representatives of the World Bank, European Union, German Development Agency (GIZ), UK AID, and UN agencies including the Food and Agriculture Organization, World Food Program and others; and direct and lead USAID implementers as needed.

USAID recently procured a participatory extension services activity to pilot extension models in the FTF focus area.  The resulting extension system will be a conduit for disseminating info about and the implementation of agrarian reform.  The specialist will provide technical guidance to USAID colleagues and the implementer during key stages of the piloting process to ensure the successful development and testing of a sustainable participatory extension model to be replicated throughout the FTF focus area.

In sum, USAID in Tajikistan is seeking a seasoned expert with significant practical experience in establishing, managing, and evaluating agriculture extension services; who has knowledge of agriculture policy andtechnical issues and who has extensive experience with government and donor coordination in developing countries to serve up to one year in Tajikistan during a time of significant positive development and change in agrarian reform.

DUTIES AND RESPONSIBILITIES

Under the direct supervision of the Economic Development Team Leader, the Senior Food Security Specialist will have the following duties and responsibilities.

Manage staff and programs, including grants, cooperative agreements and contracts through the following tasks:

Manage new and existing 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 members of the USAID/CAR/TCO Feed the Future team.

May serve as Contacting Officer’s Representative (COR) and/or Agreement Officer’s Representative (AOR) or their Alternates on Feed the Future activities.  As COR or AOR, s/he would be solely responsible for providingtechnical direction; monitoring and evaluating the delivery of assigned activities in compliance with the terms of cooperative agreements and contracts; submits activity progress reports, including professional analyses of related problems and recommendations for corrective action to improve implementer performance; and advises and assists grantees in the development of detailed designs, plans, and cost estimates for assigned activities.  As Alternate COR and/or Alternate AOR s/he would be required to temporarily undertake all COR/AOR responsibilities on behalf of another team member in her/his absence. Incumbent will serve in this capacity on the following activities:

$8 million Farmer Advisory Services Tajikistan (FAST) activity:  FAST launched operations in Tajikistan in August 2013.  Immediate project objectives are to (a) pilot and stand up an extension model to implement agrarian reform in the FTF Zone of Influence and (b) establish an Agriculture Implementation Support Unit within the Government of Tajikistan to analyze policy alternatives and reform outcomes/results;

$20 million Family Farming Program activity which supports irrigation and water resource management activities and water sector reform

Lead and/or participate on design team(s) for upcoming Feed the Future procurements.
Participate in planning, scheduling and control of annual cycles of program and funding activity. Plan and design 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. As appropriate, make site visit to evaluate recipient performance and provide advice and programmatic support.

Other duties as required.

Provide analytic and advisory support, including but not limited to:

Conceptualize and design program strategies and objectives in close coordination USAID personnel, U.S. Embassy, Host Government, and the donor community.  When necessary, refine strategic objectives and advocate on behalf of new programmatic approaches in country, linked to neighboring country programs, where appropriate.

Identify, gather information and develop linkages with donor programs, including multi-laterals (World Bank, Asian Development Bank, European Union, and United Nations Agencies) and bi-laterals (UK, Germany, Switzerland, Japan).   Represent USAID and the USG in meetings of the DCC (Development Coordination Council), Tajikistan’s donor coordination body, and chair DCC working groups as appropriate.  Lead discussions and broker negotiations with senior policy and technical levels of international donors in Tajikistan to develop joint programs and leverage resources that will enhance achievement of USAID Food Security objectives.

Lead USAID or USG discussions related to agricultural reforms in Tajikistan, participating in regular and ad hoc donor and government coordination meetings, and providing expert technical advice to all stakeholders on agricultural issues as well as advising USAID and US Embassy senior management on appropriate actions.

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 other audiences on USAID Food Security programming 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.

Leadership and Mentoring

Support and provide advice to the Tajikistan team on USAID’s Feed the Future implementation across Feed the Future activities including:   agrarian reform and policy dialogue, productive agriculture, land reform, participatory agriculture extension services, water and irrigation management and nutrition.

Advise, train and support the career development of professional staff responsible for managing food security activities.  Contribute to and oversee the development of core competencies in USAID Tajikistan Country Office.   Competencies include those listed above; strategy and activity development and program monitoring and evaluation.

Increase the capacity of ED team members to interface with the donor community and host government.

At the end of the contract period, the specialist will effectively transfer his/her skills and knowledge to enable the Tajikistan country team to carry out successfully the tasks described above so that continued USPSC services are not required.

C) POSITION ELEMENTS:

1) Supervision received:  The incumbent will work under the general policy and technical guidance of the USAID/CAR/TCO Economic Development Team Leader 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)   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 is required in setting priorities.  The use of initiative, discretion and patience is expected in dealing with USAID personnel as well as representatives from donor organizations to resolve problems that arise during the course of work for which no clear or immediate solution often exists.  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/CAR/TCO 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) Levels of Contacts: The Incumbent actively engages in official personal contacts with Host-Country high ranking officials, senior leadership of different U.S. Agencies, country directors and/or resident representatives of international donors, private groups, U.S. or foreign private groups, etc. It is expected that personal contacts will include, but not be limited to, the following:

Deputy Prime Ministers for Agriculture and Social Sector
Ministers and Deputy Ministers, and staff in the Ministries of Development and Trade, Finance, Agriculture, Water, Justice, Health, etc.
U.S. Ambassador and members of the U.S. Country Team
Counterpart Host Country Officials responsible for assistance
Non-U.S. Ambassadors in Tajikistan supporting development initiatives
Country Directors or Resident Representatives of  international donors in Tajikistan
Chiefs of Party of USAID contractors/grantees engaged in development initiatives
Senior officials and executives from the U.S. headquarters of USAID-funded contractors/grantees
Institutional contractors, NGOs, PVOs working on related matters
USAID/Central Asian Republics Office Directors
USAID/Washington

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 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 food security programs in developing countries, preferably related to agriculture development, extension systems, and improving nutrition outcomes.   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 food security 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/or Tajikistan 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 increasing food security and decreasing poverty as information and devise creative and appropriate solutions to implementation challenges. Demonstrated technical expertise and leadership skills in food security 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 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 agriculture, agricultural economics, agronomy, agricultural development, 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, includingtechnical reports.  Given the level of interaction with host-country counterparts required by this position, strong command of Russian or Tajik is preferred.

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) September 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 one-year period commencing o/a October 1, 2013 (or earlier), subject to security and medical clearances and funds availability.   The duty post for this contract is Dushanbe, Tajikistan.

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/Central Asian Republics and Tajikistan Country Office 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: Dushanbe Tajikistan TJ URL: https://www.fbo.gov/spg/AID/OM/ALM/USAID_CAR_No_51-2013/listing.html
OutreachSystems Article Number: 130910/PROCURE/0102
Matching Key Words: writ*; technical; procedure?; 


Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) – Edwards, 5 S WOLFE AVE Edwards AFB CA 93524-1185

U — Heavy Simulator FA9302-13-R-0027 100213 Judith L. Sackett, Phone 6612777586, Email judith.sackett@edwards.af.mil – Steve Ostrander, Contracting Officer, Phone 6612779567, Email Steve.Ostrander@edwards.af.mil COMBINED SYNOPSIS:
356px-Seal_of_the_US_Air_Force.svgThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64 (17 Jan 2013) and DFARs Change Notice (DPN) 20121231. This acquisition is a 100% small business set-aside. NAICS is 611512-Flight Training. Manufacturing is not applicable and small business size standard is $25.5M. Solicitation is for commercial purchase Simulator Training. The acquisition is for the United States Air Force Test Pilot School, Edwards AFB, CA, 93524.

REQUIREMENTS:

Government Requirement: The contractor shall provide full motion simulators and operators/instructors with the ability to instruct students on the systems, performance and flying qualities of the aircraft provided. The contractor shall provide in-simulator instruction, briefings, all management, personnel, tools, vehicles, equipment, and labor necessary to support the USAF Test Pilot School’s (TPS) Qualitative Evaluation Program (QEP) at the location of the simulator. The contractor shall perform all requirements and obtain all permits and licenses in accordance with all applicable federal, state, and local guidelines.

The goal of this program is to provide training for approximately 20-25 students/staff twice per calendar year. Visits will typically occur in April and October to align with the TPS syllabus. The intent is for groups of 4 students to work through a directed profile with the objectives of evaluating large aircraft dynamics and comparing/contrasting Airbus & Boeing cockpit philosophies. The typical profile should allow each group of 4 students to spend approximately 4 hours in a full-motion Boeing 777 simulator and approximately 4 hours in a full-motion Airbus A320 simulator. This program is not intended to teach initial or recurring airline training. The actual size of the groups may vary and will typically be a mix of pilots and engineers with various backgrounds. When available, a TPS staff member with a heavy aircraft background will accompany the group(s) to facilitate learning and logistics.

Please submit the following information with each quote: Cage Code, DUNS number, and Date offer expires.

INSTRUCTIONS TO OFFERORS:
Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis and all instructions at 52.212-1 and 52.212-1 Addendum below. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). To register with the system for award management (SAM), go to url:https://www.sam.gov/ USE OF SAM (formerly CCR and ORCA) BECAME MANDATORY 01 JANUARY 2005. Further information on SAM may be obtained from the SAM Help Menu at https://www.sam.gov/.

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 address: http://farsite.hill.af.mil.

Provision at 52.212-1, Instructions to Offerors (Feb 2012), applies to this acquisition.
52.212-1 — Instructions to Offerors — Commercial Items.
(a) North American Industry Classification System (NAICS) code is 611512. 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 $25,500,000.00.
(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. 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 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) 697/2197, 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 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 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 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 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)
ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS

(a) To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I – Price Proposal and Part II – Technical Information
(b) The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer’s opinion, adequate price competition exists no additional price information will be necessary. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than pricing data to support a determination of price reasonableness.
(c) Specific Instructions: Documents submitted in response to this must be fully responsive to and consistent with the following:
(1) Requirements of the CLINs & Performance Work Statement (PWS) and government standards and regulations pertaining to the PWS.
(2) Evaluation Factors for Award in section, 52.212-2 EVALUATION – COMMERCIAL ITEMS and addendum of this RFP.
(3) Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in this section, FAR 52.212-1 INSTRUCTION TO OFFERORS – COMMERCIAL ITEMS, will not be read or evaluated, and will be removed from the proposal.
(d) PART I – PRICE PROPOSAL -

(1). The contractor shall provide the following:

1. Pricing for the effort
2. Provide the names of any Offeror’s subcontractor(s)
3. Provision 252.209-7999 – Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law (Jan 2012)
The DFARS 252.209-7999 provision (Attachment 2, Page 3) needs to be completed and returned with the quote by the contractor in order to be considered for award of this contract.

(e) PART II – TECHNICAL INFORMATION

(1) Format
• The proposal will be on 8 ½” x 11″ paper.
• A page is defined as one single sided, double-spaced sheet of paper containing information.
• Typing shall be Times New Roman Font, size 12.
• Electronic files must be in Adobe (.pdf), Microsoft Word version 6.0/95 or Excel 2010 or earlier format.
• Page limit of technical information – 5 pages.

(2) Technical Acceptability – using the format described above, please provide the following:
(i) A description of qualifications in accordance with the technical evaluation factors as described in 52.212-2 and of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include literature, a resume, or other documents.

(f) GENERAL INFORMATION

(1) Electronic submissions of proposals will be accepted and shall be sent to:

Steve Ostrander
Contracting Officer
steve.ostrander@edwards.af.mil

(2) If chosen, 3 hard paper copies are to be mailed or hand-deliver by the date/time specified.

Edwards Air Force Base
AFTC/PZIEB
5 S. Wolfe Ave.
Edwards AFB, CA 93524-1185
Attn: Steve Ostrander (FA9302-13-M-L021)

(3) Offerors are cautioned that Edwards AFB, CA has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) “Late submission, modifications, revisions, and withdrawals of offers.”

(End of provision)

52.212-2 — Evaluation — Commercial Items.

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:

(i) Technical Acceptability

(ii) Lowest price
(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)

Addendum to FAR 52.212-2:

(a) Basis for Contract Award: The resulting award will be a BPA contract to a multiple contractors. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and requirements, in addition to those identified as evaluation factors or sub factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

(b) Initially, offers shall be ranked according to price. Proposal prices will be determined to be fair and reasonable by adequate price competition among offers unless the contracting officer has requested other than pricing data per addenda to 52.212-1 above.

(c) Next, the government technical evaluation team shall evaluate the technical proposals submitted by the lowest price ranked offeror on an Acceptable/Unacceptable basis:

These are the definitions for the Evaluations Ratings:

Acceptable Meets all solicitation requirements.
Unacceptable Does not meet all solicitation requirements.

The following are the evaluation criteria:

A. The contractor shall provide a Boeing 777 and Airbus A320 (newest model airplanes desired) full-motion simulators at the same facility to allow students/faculty the ability to complete a side by side comparison of the aircraft. Maneuvers/evaluations may include but are not limited to:
-General flying qualities/handling qualities
-Takeoff performance (heavy weight, engine-out, low RCR, etc.)
-Flight control system evaluation (normal and degraded modes)
-Engine-out characteristics during takeoff (Vmcg, V1 cuts)
-Stall characteristics & recovery
-Envelope protection modes (stall, overspeed, pitch & roll limits/rates)
-Warning systems (EGPWS, CFIT, windshear, etc.)
-Landing performance (engine-out, low/zero visibility, crosswinds, degraded flight controls, no-flap, etc.)
-Electronic flight bag familiarization (iPad)
-Aircraft automation and flight management system during departure, cruise, arrival and reroute
-Aircraft electronic checklist/takeoff manifest data integration during preflight
-Aircraft electronic checklist during a complex EP such as hydraulic failure
-Historical airline crashes/emergencies
Staff/students may carry-on hand held instrumentation systems that are approved by the TPS Program Manager (PM) and coordinated with the contractor. The contractor shall have the right to refuse any carry-on equipment if it causes safety concerns.
Simulator Safety Equipment certifications shall be current, and are subject to inspection by government personnel.
The contractor is liable for any damage to the simulator.
B. The contractor shall provide a minimum of one certified pilot as well as necessary personnel for the operation of the simulator.
The instructor/operator shall possess at a minimum the following qualifications:
-Qualified simulator instructor in accordance with Federal Aviation Regulations parts 135 and 121.
The contractor shall provide upon request any and all information regarding personnel qualifications.

C. If the lowest priced evaluated offerors is judged to be “Acceptable” on ALL Factors and the offeror is determined to be responsible, that offer will be deemed the most advantageous to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.

D. If the lowest priced offeror is not judged to be “Acceptable” on ALL Factors, the next highest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to be “Acceptable” on all Factors or until all offerors are evaluated.

E. Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of technical capability. Offerors may be asked to clarify certain aspects of their proposal Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision.

F. The government intends to award a contract without discussions with respective offerors. The
Government, however, reserves the right to conduct discussions if deemed in its best interest.

(End of provision)
52.212-3 — Offeror Representations and Certifications — Commercial Items.
As prescribed in 12.301(b)(2), insert the following provision:
Offeror Representations and Certifications — Commercial Items (Dec 2012)
An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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.

Further Solicitation Clauses and Provisions:

52.201-01 Definitions (Jan 2012)
52.203-3, Gratuities (Apr 1984)
52.212-3 Offeror Representations and Certifications – Commercial Items (Apr 2012)
H055 Local Insurance Clause
52.232-37 Multiple Payment Arrangements (May 1999)
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-8 Utilization of Small Business Concerns (Jan 2011)
52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. (Jan 2013)
52.219-8 Utilization of Small Business Concerns (Jan 2011)
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)
52.232-33 Payment by Electronic Funds Transfer –Central Contractor Registration (Oct 2003)
252.204-7004, Alternate A – Required Central Contractor Registration (Sep 2007)
252.232-7010 Levies on Contract Payments (Dec 2006)
252.247-7023 Transportation of Supplies by Sea (May 2002)
5352.201-9101 Ombudsman (Apr 2010)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003)
5352.223-9001 Health and Safety on Government Installations (Jun 1997)
5352.242-9000 Contractor Access to Air Force Installations (Aug 2007)
252.247-7024 Notification Transportation of Supplies by Sea (Mar 2000)
252.232-7009 Mandatory Payment by Government-wide Commercial Purchase Card (Dec 2006)
252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law (Jan 2012)
52.223-9003 or 23.303-90 Marking Dangerous Goods or Hazardous Materials (Nov 2011)

If the offeror does not have a copy of these provisions, go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-conforming.

Offers are due at the Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, by COB (4:30pm, Pacific Time) on 2 October 2013. Any questions concerning this synopsis should be submitted to the Contract Specialist, Judith Sackett, by email at, judith.sackett@us.af.mil, or by fax at (661) 277-0470. Faxed/email transmissions of quotes are preferred. If you transmit via fax, please email to verify transmission.

STEVE OSTRANDER
Contracting Officer
AFTC/PZIEB
Directorate of Contracting

Attachments:
1. Performance Work Statement
2. Representations by Corporations of Tax Liability
3. Wage Determination, WD 05-2043 (Rev -16)

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-13-R-0027/listing.html
OutreachSystems Article Number: 130910/PROCURE/0133
Matching Key Words: documentar*; 


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

U — RIGGER SERVICES H92244-14-T-0009 101513 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 Quote160px-Special_Operations_Specops_Army.svg (RFQ); solicitation number is H92244-14-T-0009. 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) 2005-69 effective 03 September 2013. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 541990 with a standard business size of $14 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 RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 17 FEBRUARY 2014 – 8 MARCH 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

CLIN 1001 (OPTION) RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 5 MAY 2014 – 24 MAY 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

CLIN 1002 (OPTION) RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 9 JUNE 2014 – 28 JUNE 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

CLIN 1003 (OPTION) RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 11 AUGUST 2014 – 6 SEPTEMBER 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

CLIN 1004 (OPTION) RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 6 OCTOBER 2014 – 25 OCTOBER 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

FFP
FOB DESTINATION

STATEMENT OF WORK

Rigger must have extensive knowledge of the packing procedures and proven methods required as demonstrated in actual performance of the mission requirement. The riggers and curriculum all comply with parameters specified in Joint Basic Military Free Fall, Joint Military Tandem Tethered Bundle, and Assault Squadron sustainment training. The rigger requirements must include:

a. Rigger must be current FAA Senior/Master Parachute Rigger.
b. Rigger must be a graduate of a U.S. Army Parachute Rigger School with training on the maintenance, packing, and rigging of DoD parachutes and airdrop equipment.
c. Rigger must have knowledge of assembly, packing and repair of the MJN-1 Personal Parachute and SOV3 Tandem Parachute Systems.
d. Rigger must have knowledge of packing and assembly techniques of the military tandem tethered bundle system (MTTB).
e. Rigger must be certified as CYPRES AAD Technician through SSK Industries, Inc.
f. Rigger must have previous experience as a Military Drop Zone Safety Officer.
g. Must have demonstrated consistent and regular Air Operations parachute rigging instruction in each of the previous 2 years with United States Military Special Operations Forces.
h. Must be willing to work extended hours of the day in order to support course and squadron activities to include unknown drop zones. These hours could extend beyond 8 hours daily.
i. Rigger must have knowledge of assembly, packing, repair and maintenance of the P-124 Aviation Parachute

This contract will support the majority of the air operations training and sustainment during this course of instruction. The required disciplines required by NSWDG Air Operations are to include, but not limited to:

a. Assist military riggers in Squadron sustainment training during the course of instruction.
b. Perform ram-air canopy maintenance and repair.
c. Perform Quality Assurance checks.
d. Provide basic, intermediate, and advanced packing instruction and procedures.
e. Construct Military Tandem Tethered Bundle systems.

Section I Clauses

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 52.204-7 System for Award Management Jul 2013
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008
FAR 52.212-1 Instructions to Offerors – Commerical Items Jul 2013
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Jul 2013
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jul 2013
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Aug 2013
FAR 52.217-7 Option for Increased Quantity – Separately Priced Line Item Mar 1989
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 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984
FAR 52.242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt I Changes-Fixed Price Alt II (Apr 1984) Aug 1987
FAR 52.246-25 Limitation of Liability – Services Feb 1997
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) \ Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A System for Award Management Alternate A May 2013
DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate Jun 2012
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Jun 2013
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
SOFARS 5652.252-9000 Notice of Incorporation 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.hill.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan 1999
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Aug 2013
FAR 52.222-41 Service Contract Act of 1965, as amended
Nov 2007
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989
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 Ana Downes, telephone (757) 893-2722.

SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 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, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

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.

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 9:00am Eastern Standard Time (EST) on 15 October 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/H92244-14-T-0009/listing.html
OutreachSystems Article Number: 130910/PROCURE/0140
Matching Key Words: film?; produc*; train*; you; website; business*; event?; instruct*; commercial?; 


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 RFP, Presolicitation Conference, and Site Visit Announcement W900KK13R0016 061413 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW

peostri_org_banner_v09292010The 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: 130910/PROCURE/0675
Matching Key Words: state!ky; 

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 Empty Scrap Ammunition Containers 14-0006 091313 Bridgette Caico, Clerk, Phone 5026245026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, QRP Manager, Phone 5026245673, 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. The duration of this is for 1 time load.
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 and160px-Special_Operations_Specops_Army.svg 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 309 Frasier Rd bldg 2951 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: 309 Frasier Rd bldg 2951 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/14-0006/listing.html
OutreachSystems Article Number: 130907/SURPLUS/1162
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

T – KSP AND CVE VEHICLE GRAPHICS KITS RFB : 1400000180 Offi SOL KSP AND CVE VEHICLE GRAPHICS KITS RFB : 1400000180 Office Of The Controller Published On : 9/6/13 Amended On : For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130910/BID/0004
Matching Key Words: age:state!ky; state!ky; 

 PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

9 / 11 Remembrance

SOURCE:  Provided Courtesy - Defense News Lead Photo for U.S. Department of Defense.

Transit Center honors 9/11 heroes

Sept. 11 commemoration


beenetworknews.com           30 seconds

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svgDOD AWARDED CONTRACTS

Source:  Provided Courtesy - U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs) 

ARMY 

New Generation Power Inc.*, Chicago, Ill., was awarded potential vendor indefinite-delivery/indefinite-quantity, firm-fixed-price, non-option, non-multi-year contract with a cumulative maximum value of $7,000,000,000. The government is awarding this contract for use in competing and awarding power purchase agreement (PPA) task orders. These PPAs will provide for the purchase of energy from renewable and alternative energy production facilities that are designed, financed, constructed, operated and maintained by private sector entities on private land or on installations under jurisdiction of the Department of Defense. These contracts are for the use of geothermal technology. All awarded technologies will share a total estimated value of $7,000,000,000. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with 16 bids received. U.S. Army Corps of Engineers – Engineer Support Center, Huntsville, Ala., is the contracting activity (W912DY-13-D-0113).

Science Applications International, McLean, Va., was awarded a $179,585,058 firm-fixed-price, non-option-eligible, non-multi-year contract in support of the Saturn Arch programDepartment of the Army and provides continued operations, sustainment and integration of aircraft platforms configured to host a suite of sensors deployed in support of Operation Enduring Freedom. This is a hybrid contract containing both fixed-price and cost-reimbursement line items. Performance locations will be: Beavercreek, Ohio; California, Md.; Hanahan, S.C.; Arlington, McLean and Bridgewater, Va.; Djibouti and Afghanistan; with funding from fiscal 2013 other authority funds. This contract was a non-competitive acquisition with one bid solicited and with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0134).

Amyx Inc.*, Reston, Va. (W81XWH-13-D-0014); Dynamic Systems Technology Inc.*, Fairfax, Va. (W81XWH-13-D-0015); Ho-Chunk Technical Solutions*, Winnebago, Neb. (W81XWH-13-D-0016); Stratitia Inc.*, Washington, D.C. (W81XWH-13-D-0017); Allied Technologies and Consulting LLC*, Frederick, Md. (W81XWH-13-D-0024); Axiom Corp.*, Atlanta, Ga. (W81XWH-13-D-0025); Enterprise Resource Planning International LLC*, Laurel, Md. (W81XWH-13-D-0026); Indrasoft Inc.*, Reston, Va. (W81XWH-13-D-0027), were awarded a $99,000,000 firm-fixed-price, non-option-eligible, non-multi-year, multiple-vendor, indefinite-delivery/indefinite-quantity contract to provide continuous professional administrative and management support services for the U.S. Army Medical Material Agency core competencies in all its daily business operations. This contract period of performance has a12-month base period and four option periods. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 19 bids received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity.

SRI International, Menlo Park, Calif., was awarded a $62,337,287 firm-fixed-price, non-option-eligible, non-multi-year contract in support of the Desert Owl program and provides continued operations, sustainment and integration of aircraft platforms configured to host a suite of sensors deployed in support of Operation Enduring Freedom. This is a hybrid contract containing both fixed-price and cost-reimbursement line items. Performance locations will be: Menlo Park and San Luis Obispo, Calif.; Durango, Colo.; Ann Arbor, Mich.; Beavercreek, Ohio; Arlington, McLean and Bridgewater, Va.; and Afghanistan, with funding from fiscal 2013 other authority and fiscal 2013 operations and maintenance Army funds. This contract was a non-competitive acquisition with one bid solicited and with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0135).

Wycliffe Enterprises Inc.*, Frederick, Md., was awarded a $49,150,525 firm-fixed-price, non-option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0030).

Banneker Ventures LLC*, Baltimore, Md., was awarded a $46,220,000 firm-fixed-price, option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0027).

Akima Construction Services LLC, Anchorage, Alaska, was awarded a $45,789,000 firm-fixed-price, option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0026).

Technical Services LLC, Aberdeen Proving Ground, Md., was awarded a $39,660,705 firm-fixed-price, option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0028).

Patriot Construction LLC*, Dunkirk, Md., was awarded a $33,195,000 firm-fixed-price, option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0029).

Tompkins Associates Inc., Lee’s Summit, Mo., was awarded a firm-fixed-price, non-option-eligible, non-multi-year contract for $9,500,000 to provide architectural and engineering design and planning services for military and civilian work for the U.S. Army Corps of Engineers Kansas City District. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with thirty-six bids solicited. The U.S. Army Corps of Engineers – Kansas City District, Kansas City, Mo., is the contracting office (W912DQ-13-D-4000).

AIR FORCE

CSC Applied Technologies LLC., Fort Worth, Texas, has been awarded a $71,650,362 modification (P00101) to previously awarded FA3002-08-C-0007 for base operating support and aircraft maintenance for T-38C/T-1A/T-6 undergraduate pilot training. Work will be performed at Vance Air Force Base, Okla., with an expected completion date of Sept. 30, 2014. No funds are being obligated at time of award. The Air Force Air Education and Training Command is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgGeneral Dynamics Armament and Technical Products, Williston Vt., was awarded a maximum $8,000,000 indefinite-delivery/indefinite-quantity contract for engineering services for medium caliber aircraft guns and ammunition handling systems. Work will be performed at Williston Vt., and Saco Maine, with an expected completion date of Sept. 16, 2014. Fiscal 2013 operations and maintenance funds in the amount of $184,957 are being obligated at time of award. This contract was a sole source acquisition. The Air Force Life Cycle Management Center, Robins Air Force Base, Ga., is the contracting activity (FA8520-13-D-0001).

BAE Systems Technology Solutions & Services, Rockville, Md., has been awarded a $7,300,000 modification (P00106) to previously awarded FA2517-09-C-8000 for the fifth option-year renewal. BAE shall provide non-personal services to operate, maintain, and support the perimeter acquisition radar attack characterization system and site. Work will be performed at Cavalier Air Force Station, N.D., with an expected completion date of Sept. 30, 2017. The 21st Contracting Squadron, Peterson Air Force Base, Colo., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pfizer, New York, N.Y., has been awarded an estimated $69,277,990 fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity modification (P00012) to contract (SPM2D0-12-D-0022) exercising the first option-year period on a one year base contract with seven one-year option periods for various pharmaceutical products. Location of performance is New York, with a Sept. 26, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilianDefense_Logistics_Agency agencies. Type of appropriation is fiscal 2012 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Revision Military Ltd.*, Essex Junction, Vt., has been awarded a maximum $46,170,844 fixed-price with economic-price-adjustment contract makes available universal prescription lens carriers to military services. This is a one year base, sole-source contract with seven one-year option periods. Location of performance is Vermont, with a Sept. 16, 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., (SPM2DE-13-D-7558).

Raytheon Integrated Defense Systems, Portsmouth, R.I., has been awarded a maximum $45,179,000 undefinitized contractual action (5026) against basic ordering agreement (SPRPA1-09-G-001Y) for the manufacture and delivery of airborne low-frequency sonar helicopter dipping sonar systems. Location of performance is Rhode Island, with a November 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2013 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

NAVY

Northrop Grumman Corp., Aerospace Systems, Bethpage, N.Y., is being awarded $11,655,626 for firm-fixed-price delivery order #0009 against a previously issued basic ordering agreement (N68335-10-G-0021) for the design, development, first article, and production units for ten pieces of peculiar support equipment (PSE); and the procurement of 29 additional pieces of previously developed PSE for the E-2D Advanced Hawkeye aircraft. Work will be performed in Bethpage, N.Y., and is expected to be completed in March 2016. Fiscal 2011 aircraft procurement Navy contract funds in the amount of $11,655,626 will be obligated at the time of 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.

600px-US-DeptOfNavy-Seal.svgInsitu Inc., Bingen, Wash., is being awarded $7,264,250 for firm-fixed-price delivery order #0016 against a previously issued basic ordering agreement (N00019-12-G-0008) for hardware repairs and modifications to previously procured ScanEagle Unmanned Air Systems (UAS) for the government of Poland under the foreign military sales program. This effort procures spares, operations and maintenance training, and technical UAS publications. The hardware includes air vehicles, their components, and improvements to the systems ancillary equipment, including ground control stations and launch and recovery equipment. Work will be performed in Bingen, Wash., and is expected to be completed in September 2014. Fiscal 2013 operations and maintenance, Defense Agency contract funds in the amount of $7,264,250 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.

Insitu Inc., Bingen, Wash., is being awarded a $300,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hardware and operational and maintenance services in support of the ScanEagle Unmanned Aerial Systems operated by the U.S. Special Operations Command. The hardware and services to be provided include replacement air vehicles, spare and consumable parts, and in-theatre field service representatives to supplement naval special warfare operators. Work will be performed in Bingen, Wash., and is expected to be completed in September 2016. Fiscal 2013 operations and maintenance, Navy, overseas contingency operations contract funds in the amount of $85,000,000 will be obligated at the time of award, all 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-D-0016).

Hydroid Inc, Pocasset, Mass., is being awarded a $36,323,734 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of unmanned underwater vehicles. The unmanned underwater vehicles provide the military force with very shallow water and shallow water mine countermeasures as well as underwater object localization tools. Work will be performed in Pocasset, Mass., and is expected to be completed by September 2018. Fiscal 2011 other procurement, Navy funding in the amount of $862,202 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 the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity (N00174-13-D-0005).

Environmental Management Resources Inc.*, Lawrence, Kan., is being awarded $11,444,076 for firm-fixed-price task order #0006 under a previously awarded multiple award600px-US-DeptOfNavy-Seal.svg construction contract (N69450-10-D-0787) for renovation and repair of Corry “A” School Bachelor Quarters 3707 and 3708 at Corry Station, Naval Air Station Pensacola. The work to be performed provides for interior demolition, minor structural repairs, sheet rock replacement on walls and ceilings, interior electrical repairs, interior plumbing replacement, installation of fire suppression system and detection systems, floor covering replacement, interior and exterior door replacement, roof replacement, stairwell repairs, heating, ventilation and air conditioning system replacement, and miscellaneous interior and site repairs. Work will be performed in Pensacola, Fla., and is expected to be completed by March 2015. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $11,444,076 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

World Wide Technology, Maryland Heights, Mo., is being awarded a $9,967,138 firm-fixed-price contract for support to the Defense Logistics Agency Radio-Frequency Identification Program upgrade. Work will be conducted in Maryland Heights, Mo., and is expected to complete by November 2013. Fiscal 2013 working capital funds in the amount of $9,967,138 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 Solutions for Enterprise-Wide Procurement, with four offers received. Naval Surface Warfare Center Crane, Crane, Ind., is the contracting activity (N00164-13-F-0167).

Lockheed Martin Mission Systems & Training, Owego, N.Y., is being awarded $7,037,522 for firm-fixed-price delivery order #4090 against a previously issued basic ordering agreement (N00019-09-G-0005) for ten organic airborne mine countermeasures technical insertion common console kits in support of the MH-60S program. Work will be performed in Owego, N.Y., and is expected to be completed in September 2015. Fiscal 2013 aircraft procurement Navy contract funds in the amount of $7,037,522 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.

DEFENSE LOGISTICS AGENCY

Ceradyne Inc., Costa Mesa, Calif., has been awarded an estimated $151,200,000 firm-fixed-price modification (P00010) to contract (SPM1C1-11-D-1061) exercising the second option-year period on a one-year base contract with two one-year option periods for enhanced small arm protective inserts. Locations of performance are California and Kentucky, with a July 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Science Application International Corp., Fairfield, N.J., has been awarded an estimated $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00034) to contract (SPM500-02-D-1021) for maintenance, repair, and operations prime vendor bridge contract for the Southeast Zone 1 region. Location of performance is New Jersey, with a March 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 Defense Logistics Agency Troop Support, Philadelphia, Pa.

Defense_Logistics_AgencyNASCO Aircraft Brake Inc., Gardena, Calif., has been awarded a maximum $29,080,238 firm-fixed-price contract for aircraft wheels and brakes, and spare/repair parts. This is a five-year base, sole-source contract with no option year periods. Location of performance is California with an Aug. 31, 2018 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 2018 Defense Logistics Agency Revolving Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPE4AX-13-D-9419).

SupplyCore Inc.*, Rockford, Ill., has been awarded an estimated $23,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00032) to contract (SPM500-02-D-1022) for maintenance, repair, and operations prime vendor bridge contract for the Southeast Zone 2 region. Location of performance is Illinois, with a March 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 Defense Logistics Agency Troop Support, Philadelphia, Pa.

Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $18,786,469 firm-fixed-price contract for main rotor gearbox assemblies. Location of performance is Texas, with a Dec. 31, 2016 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2013 through fiscal 2016 Navy funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (W58GZ-12-G-0001-THEB).

Lockheed Martin MS2, Owego, N.Y., has been awarded a maximum $7,382.694 firm-fixed-price order (THA7) against contract (SPRWA1-13-D-20000) for radar data processors. Location of performance is New York, with an August 2016 performance completion date. This was a sole-source acquisition. Using military service is Royal Australian Navy. Type of appropriation is fiscal 2013 foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

ARMY

NCI Information Systems Inc., Reston, Va., was awarded a $53,018,129 cost-plus-fixed-fee, option-eligible, non-multi-year contract modification (P00010) of contract (W91CRB-12-C-0058) for fielding and logistics services performed in support of Program Executive Office Soldier and its subordinate project managers. Performance locations will be Afghanistan and Ft. Belvoir, Va., with funding from fiscal 2013 other procurement authorization funds. This contract was a competitive acquisition via the web with six bids received. The U.S. Army Contracting Command – Aberdeen Division, Aberdeen, Md., is the contracting activity.

Great Lakes Dredge Dock LLC, Oakbrook, Ill., was awarded a firm-fixed-price, non-option-eligible, non-multi-year contract for $36,900,000 to provide placement of beachfill, dredged from the Sea Bright borrow area, along the length of the constructed project footprint in Keansburg, N.J. Performance location will be Keansburg, N.J., with funding fromDepartment of the Armyfiscal 2013 other authorizations funds. This contract was a non-competitive acquisition with one bid solicited and with one bid received. The U.S. Army Corps of Engineers – New York District, N.Y., is the contracting office (W912DS-13-C-0047).

The Boeing Co., Ridley Park, Pa., was awarded a $19,253,048 cost-plus-fixed-fee, non-option-eligible, non-multi-year contract modification (026106) of contract (W58RGZ-04-G-0023) to obligate funding for sustaining engineering on delivery order 0261 of basic ordering agreement for the MH-47G new build. Performance location will be Ridley Park, Pa., with funding from fiscal 2013 other procurement authority funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity.

Raytheon Co., McKinney, Texas, was awarded a $19,050,973 firm-fixed-price, non-option-eligible, non-multi-year contract modification (P000014) to contract (W56HZV-11-C-0130) for 41 improved thermal sight system for foreign military sales (FMS), light armored vehicle LAV-25. This is a FMS to Saudi Arabia. Performance location will be McKinney, Texas, with funding from other authorization funding. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Tank and Automotive (Warren), Warren, Mich., is the contracting activity.

The Boeing Co., St. Louis, Mo., was awarded an $11,427,527 firm-fixed-price, option-eligible, non-multi-year contract modification (P00001) of contract (W58RGZ-13-C-0086) to exercise the option to procure one additional Longbow crew trainer for the Apache helicopter program. Performance location will be St. Louis, Mo., with funding from fiscal 2013 other procurement authority funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity.

Veteran’s Contractor’s Group, JV, LLC, Metaire, La., was awarded a firm-fixed-price, non-option eligible, non-multi-year contract for $10,696,914 to provide support to the Southeast Louisiana Urban Flood Control Project (SELA-09a) and construction of Soniat Canal Pump to the River Intake at Jefferson Parish, La. Performance location will be Harahan, La., with funding from fiscal 2013 other authorizations funds. This contract was a competitive acquisition via the web with six bids received. The U.S. Army Corps of Engineers – New Orleans District, New Orleans, La., is the contracting office (W912P8-13-C-0044).

Inglett and Stubbs International Ltd., Smyrna, Ga., was awarded an $8,198,147 firm-fixed-price, non-option eligible, non-multi-year contract to provide routine operation and maintenance of the 56 Megawatt turbine/diesel generator power plant at Bagram Airfield. Performance location will be in Afghanistan, with funding from fiscal 2013 operations and maintenance, Army funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Corps of Engineers – Philadelphia District, Philadelphia, Pa., is the contracting office (W912BU-13-F-0050).

Ordnance Systems Inc., Kingsport, Tenn., was awarded an $8,032,815 firm-fixed-price, non-option-eligible, non-multi-year contract modification (P00524) of contract (DAAA09-98-E-0006) for reactivation of magnesium nitration nitric acid unit 5 at Holston Army Ammunition Plant. Performance locations will be Kingsport, Tenn., with funding from fiscal 2013 other authorization funds. This contract was a non-competitive acquisition with one bid solicited and one received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

AIR FORCE

ARCTEC Alaska Joint Venture, Joint Base Elmendorf-Richardson, Alaska is being awarded a $39,327,456 modification (P00366) to previously awarded contract FA5000-04-C-0011 for the operation and maintenance of the Alaska Radar System, consisting of 15 remote radar sites. The location of performance is Joint Base Elmendorf-Richardson, Alaska with an expected completion of Sept. 30, 2014. A subsequent modification will be executed to obligate fiscal 2014 operations and maintenance funds on Oct. 1, 2013. The contracting activity is the 673rd Contracting Squadron/LGCZ.

356px-Seal_of_the_US_Air_Force.svgFlightSafety Services Corp., Centennial, Colo., has been awarded a $19,876,585 modification (P02A5) to previously awarded contract F33657-01-D-2078 for support of the KC-10 Aircrew Training Systems. The contract modification exercises the seventh program year to provide total acquisition and support for all KC-10 training devices to include Operation and Training System Support Center, Training Management System support, on-site contractor logistics support (CLS), obsolescence and technology insertion, student instruction, CLS on-site maintenance/spares/consumables/repairs, and support equipment maintenance/calibration for aircrew training devices. Work will be performed at Travis Air Force Base, Calif., and McGuire Air Force Base, N.J., with an expected completion date of Sept. 30, 2014. Fiscal 2014 operations and maintenance funds of $19,876,585 will be obligated in a subsequent modification when funds are made available. Contracting activity is the Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio.

Crane Electronics Inc., doing business as STC Microwave Systems, Signal Technology Corp., Chandler, Ariz., has been awarded an estimated $12,399,945 indefinite-delivery, requirements, firm-fixed-price contract for repair efforts of ALQ-161A radio frequency surveillance/electronic countermeasure (RFS/ECM) system shop replaceable units. Contract is to acquire depot level repair of nine shop replaceable units in support of ALQ-161A RFS/ECM used on the B-1 aircraft. Work will be performed in Chandler, Ariz., and is expected to be complete by Sept. 11, 2018. This award is the result of a sole-source acquisition. Air Force Sustainment Center/PZABB, Robins Air Force Base, Ga., is the contracting activity (FA8522-13-D-0006).

Jacobs Technology Inc., Tullahoma, Tenn., has been awarded an $11,711,449 modification (P00063) to previously awarded contract FA9300-11-C-0001 for research operations support services. The contract modification provides operations support of the Experimental Liquid Rocket program within the scope of the basic contract. Work will be performed at the Air Force Research Laboratory, Edwards Air Force Base, Calif., with an expected completion date of March 24, 2014. Fiscal 2013 research and development funds in the amount of $2,196,529 have been obligated at time of award. Air Force Test Center, Edwards Air Force Base, Calif., is the contracting activity.

Ayak LLC, Southport, N.C., was awarded a maximum $7,500,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for repair, replacement and installation of various electrical distribution components. Work will include overhead, underground and facilities electrical distribution components. Electrical distribution includes all facility electrical distribution systems such as overhead and underground distribution lines from delivery points to all main service entrance demand meters at buildings, including substations and accessories along with secondary drops to the building service disconnect or first connection into a building’s electrical system. Work will be performed at Joint Base Charleston, Goose Creek and North, S.C., with an expected completion date of Sept. 15, 2018. This award is the result of a competitive acquisition and six offers were received. No funds will be obligated at time of award. The 628th Contracting Squadron located at Joint Base Charleston, S.C., is the contracting activity (FA4418-13-D-0009).

The Mississippi Department of Rehabilitation Services, Madison, Miss., has been awarded a $6,827,220 modification (P00003) to previously awarded contract FA3010-13-C-0005 for full food services. The contract modification exercises the first option for full food services being procured under the base contract. Work will be performed at Keesler Air Force Base, Miss., with an expected completion date of Sept. 30, 2017. Fiscal 2014 operations and maintenance funds will be obligated in a subsequent modification when funds are made available. The 81st Contracting Squadron, Keesler Air Force Base, Miss., is the contracting activity.

SOURCE:  Minority Business Development Agency (MDA)

Minority Business Development Agency Awards $7.3   Million in Grants to Boost Job Creation

Funds will establish MBDA Business Centers in Baltimore, Bridgeport, Conn., Houston, New York, San Francisco, St. Louis, and Washington, D.C. 

WASHINGTON (September 16, 2013) The U.S. Department of Commerce’s Minority Business Development Agency (MBDA) today announced $7.3 million in funding to winners of a grant competition designed to boost job creation and the global competitiveness of minority-owned businesses nationwide. The grant recipients will establish MBDA Business Centers in Baltimore, Bridgeport, Conn., Houston, New York, San Francisco, St. Louis, and Washington, DC, joining a network of 40 MBDA Business Centers across the United States and Puerto Rico.
“MBDA is committed to the continued success of all minority-owned firms, who strengthen the economy and create American jobs,” said David A. Hinson, MBDA National Director. “These new centers will expand the number of front-line business experts we have providing resources to minority-owned businesses to help grow economies in more cities across the U.S.”  The recipients of the $7.3 million in grants include the following organizations.  Learn more

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

 


beenetworknews.com           30 seconds

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

Department of the Air Force, Air Force Materiel Command, ESG – Enterprise Sourcing Group, Building 1 1940 Allbrook Dr Wright Patterson AFB OH 45433-5006

R — ESG – Program Management Support for RDDS ESG-FA8052-13-R-0020 100313 Ronald L. Lighty, Contracting Specialist, Phone 2103959384, Email ronald.lighty@us.af.mil – Javier Tamez, Contracting Officer, Phone 210-395-9178, Email javier.tamez.2@us.af.mil Date: 18 September 2013
356px-Seal_of_the_US_Air_Force.svgSubject: Combined Synopsis/Solicitation
Title: Program Management Support for Requirements Definition and Development Service
Request for Proposal (RFP)/ Solicitation Number: ESG-FA8052-13-R-0020
Closing Response Date: October 3, 2013 at 2:00PM CST
Contact Point(s): Ronald Lighty Jr., Contracting Specialist
Commercial Phone: (210) 395-9556
Email: ronald.lighty@us.af.mil
Contact Point(s): Javier Tamez, Contracting Officer
Commercial Phone: (210) 395-9178
Email: javier.tamez.2@us.af.mil

Description: This is a combined synopsis/solicitation for commercial services 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. The purpose of this requirement is to provide the Executive Support Staff U.S. Air Force Surgeon General (AF/SG) with The Program Management Support for Requirements Definition and Development Services in accordance with the attached Performance Work Statement (PWS) dated 13 June 2013. Historically this effort has been supported by six (6) full time equivalents (FTE). However, this requirement is not a FTE requirement. This requirement is a performance based requirement, meaning offerors should propose the number of FTE he/she has determined is needed in order to meet the requirement identified in the attached Workflow Management Support Performance Work Statement (PWS).
Place of Contract Performance: AF/SG office at: Defense Health Headquarters Building, 7700 Arlington Blvd, Falls Church, VA 22042. IAW PWS dated 13 June 2013.
Set-aside Status: Competitive 8(a) set-aside.
North American Industrial Classification System (NAICS) Code: 541611
Period of Performance: Base Year: 15 October 2013 to 14 October 2014
Option Period One: 15 October 2014 to 14 October 2015
Option Period Two: 15 October 2015 to 14 October 2016
*Option to Extend Services: Dates TBD, if needed

*In accordance with 52.217-8 – Option to Extend Services, and 52.217-9, Option to Extend the Terms of the Contract. 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 total duration of this contract shall not exceed 36 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

The Department of the Air Force, Air Force Material Command, 773rd Enterprise Sourcing Squadron Contracting Office intends to award a firm fixed price (FFP) contract. All responsible sources may submit a proposal which shall be considered by the agency.

Solicitation number ESG-FA8052-13-R-0020 and the draft Performance Work Statement (PWS) Program Management Support for Requirements Definition and Development Services will be made available to interested parties through https://www.fbo.gov.
The Government will accept questions concerning solicitation number ESG-FA8052-13-R-0020 until 25 September 2013 at 12:00 PM CST. Email your questions to ronald.lighty@us.af.mil.
PROPOSALS ARE DUE NO LATER THAN 3 October 2013 AT 2:00PM CST. Email your proposal to ronald.lighty@us.af.mil. It is the offeror’s responsibility to confirm receipt of proposal; follow-up proposal submission with a phone call to 210-395-9556 if you do not receive confirmation PRIOR to the closing time.
Notice to Offerors: 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 for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

All labor CLINs shall be firm fixed price. All travel CLINs shall be cost. Contract will consist of CLIN 0001-CLIN 2002 as indicated below.

CLIN 0001: Labor
Description: Shall support tasks IAW PWS Program Management Support for Requirements Definition and Development Service dated 13 June 2013.
PoP is 15 October 2013 to 14 October 2014.
Quantity: 12
Unit of Issue: Months
Unit Price: ______________________________
Total Amount: ___________________________

CLIN 0002: Travel
PoP is 15 October 2013 to 14 October 2014
Cost: $40,068 NTE (DO NOT CHANGE)

CLIN 1001: Labor (Option Year 1)
Description: Shall support tasks IAW PWS Program Management Support for Requirements Definition and Development Service dated 13 June 2013.
PoP is 15 October 2014 to 14 October 2015.
Quantity: 12
Unit of Issue: Months
Unit Price: ______________________________
Total Amount: ___________________________

CLIN 1002: Travel
PoP is 15 October 2014 to 14 October 2015
Cost: $41,270.04 NTE (DO NOT CHANGE)

CLIN 2001: Labor (Option Year 2)
Description: Shall support tasks IAW PWS Program Management Support for Requirements Definition and Development Service dated 13 June 2013. PoP is 15 October 2015 to 14 October 2016
Quantity: 12
Unit of Issue: Months
Unit Price: ______________________________
Total Amount: ___________________________

CLIN 1002: Travel
PoP is 15 October 2015 to 14 October 2016
Cost: $42,508.14 NTE (DO NOT CHANGE)

In addition to the above CLINs offerors shall submit pricing for CLIN 3001. In the event the Government utilizes the 52.217-8 clause the offeror’s below pricing shall be used. The following CLINs will not appear on the awarded contract. The following CLINs will only be added to the contract if the Government utilizes the 52.217-8 Option to Extend Services clause.
CLIN 3001: Labor (52.217-8 Option to Extend Services)
Description: Shall support tasks IAW PWS Program Management Support for Requirements Definition and Development Service dated 13 June 2013. PoP will be determined prior to exercising this option. For evaluation purposes only, this CLIN will be part of the Total Evaluated Price (TEP) for award.
Quantity: 6
Unit of Issue: Months
Unit Price: ______________________________
Total Amount: ___________________________

Addendum 1 to FAR 52.212-1, Instructions to Offerors – Commercial Items (Feb 2012):

FAR Provision 52.212-1, Instructions to Offerors – Commercial Item:
Each Offeror is required to submit their proposal as specified in FAR Provision 52.212-1, Instructions to Offerors- Commercial Items Addendum 1.

(a) Submission of Offers.
(i) Interested parties capable of providing the specified service must submit a written offer via email to: Ronald Lighty, Contract Specialist at ronald.lighty@us.af.mil
(ii) Do not send as an executable or .exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award.
(iii) Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2010 ® and Microsoft ® Excel 2010. PDF is Adobe Portable Document Format.

(iv) Submit offer as follows:
Document Content File Format – The minimum font size for the proposal pages is 12 pitch. Required documents should be submitted via electronic email with a request receipt, and should be clearly marked as to volume number, title, copy number, solicitation identification and the Offeror’s name, address, CAGE Code, Tax Identification (TIN) number, and DUNS number.

The price proposal will be evaluated for reasonableness based upon a comparison of the Offeror’s price to the Independent Government Estimate and via price analysis. All CLINs will be evaluated for reasonableness.

(b) To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all commercial solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. The response shall consist of two (2) separate parts, Part 1- Technical Capability and Management, Part II – Pricing. Part I Technical Capability shall be no more than 10 pages one sided. Part II – Pricing shall be no more than 10 pages one sided.

(c) This is a Lowest Price Technically Acceptable (LPTA) acquisition. Technical Capability and Management will be evaluated and given ratings of acceptable or unacceptable. Unacceptable offers are not eligible for award. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Offerors shall describe in detail their proposed approach. Offerors shall use the Government-provided Performance Work Statement (PWS) to develop their technical approach. Offerors shall specifically explain how their approach will meet the key requirements of the PWS. The proposed instructions in this section are designed to assist offerors in preparing a complete response that reflects a full understanding of the approach proposed to accomplish all work required herein.

PROVISIONS/CLAUSES: The provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation and the Offeror must include a completed copy of this provision with their proposal. The provision at 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 2012) applies to this solicitation and the Offeror must include a completed copy of attachment two (2) entitled DFARS 252.209-7999 with their proposal. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this Solicitation. The clause at FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders, Commercial Items, applies to this solicitation. FAR Clause 52.217-8, Option to Extend Services may apply, and FAR Clause 52.217-9, Option to Extend the Terms of the Contract will apply if terms of this contract are extended, FAR Clause 52.219-6, Notification of Employee Rights Under the National Labor Relations Act, FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.

The clause at FAR 52.232-18, Availability of Funds (Apr 1984), applies to this Solicitation and is incorporated via full text.

FAR Provision 52.212-2 Evaluation – Commercial Items (January 1999)

(a) This acquisition will utilize Lowest Price Technically Acceptable (LPTA) evaluation procedures in accordance with FAR 15.101-2, as supplemented. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable Offeror with the lowest evaluated cost or price, which is deemed responsible in accordance with FAR 9.104 and whose proposal conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representations, certifications, and all other information required by this solicitation. The following factors will be used to evaluate offers.

FACTOR 1 - TECHNICAL ACCEPTABILITY
The technical approach will be evaluated for evidence of the degree to which the offeror’s technical approach demonstrates a clear understanding of the SG5R Program Management Support Service roles and responsibilities, as defined within the PWS. Responses should display a reasonable, well-thought-out approach that is likely to yield the required results within the required time frame. The offeror’s proposal shall be used to assess the offeror’s understanding of tasks to be performed, as well as the technical approach and methodology for accomplishing tasks under any resultant award to meet the requirements of the PWS. The offeror shall submit a written technical approach which effectively demonstrates the offeror’s clear understanding of all tasks.
SUBFACTOR 1.1 – MANAGEMENT APPROACH: The management approach will be evaluated for the degree to which the offeror’s proposal reflects a management approach (including approach to staffing) that will lead to the successful accomplishment of the requirement, fill positions in a timely manner and maintain a personnel support structure with the requisite education, skills, and expertise to perform tasks in accordance with the PWS.

The STANDARD for Technical Acceptability is met when the proposal demonstrates:

• How the offeror will accomplish the tasks identified in the PWS with the proposed staff. Offeror shall provide a staffing plan with their proposal.
• How the offeror will organize their team and provide all necessary resources to efficiently perform the services for SG5R Project Management Support.
• How the offeror will manage the project, schedule missions and interface with the customers.
• The offeror’s understanding of the complexity of the tasks identified in the PWS.

SUBFACTOR 1.2 – EXPERIENCE: The offeror’s proposal (including potential subcontractors) will be evaluated on the degree to which the proposal reflects corporate or proposed staff experience identical to, similar to, or related to the requirement. The offeror’s proposal shall address the offeror’s:
• Proposed personnel represent appropriate skill sets/ labor categories, training and level of effort with respect to the tasks outlined in the PWS.
• Knowledge and experience with Strategic Planning, Programming and Operations Support, business and requirements planning as described in the PWS.
• Understanding of and demonstrated experience in tasks associated with capabilities based assessments analysis or analysis of alternatives and execution plans policy review, development as described in the PWS.
• Experience with working on High Performance Teams (HPT) as described in the PWS. If no direct experience with HPTs is available, please explain your experience with a commercially similar experience.
• Ability to demonstrate relevant experience during the last five (5) years working with projects or activities similar in size, scope and complexity. (The government will determine if the offeror’s experience is similar in size, scope and complexity to the possible areas as described in the PWS.)

SUBFACTOR 1.3 – QUALITY CONTROL APPROACH: The offeror’s approach to quality control identifies processes, procedures, and metrics which are likely to result in a successful outcome within cost and on schedule. The offeror’s quality control approach will be evaluated for the degree to which:

The STANDARD for Technical Acceptability is met when the proposal demonstrates the offeror’s ability to:

• Keep an organized file of all required documents up to date and on site at all times.
• Conform to all contractual requirements.
• Meet the Government’s performance evaluation criteria and identifies corrective actions to mitigate and correct performance deficiencies.
• Provide quality product in a timely and consistent manner.

(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.

Set-Aside: Competitive 8(a) Place of Performance: AF/SG office at: Defense Health Headquarters Building, 7700 Arlington Blvd Fallls Church, VA 22042 US URL:https://www.fbo.gov/notices/a06893803d1810afcb4473ae70c5c217
OutreachSystems Article Number: 130919/PROCURE/0096
Matching Key Words: writ*; copy; technical; standard; 


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 capability, experience and financial ability to perform the proposed contract services. Offerors that do not return the attached Questionnaire completely filled out (adding any NotDepartment of the Army 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: 130919/PROCURE/0626
Matching Key Words: video*; produc*; business*; production?; naics!512110; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Stewart, MICC – Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322

T–Marne Television Production W9124M-13-MARNETV 092013 Brett Zeigler, 912-767-2336 MICC – Fort Stewart THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY FOR THE PURPOSES OF CONDUCTING MARKET RESEARCH.

This is a sources sought announcement only for the purposes of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. There is no solicitation available at this time. Requests for a solicitation will not receive a response. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and does not serve to Department of the Armybind the U.S. Government in any way. It is the offeror’s responsibility to monitor the Federal Business Opportunities (FBO) website located at http://www.fbo.gov for the release of any follow-on information. The Government will not reimburse any concern for any information that is submitted in response to this sources sought request. Any information submitted is voluntary. The MICC Fort Stewart Contracting Office intends to issue a six (6) month extension to the incumbent contractor for Marne TV Support on Fort Stewart and Hunter Army Airfield, Georgia. The extension period will be from 24 Sep 2013 to 23 Mar 2014. While budget cuts may affect the longevity of this requirement and the need beyond the six (6) month extension, this announcement is issued to determine the extent to which small businesses are capable of performing as the prime contractor for all labor, personnel, equipment, materials, supplies, supervision and other items and services necessary to provide Marne TV Support located on Fort Stewart and Hunter Army Airfield. The work to be performed requires the contractor to provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to produce programming for Marne TV. The contractor provides services as a Producer, Director, Writer, Editor, Broadcaster, Cameraman, Grip, Sound Tech, Engineer, Graphics Editor, and News Anchor, to create television programming with a military emphasis. The programming must be sustainable with a focus on continued improvement. The six (6) month extension will allow for sufficient time to determine if the requirement will be continued and to compete the follow-on requirement which will be posted on the FBO website.

The estimated workload for this requirement is:

- Event Coverage and Video Production: Not to exceed 19 Hours/Week
- Script Writing: Not to exceed 10 Hours/Week
- Video Editing: Not to exceed 30 Hours/Week
- Travel: Not to exceed 2 Hours/Week

This work is performed under the North American Industry Classification System (NAICS) Code 512110. The small business size standard for this NAICS is $30 million average annual revenue for the last three fiscal years. Work under this requirement shall provide the management, administration, supplies, materials and labor necessary to perform the required services. Interested sources must submit technical capabilities and other information that demonstrates their ability to meet the Government’s needs. Responses must be received no later than 5:00 p.m. EST, Friday, September 20, 2013 by email to Brett Zeigler, derrick.b.zeigler.civ@mail.mil and Jimmy Frye, james.r.frye20.civ@mail.mil. No solicitation will be released for competition from this announcement, and no reimbursement will be made for any cost associated with providing information in response to this announcement. No contract will be awarded on a basis of offers received in response to this notice, but offers will be used to determine if a comparable source is available and more advantageous to the Government. No solicitation document is available and telephones requests for technical information will not be honored.

Place of Performance: MICC – Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA 31314-3322 US URL: https://www.fbo.gov/notices/6fcffa33ba6e4a0892aa079267a8cd49
OutreachSystems Article Number: 130919/PROCURE/0627
Matching Key Words: video*; edit*; produc*; website; business*; event?; produce?; production?; naics!512110; writ*; script?; technical; standard; 


Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW Portals Bldg., Room 508A Washington DC 20250-0567

U — Market Research – Commodity Analysis and Technical Writing Training Market_Research_AG-3151-SS-13-CATWT 092313 Luis E Gallardo, Email luis.gallardo@wdc.usda.gov – Nannette Henderson, Contract Specialist (Contractor), Email nannette.henderson@wdc.usda.gov A market survey is being conducted to determine if there are adequate contractors available for a proposed project who meet the specific criteria outlined below. This is not a Solicitation Announcement or Request for Proposal. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. FSA will not award a contract on the basis of responses or600px-US-DeptOfAgriculture-Seal2.svg pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice.
Companies who have the experience, as well as an interest in doing business with FSA, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Responses should be submitted by September 23, 2013, at 10:00 am ET to luis.gallardo@wdc.usda.gov and nannette.henderson@wdc.usda.gov.

Attachment: PWS Commodity Analysis and Technical Writing Training

URL: https://www.fbo.gov/spg/USDA/FSA/MSD/Market_Research_AG-3151-SS-13-CATWT/listing.html
OutreachSystems Article Number: 130919/PROCURE/0630
Matching Key Words: writ*; technical; 


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 Baled Post-Consumer Sorted Office Fiber 14-0008 092513 Bridgette Caico, Clerk, Phone 5026245026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, QRP Manager, Phone 5026245673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil
Place of Performance: 309 Frazier Rd. bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/14-0008/listing.html
OutreachSystems Article Number: 130919/PROCURE/0827
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

99 — Sale of Old Corrugated Containers QRP14-0009 092513 Bridgette Caico, Clerk, Phone 5026245026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, QRP Manager, Phone 5026245673, 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 ofDepartment of the Army Old Corrugated Containers (Grade # 11). 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
Place of Performance: 309 Frasier Rd Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0009/listing.html
OutreachSystems Article Number: 130919/PROCURE/0828
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 — Production Music 09172013-wg 092313 Wayne D Greene, Contract Specialist, Phone 202-619-2339, Fax 202-260-0855, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov 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 Broadcasting Board of GovernorsARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation No. 09162013-CON is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-069, dated September 3, 2013. (iv) The North American Industry Classification Systems (NAICS) code for this acquisition is 512290. (v) The Broadcasting Board of Governors (BBG) has a requirement, subject to the availability of funding, a Contractor to provide production music for the Voice of America (VOA) language service. The production music will be used by VOA on radio, television and internet. The Contractor shall have a broad range of musical styles and genres in its vast music library that will enable VOA to utilize for its 53 language services for broadcasting to 200 countries around the world. The Contractor’s production music shall not include any separate costs for licenses or synchronization or royalty fees for VOA’s worldwide distribution. The Base Year will be October 1, 2013 through September 30, 2014. The contract will include two (2) additional 1-year options, whose exercise will be at the discretion of the Government and the availability of funding.
Evaluation Factors:
1. Must have a vast instrumental music production library with assorted and varied thematic entries that include but are not limited to the following categories: ethnic; news; bridges; sports; documentary; holiday themes; drama; pop; rock; country; and hip-hop.
2. The length of the selections must range from 5-second stings to beds that may exceed 3-minutes used for narration.
3. The production library is non-exclusive and must contain a master library of at least 250,000 tracks with a minimum of 10 new collections per month containing multiple tracks.
4. Must be available in digital format with appropriate metadata to include written or electronic media consisting of timings, descriptions, categories and composer.
5. Must be available for use on radio, television and Internet.
6. Price
(vi) The Base Year will be October 1, 2013 through September 30, 2014. The contract will include two (2) additional 1-year options, whose exercise will be at the discretion of the Government and the availability of funding. The Contractor shall submit an invoice electronically to BBG for payment on a monthly basis. IMPORTANT NOTE: The term of the contract is contingent upon availability of full funding for the Government’s Fiscal Year 2014. In the event that funding is less than anticipated, the contract term may be amended to cover only part of the period stated herein. Delivery terms and point: FOB Destination, Washington, D.C. (vii) The provision at FAR 52.212-1, “Instruction to Offerors–Commercial Items” applies to this solicitation. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Technical proposal with a narrative of the Offeror’s understanding of requirement and a description of their capability to provide the service stated above. [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] Price for the above; [5] a completed copy of the provision at FAR 52.212-3, “Offeror Representations and Certifications–Commercial Items” and [6] Offeror’s DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. (viii) The Government will award a firm-fixed price (FFP) 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, past performance and other factors in the solicitation. An award may be made without discussions. When combined, technical evaluation factors are significantly more important than cost or price. The following technical factors shall be used to evaluate proposals and are listed in descending order of importance with the first two (2) factors being significantly more important than the last two (2): 1. Offeror’s experience in conducting music research in international settings; 2. Offeror’s experience in conducting music research; and 3. Offeror’s past performance. (ix) 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 in the System for Award Management (SAM) Web site at: https://www.sam.gov. 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. (x) 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’S REPRESENTATIVE (COR). The Contracting Officer will appoint by letter 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. (xi) 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-39 Notification of Employee Rights Concerning Payment of union Dues or Fees (E.O. 13201); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) (xii) 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, 52.232-18 Availability of Funds and 52.237-3 Continuity of Services ;(xiii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Notice of Delay- If the Contractor becomes unable to complete the contract work at the time(s) specified because of technical difficulties, notwithstanding the exercise of good faith and diligent efforts in the performance of the work called for hereunder; the Contractor shall give the Contracting Officer written notice of the anticipated delay and the reasons therefore. Such notice and reasons shall be delivered promptly after the condition creating the anticipated delay becomes known to the Contractor but in no event less than thirty (30) days before the completion date specified in this contract, unless otherwise directed by the Contracting Officer. When notice is so required, the Contracting Officer may extend the time specified in the schedule for such period as deemed advisable. (xiv) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25. (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). The Offerors shall submit a firm-fixed price proposal. Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted. Proposals shall be submitted with an original and three (3) copies. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to Wayne Greene, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007D, Washington, DC 20237 before 2:00 p.m., Eastern Time on September 23, 2013. Contact: Wayne Greene, Contract Specialist, email: wgreene@bbg.gov or Facsimile 202-382-7870. All responsible sources may submit an offer that will be considered by the Agency.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/09172013-wg/listing.html
OutreachSystems Article Number: 130918/PROCURE/0109
Matching Key Words: documentar*; 


Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Loose Scrap Metal 14-0007 092413 Bridgette Caico, Clerk, Phone 5026245026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, QRP Manager,Department of the Army Phone 5026245673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil
Place of Performance: 309 Frazier Rd bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/14-0007/listing.html
OutreachSystems Article Number: 130918/PROCURE/0809
Matching Key Words: state!ky; 

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Puget Sound, 467 W STREET BREMERTON WA 98314-5000

R — Protestant Music Director N0040613T0677 092313 Kim Gripp, Phone 4253044005, Email kim.gripp@navy.mil Protestant Music Director for Naval 600px-US-DeptOfNavy-Seal.svgStation Everett in Marysville, WA, in accordance with the Performance Work Statement in the attached solicitation.
Set-Aside: Total Small Business Place of Performance: Marysville, WA 98271 US URL: https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040613T0677/listing.html
OutreachSystems Article Number: 130917/PROCURE/0078
Matching Key Words: naics!711510; 


Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Puget Sound, 467 W STREET BREMERTON WA 98314-5000

R — Catholic Music Director N0040613T0678 092313 Kim Gripp, Phone 4253044005, Email kim.gripp@navy.mil Catholic Music Director for Naval Air Station Whidbey Island in Oak600px-US-DeptOfNavy-Seal.svg Harbor, WA, in accordance with the Performance Work Statement in the attached solicitation.
Set-Aside: Total Small Business Place of Performance: Oak Harbor, WA 98278 US URL: https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040613T0678/listing.html
OutreachSystems Article Number: 130917/PROCURE/0079
Matching Key Words: naics!711510; 

Other Federal Procurements (Small)

Government Printing Office http://www.gpo.gov/gpo/bidopps/bidopps.action?region=central Government Printing Office 732 North Capitol St. NW Washington DC 20401 Ph: 202.512.0526 Fax: 202.512.1782

437px-US-GovernmentPrintingOffice-Seal.svg76 — Title: United States ReportsBid Opening Date: October 28, 2013Sc SOL 894-S Title: United States ReportsBid Opening Date: October 28, 2013Scope: These specifications cover the production of case-bound books requiring such operations as film making, printing, casebinding, packing, and distribution. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130919/SMALL/8575
Matching Key Words: film?; produc*; production?; distribut*; 

FedBizOpps – Awards

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 6650 Meloy Drive, Bldg. 6, Fort Benning,, GA 31905

69–Clay Targets 0010351288 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; 0010351288 $34,372.80Department of the Army 091713 ALL GAMALIEL SHOOTING SUPPLY [DUNS: 068331974],1497 Fountain Run Road,Gamaliel KY 42140 No Description Provided
URL: https://www.fbo.gov/notices/0e3c57b548eb327ddb0b6186dc9ab4aa
OutreachSystems Article Number: 130918/AWARDS/1160
Matching Key Words: state!ky; 

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 561 Iowa Avenue, Fort Leonard Wood, MO 65473

99–Military Working Dog Handling Equipment W911S7-13-T-0089 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W911S7-13-P-0117 $18,758.36 091613 ALL ELITE K-9, CORP. [DUNS: 156107943],7660 OLD US HWY 45,BOAZ KY 42027-9613 No Description Provided
URL: https://www.fbo.gov/notices/9cb9dec2bf91f279827c93609464e097
OutreachSystems Article Number: 130917/AWARDS/1023
Matching Key Words: state!ky; 


360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, 1 Munro Avenue Mission Support Building, Room 212A Cape May NJ 08204-5092

99 — Marquee Signs HSCG42-13-Q-QNA440 John Giel, Phone 609-898-6312, Fax 609-898-6811, Email John.M.Giel@uscg.mil HSCG42-13-P-QNA440 $36,228.35 091613 Golden Rule Signs, LLC., 401 W. Main-Suite 2100 , Louisville, KY 40202 US
URL: https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG42-13-Q-QNA440/listing.html
OutreachSystems Article Number: 130917/AWARDS/1025
Matching Key Words: state!ky; 

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 – Endowment Investment Manager: Non-Core Real EstateAttachment #1A SOL UK-1306-14 Endowment Investment Manager: Non-Core Real EstateAttachment #1Attachment #2 Due Date: 10-9-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130919/BID/0346
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 – KNEX WORK SHOP KITS RFB : 1400000203 Office Of The Cont SOL KNEX WORK SHOP KITS RFB : 1400000203 Office Of The Controller Richard Mize Published On : 9/16/13 Amended On : Closing On : 9/23/13 1:30 PM EDT Time Left: 6 Days, 01:43:46 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130918/BID/0012
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 – Investigative Services for the KY Board of Social Work RFP : 14 SOL Investigative Services for the KY Board of Social Work RFP : 1400000055 Board Of Examiners Of Social Work Pro Services Published On : 9/13/13 Amended On : Closing On : 9/25/13 4:50 PM EDT Time Left: 9 Days, 05:23:28 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130917/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 – Investigative Services for the KY Board of Social Work RFP : 14 SOL Investigative Services for the KY Board of Social Work RFP : 1400000047 Board Of Examiners Of Social Work Pro Services Published On : 9/13/13 Amended On : Closing On : 9/25/13 4:30 PM EDT Time Left: 9 Days, 05:03:02 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130917/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 – Budgetary Consultant Professional Services RFP : 1400000052 SOL Budgetary Consultant Professional Services RFP : 1400000052 Department For Public Advocacy Pro Services Published On : 9/13/13 Amended On : Closing On : 9/20/13 1:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130917/BID/0005
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES


beenetworknews.com           30 seconds

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

SOURCE:  Kentucky Procurement Assistance Program

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, Kyrgyz Republic 60-2013 121813 Tatiana P Rossova, Personnel720px-USAID-Identity.svg Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE: 11/29/2013
CLOSING DATE: 12/18/2013
Gentlemen/Ladies:

SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 60-2013
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 Samuel Matthews, 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,

Samuel Matthews
Contracting Officer

ATTACHMENT TO SOLICITATION NO. 60-2013

1. SOLICITATION NUMBER: 60/2013
2. ISSUANCE DATE: 11/29/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 12/18/2013 (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 Kyrgyz Republic is a small, landlocked and mountainous country of Central Asia with a population of just over 5.5 million people. It is the second-poorest country in Central Asia, with one-third of the population living below the poverty line. In the aftermath of the April 2010 violent change in government and the ethnic conflict in the south of the country in June 2010, the Kyrgyz Republic is emerging from a deep political and economic crisis. Significantly, the Kyrgyz Republic was also the first Central Asian state to experience a peaceful and democratic transition of presidential power in 2011. The success of its citizens in building a prosperous, democratic country could have important implications for all of Central Asia.

Despite the country’s progress, impediments to development remain, including widespread corruption, low foreign investment, and a high unemployment rate. Approximately one-third of the Kyrgyz Republic’s workforce is employed abroad, reducing the available pool of qualified labor. The implementation of democratic and key economic policy reforms remains a challenge, and limited energy resources and low agricultural productivity contribute to insufficient economic growth.

Nevertheless, the country is moving towards a more stable and representative democratic government that could be a regional model. In collaboration with the Government and people of the Kyrgyz Republic, USAID assistance has helped the country achieve substantial progress in the areas of economic growth, democratic governance, health care reform, improvement of basic education and agricultural development.

USAID has been active in the Kyrgyz Republic since 1992 when it established a USAID Country Office which was managed by USAID’s Regional Mission in Almaty, Kazakhstan. Following the political crisis in 2010, and in recognition of the Kyrgyz Republic’s importance to US foreign policy goals as well as the key role the country plays in serving as a model for democratic development in the region, USAID elevated the status of the USAID/Kyrgyz Republic Office to a full USAID Mission in summer 2013. Currently, the USAID/Kyrgyz Republic Mission is USAID’s newest Mission.

B) BASIC FUNCTIONS

The Senior Development Transition Specialist (Specialist) is a senior member of the 27-person team within the two Kyrgyz Republic Offices (23 in Bishkek and 4 in Osh). Under the direct supervision of the Mission Director, the incumbent actively participates in the conceptualization, design and overall management of USAID’s programs in the Kyrgyz Republic with a particular emphasis on the economic growth portfolio.

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 includes economic development and social services activities as well as elements of democracy and governance programming such as civil society, governance, media, rule of law, and human rights. The incumbent provides technical assistance and substantive input in the design, implementation and monitoring of projects and serves as a key advisor to the USAID Mission Director, particularly in the area of economic growth programming and policy issues given that over 60% of the Mission’s funding is focused on the economic growth portfolio. Additionally, the Government of the Kyrgyz Republic has also stressed economic growth as its top priority in its 2013-2017 national strategy with which USAID/Kyrgyz Republic’s 2013-2017 Country Development Cooperation Strategy (CDCS) is tighly aligned. The incumbent also serves as a critical senior level manager and mentor to USAID/Kyrgyz Republic’s technical teams, again with a special emphasis on economic issues, as well as to USAID’s office in Osh, located in the south of the country. Additionally, from time to time, the incumbent may be called upon to serve as Acting Deputy Mission Director. She/he is responsible for assisting in oversight and management of an assistance portfolio of approximately $45 million annually, which is implemented through approximately 30 institutional contractors and grantees.

S/he reports to the USAID/KR Mission Director, and supervises one USPSC and at least three 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.

C) DUTIES AND RESPONSIBILITIES

The Senior Development Specialist may from time to time assume the responsibilities and authority of the Mission Director in his/her absence. This requires that the incumbent be fully familiar with all programs and activities, the issues and objectives involved, implementing partners, other donors, and local counterparts, including high level officials. As needed, the Mission Director may delegate specific responsibilities or assignments to the incumbent, on either a short-term or long-term basis. The incumbent is also required to travel on an as-needed basis within the Kyrgyz Republic to monitor USAID activities and to travel, as well, to the USAID/CAR Regional Mission office in Almaty, Kazakhstan, to coordinate and consult with management and technical support office staff at the regional level. Given that USAID/Kyrgyz Republic as well as the Government of the Kyrgyz Republic both prioritize economic growth as a top issue and that 60% of USAID/Kyrgyz Republic’s program budget targets economic growth issues, the incumbent will be required to play a key role in advising the Mission Director and Economic Growth Office Director on issues, opportunities and program implementation in the economic sector.

Areas of direct responsibility for the position include:

1) Assist the Mission Director and staff to achieve the desired outcomes of USAID’s program in the Kyrgyz Republic in the most effective and efficient manner, with a particular emphasis on economic growth issues;

2) Provide expert advice, technical leadership, and coordination in the conceptual design, documentation and implementation of USAID projects/activities in the Kyrgyz Republic as well as monitoring the progress of these activities, with a particular emphasis on economic growth issues;

3) Supervise the Osh Office and the development of a strategic approach, activity implementation plan and public outreach plan for the South of the Kyrgyz Republic;

4) Take the lead for the Mission in program management/administration in terms of the Kyrgyz Republic’s budget and reporting processes, including tracking and maintaining budget information, as well as coordinating all information for reporting purposes, with responsible Regional Mission staff as well as Embassy personnel, as appropriate;

6) Supervise and play an important part in the Public Outreach efforts of the Mission. This includes: assisting in the development of newsletters and press releases on assistance programs, establishing a close working relationship with the Public Affairs section in the U.S. Embassy, and ensuring that all outreach and media materials are of a high quality.

7) Serve as a liaison official for dissemination of information on USG assistance with the Government of the Kyrgyz Republic, the U.S. Embassy in the Kyrgyz Republic, and international donor organizations;

8) Identify opportunities to maximize the contribution of USAID assistance to USG foreign policy priorities. Advise the Mission and USAID/CAR’s Regional office of these needs, and as required, develop concept papers outlining the potential USAID response. The incumbent keeps the Mission Director apprised of issues, problems, successes and solutions in the management of USAID’s program in the Kyrgyz Republic, with a particular emphasis on economic issues.

D) Position Elements

1) Supervision Exercised: The incumbent will have direct supervisory responsibilities for the head of the Osh Office, as well as such other staff as will be determined by the Mission Director.

2) Supervision Received: The incumbent will work under broad guidance from the Mission Director, work is performed with a high degree of independence.

3) Nature, Level, and Purpose of Contacts: The incumbent actively engages in official personal contacts with a broad range of individuals and organizations in the Kyrgyz Republic and beyond. The purpose of these contacts is to promote USAID’s development assistance objectives and to increase his/her understanding of the dynamics of Kyrgyz society as they affect USAID’s programs. It is expected that personal contacts will include, but not be limited to, the following:

- Heads of various social sector committees in the Presidential Apparatuses;
- Ministers and deputy ministers in the Kyrgyz Republic;
- U.S. Ambassador to Kyrgyzstan and other members of the Country Team;
- Chiefs of Party of USAID-funded contracts and grants;
- Senior officials and executives from U.S. headquarters of USAID-funded contracts and grants;
- Institutional contractors, PVOs and NGOs;
- Host Country officials responsible for assistance matters; and
- Representatives of international donors.
- USAID/CAR Office Directors
- USAID/Washington representatives
- CODELs, STAFFdels

E) REQUIRED SKILLS AND QUALIFICATIONS

This position requires a blend of qualities that include: broad development experience with demonstrated experience in managing economic growth activities; proven management abilities; ability to work independently; strong communication and interpersonal skills; ability and willingness to function in a collaborative and collegial environment; sensitivity to others; intellectual curiosity; balanced judgment; ability to conceptualize, both strategically and programmatically; and ability to generate trust and build alliances with donor partners. The ideal incumbent would have the following characteristics:
1) Education: Bachelor’s degree in economics, business administration, international business, or other relevant subject area. Master’s degree is preferred. Training (or experience) in relevant administrative policies and procedures is required.

2) Prior Work Experience: This position requires maturity and a minimum of seven years of progressively responsible professional experience demonstrating technicalexpertise 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 at least three years of experience in the design and development of programs/projects, management and technical guidance in program implementation, and monitoring and evaluating program/projects progress to improve their quality, relevance, and cost-effectiveness. Demonstrated experience in areas relevant to Kyrgyzstan’s activities in economic growth. Experience in areas such democracy/governance and the rule of law is also desirable. 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. At least two years of relevant experience in Central Asia and/or NIS region, preferably in the Kyrgyz Republic.

3) Knowledge, Skills and Abilities: Comprehensive knowledge of the political, social, and economic characteristics of former-Soviet countries, preferably focusing on Central Asia, is highly desirable.

Management skills to analyze and resolve a wide range of challenges and problems arising in project/activity implementation. Familiarity with USG’s policies and priorities and means of delivering assistance in developing nations, with USAID experience being highly desirable. Ability to lead teams and work as a team member effectively. The ability to meet tight deadlines with concise documents. Strong computer skills and proficiency in MS Office software, including those in budgeting, presentations and desktop publishing.

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.

High-level proficiency in oral and written communications needed to report on the status of activities and projects, to establish and maintaining effective relations with all levels of people in former-Soviet countries, and to represent USAID projects and strategies in professional meetings and conferences. Demonstrated persuasiveness, cross-cultural sensitivity, tact and poise to successfully advocate practices, approaches and policies with a range of audiences in an intercultural context.

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) Language Proficiency: 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, demonstrated good working knowledge (Level III) in both written and spoken Russian preferred. Working knowledge of Kyrgyz will be an extra bonus, but not required.

All of the above are elements contributing to success performance in this position.

F) OTHER REQUIREMENTS

1) Must be an U.S. Citizen and possess or be able to obtain a U.S. Government-issued security clearance at the level of SECRET. 2) Must be able to obtain a State/Med medical clearance to serve in Central Asia. 3) Must be available and willing to commit to the Contract Performance Period of 24 months; 4) Available and willing to work additional hours beyond the established 40-hour workweek and outside established Monday-Friday workweek, as may be required or necessary; and 5) Must be willing to travel throughout the Central Asia Region.

G) SELECTION CRITERIA

Applicants will be evaluated against the following criteria:

Economic Development and USAID Knowledge 35 points
Managerial and Leadership Experience 35 points
Relevant NIS/CAR Experience: 15 points
Language and Communication Skills: 15 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) December 18, 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 February 1, 2014 (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 (DSSR Section 120).
(B) Living Quarters Allowance (DSSR Section 130).
(C) Post Allowance (DSSR Section 220).
(D) Supplemental Post Allowance (DSSR Section 230).
(E) Separate Maintenance Allowance (DSSR Section 260).
(F) Education Allowance (DSSR Section 270).
(G) Education Travel (DSSR Section 280).
(H) Post Differential (DSSR Section 500).
(I) Payments during Evacuation/Authorized Departure (DSSR Section 600), and
(J) Danger Pay (DSSR Section 650).

LIST OF REQUIRED FORMS FOR PSCs

1. Optional Form 612.
**2. Medical History and Examination (DS-1843).
**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 Bishkek KG URL: https://www.fbo.gov/spg/AID/OM/ALM/60-2013/listing.html
OutreachSystems Article Number: 131130/PROCURE/0011
Matching Key Words: writ*; 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 GovernorsR — Miami Area Fiber Circuit Video Connectivity BBG50-R-14-0005 121213 Myria Carpenter, Fax 202-382-7870, 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-14-0005 is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-70, dated September 30, 2013.

(iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 517919 and the small business size standard is $30.0 M .

(v) The contractor shall be required to provide the following Contract Line Item: a dual digital fiber optic circuit (one transmit/one receive).

(vi.) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting, (OCB), requires a contractor to provide two (2) digital fiber optic circuits (one transmit/one receive) with appropriate terminating equipment between OCB’s facility located at 4201 NW 77th Avenue, Miami, Florida and The Miami video switch facility at 18321 W. Dixie Highway, Miami. http://www.theswitch.tv. The performance period shall be for one year beginning 1 January 2014 through December 31, 2014, with four (4) one-year options. The fulfillment of this requirement provides OCB access to the Miami Video Switch, which provides various alternate sources of video not available on satellite and an alternate transmission path to broadcast our program signal to Washington, DC in the event that the OCB Miami earth station becomes inoperable.   The fiber optic circuits (one transmit/one receive) from OCB to the Miami Switch shall be available to OCB for 24 hours a day, 7 days a week. The circuits shall insure that the video signals shall meet commonly accepted ITU-R BT.656 and SMPTE-259M Digital broadcast standards. Connectivity via Serial Digital Interface (SDI) with customer embedded audio. SDI is standardized in ITU-R BT.656 and SMPTE-259M, as a digitized video interface used for broadcast grade video. The Contractor shall be responsible for properly maintaining the fiber links between the Miami Switch facilities and OCB’s facilities to insure minimal disruptions.   All unscheduled circuit problems and outages shall be reported to OCB within 30 minutes of their occurrences.   Contractor shall maintain a 24-hour/7days a week point of contact for all inquiries or requests for information by OCB.

(vii) The contract term will begin with service beginning on January 1, 2013, through December 31, 2013, with four (4) subsequent 1-year option periods beginning on January 1 of each option period, if exercised. The Contractor shall submit a monthly invoice electronically to OCB, 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 narrative about how they will address security requirements, in addition of listing similar projects with the same or like requirement, budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references who have direct knowledge of the contractor’ s skills and experience.

Contractor qualifications shall included but not be limited to: a) prior experience; b) A successful contracted fiber optic circuits (one transmit/one receive) currently available 24 hours a day, 7 days a week accomplished in such a way as to ensure acceptance by its customer; and c) sufficient personnel and equipment to air OCB’s programming is available to comply with all contract requirements.

Offerors responding to this solicitation shall submit the following items to the contracting officer:

[1] Narrative and detailed information on service requirement and identified in the contractor’s Quality Control Plan, the proposed commitment in meeting the specific timeframe hours/days and the performance measures that the offeror will take to meet all contract requirements;

[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) FAR clause 52.212-2 Evaluation-Commercial Items, applies to this acquisition. 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 approximately equal to cost/price. The following factors shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) The contractor must provide a description of the approach that they will take to meet the requirement (Management Approach);

2) The contractor’s understanding of the requirements and ability of the contractor to provide the required services meeting the technical requirements stated herein (Contractor Qualifications);

3) A description of their organization and its demonstrated capabilities in performing the service requirement and schedule (Capabilities Statement);

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 . Offerors are to use Attachment A “Past Performance References” to provide that 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 (SAM) Web site at: https://www.sam.gov/portal/public/SAM/ prior to award. 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 (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: 52.203-6 Restrictions on Subcontractor Sales to the Government; 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; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-28 Post Award Small Business Program 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 (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); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (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: 52.217-9 Option to Extend the Term of the Contract and 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, fax or email proposals will not be accepted. Questions must be submitted in writing to the contract specialist at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is December 4, 2013, by 12:00PM, Eastern Time. Questions must be submitted in writing by email to: mecarpen@bbg.gov. Proposals shall be submitted is an original and three copies must be sent via courier or overnight delivery prior to the deadline. Proposals are due at theBroadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007F, Washington, DC 20237 on December 12, 2013, at 12:00PM, Eastern Time.

(xvi) Contact: Myria Carpenter, Contract Specialist, Telephone: 202-205-8597, Facsimile 202-260-0855, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0005/listing.html
OutreachSystems Article Number: 131128/PROCURE/0064
Matching Key Words: broadcast*; event?; program?; 


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

99 — DECONTAMINATION SPRAYERS H92244-14-T-0039 121113 Danyiele F. Peterson, Phone 757-862-9466, Fax 757-862-0809, Email danyiele.peterson@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 solicitation160px-Special_Operations_Specops_Army.svg will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0039, 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 2005-70 effective 30 September 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-C9.

Brand Name Justification: The Naval Special Warfare Development Group (NSWDG) currently uses Intelagard Systems equipment. Utilizing the same brand allows for system interoperability; parts cand be used/reused to maintain systems functionality and maintenance. The manufacturer is Intelagard, Inc.

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

Section B Schedule of Supplies and Services

CLIN NO. 0001
DESCRIPTION: MILITARY MACAW AND SWIFTCAF Compressed Air Foam System – with coyote brown harness with pressure gauage, with LP air connector, 4500-psi air cylinder, discharge handset/hose assembly, smoothbore nozzle, accessory pouch, funnel, 2 ea 8 oz containers Class A concentrate, operator manual
PART NUMBER: 46191601-v139
QTY: 4
UNIT OF ISSUE: EA

CLIN NO. 0002
DESCRIPTION: SWIFTCAF
PART NUMBER: 46191601-V236
QTY: 2
UNIT OF ISSUE: EA

CLIN NO. 0003
DESCRIPTION: BASIC NOZZLE KIT
PART NUMBER: 46191603-V969
QTY: 16
UNIT OF ISSUE: EA

CLIN NO. 0004
DESCRIPTION: VIPER RECOVERY SYSTEM; Compressed Air Foam & Solution sprayer with binary mixing capability; 5 foot delivery hose with compact air cylinder, (2) 2 gallon bladders with integrated backpack carrying system and wheeled transport system
PART NUMBER: 46191601-V301
QTY: 10
UNIT OF ISSUE: EA

Section I Clauses
Following Clauses and Provision applies to this procurement.

CLAUSES INCORPORATED BY REFERENCE
FAR 52.204-7 System for Award Management Jul-13
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 Jul-13
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug-13
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep-13
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Sep-13
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar-12
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 52.232-18 Availability of Funds Apr-84
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul-13
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr-84
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) 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 May-13
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun-12
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec-12
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec-12
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

(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:
(1)Technical Ability to meet the requirement: Offeror shall provide drawings/pictures/product literature for evaluation purposes;
(2)Delivery : 01/04/2013 OR EARLIEST DAY OF DELIVERY
(3)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.

FAR 52.212-3 Alt I
Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1
Sep-13
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.

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: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil.
Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 11 DECEMBER 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 athttps://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: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
Point of Contact for this solicitation is Danyiele Peterson at danyiele.peterson@vb.socom.mil or phone (757) 862-9466 or fax to (757) 862-0809.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0039/listing.html
OutreachSystems Article Number: 131128/PROCURE/0255
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

Department of the ArmyR–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 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; 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 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.

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: 131128/PROCURE/0274
Matching Key Words: writ*; technical; standard; 


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) 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 ensureDepartment of the Army 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 standardof $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: 131128/PROCURE/0275
Matching Key Words: writ*; technical; standard; 


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

Department of the ArmyR–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 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 standardof $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: 131128/PROCURE/0336
Matching Key Words: writ*; technical; standard; 


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–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 JerseyDepartment of the Army 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 standardof $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: 131128/PROCURE/0337
Matching Key Words: writ*; technical; standard; 


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

Department of the ArmyR–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; 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 standardof $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: 131128/PROCURE/0338
Matching Key Words: writ*; technical; standard; 

Department of the Army, Army Contracting Command, MICC, MICC – Fort Hood, MICC – Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025

U–Provide Domestic Violence Prevention Interactive Role Play Training W91151-14-B-0002 121913 Jacqueline D. Albert, 254-553-9319 MICC – Fort Hood The Contractor shall provide all personnel, management, quality control, and any other supplies and services (not government furnished) necessary to develop andDepartment of the Army execute domestic violence prevention training, which includes a form of interactive role plays to support the Fort Hood Re-integration Training. The Contractor shall develop an interactive, branching storyline script. The Contractor shall provide all requirements for script content and writers, performers, understudies and all other requirements to produce and perform the training and role plays. The Contractor shall execute a 15-20 minute role play as part of the 1 hour facilitated interactive training sessions for each session. Training sessions shall be conducted on Wednesday 3 times per day (1 day per week) and 4 days per month. The performance period is 1 April 2014 – 31 March 2017. The performance period includes times for submission and approval of skit contents and rehearsals. The anticipated date for 1st training session is 2 April 2014. The Contractor shall be responsible for assembly and disassembly of all production and performance equipment. If/when a scheduled training day changes, the Government will notify the Contractor of the change at least 72 hours before the scheduled training day. All training performances will be conducted on Fort Hood and its responsible areas. The Contractor shall perform all work identified in this PWS to professional writer and actor theatrical standards.

The Government’s primary objectives are:
To promote domestic violence prevention awareness to Soldiers, Family members, military leaders and DA civilians.
To recognize the types, red flags, signs/symptoms of abuse and understand the dynamics of spouse/intimate partner, child maltreatment and neglect.
Examine the impact of abusive behavioral responses upon the victim, affected Family members, the offender, Family and mission readiness.
To equip participants with information on reporting options to encourage self, command and community referrals.
To demonstrate and promote the practice of bystander, peer to peer, support agencies, and command intervention by Fort Hood Leaders, military personnel, and Family members to prevent and intervene safely in incidents of abuse.
Assist participants to gain knowledge, insight and skills that will positively influence future behavioral responses to relationship challenges that promote well-being and resiliency.
To ensure all members of the military community are aware of tools, programs, services, and resources available to address stressors generated by relationship challenges
Provide information and education designed to support strong, self-reliant Families and to enhance coping skills.
To reduce the rate of Family violence incidents
Fosters practice of individual well-being, community safety, promote personnel preparedness, self-sufficiency and community cohesion.
Fosters practice of individual well-being, community safety, promote personnel preparedness, self-sufficiency and community cohesion.

This action will be conducted as a commercial service acquisition in accordance with FAR Part 12 (Acquisition of Commercial Items) in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in FAR Part 15 (Contract by Negotiation). This procurement is 100% set aside for Small Business. The North American Industry Classification System (NAICS) code applicable to this requirement is 61699 and the Small Business Size Standard is $10M. The resultant contract will be a Firm Fixed Price Contract with a base year beginning 1 Apr 2014 through 31 March 2015, with two one-year option periods.

The Government anticipates issuing an Request for Proposal (RFP), W91151-14-B-0002, on or about 15 Jan 2014 with a tentative closing date of 16 Feb 2014. The IFB will be available for download at the Army Single Face to Industry website at https://acquisition.army.mil/asfi. No paper copies of the solicitation will be mailed and telephone requests will not be honored. Offerors must be registered in the System for Award Management (SAM), accessed via the Internet at http://www.sam.gov. In order to receive an award, the NAICS code identified above must be listed on your SAM profile. Offeror’s pricing, any required licenses/accreditations, and representations and certifications shall be submitted with bid. All responsible, responsive and timely bids will be considered for award.

Questions regarding this solicitation may be sent to Jacqueline Albert, Contract Specialist, at e-mail address jacqueline.d.albert.civ@mail.mil, phone 254-553-9319, please courtesy copy Leeann Burke, Contracting Officer, at e-mail address leeann.burk.civ@mail.mil, phone 254-287-3208 and SSG Noel Nieveschaluisant, Contracting Specialist, at e-mail address noel.i.nieveschalusiant.mil@mail.mil, 254-287-7638.

Set-Aside: Total Small Business Place of Performance: MICC – Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX 76544-5025 US URL: https://www.fbo.gov/notices/f1bb541aa4739fefa2eef92ddf78b878
OutreachSystems Article Number: 131127/PROCURE/0072
Matching Key Words: writ*; script?; copy; standard; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Hood, MICC – Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025

Department of the ArmyU–Provide Suicide Prevention Interactive Role Play Training W91151-14-B-0003 121913 Jacqueline D. Albert, 254-553-9319 MICC – Fort Hood The Contractor shall provide all personnel, management, quality control, and any other supplies and services (not government furnished) necessary to develop and execute suicide prevention, which includes a form of interactive role plays to support the Fort Hood Re-integration Training. The Contractor shall develop an interactive, branching storyline script. The Contractor shall provide all requirements for script content and writers, performers, understudies and all other requirements to produce and perform the training and role plays. The Contractor shall execute a 15-20 minute role play as part of the 1 hour facilitated interactive training sessions for each session. Training sessions shall be conducted on Tuesday 3 times per day (1 day per week) and 4 days per month. The performance period is 1 April 2014 – 31 March 2017. The performance period includes times for submission and approval of skit contents and rehearsals. The anticipated date for 1st training session is 2 April 2014. The Contractor shall be responsible for assembly and disassembly of all production and performance equipment. If/when a scheduled training day changes, the Government will notify the Contractor of the change at least 72 hours before the scheduled training day. All training performances will be conducted on Fort Hood and its responsible areas. The Contractor shall perform all work identified in this PWS to professional writer and actor theatrical standards.

The Government’s primary objectives are:
To promote suicide prevention awareness to Soldiers, DA civilians, Retirees and Family Members.
Minimize the adverse effects of suicidal behavior on unit cohesion. Preserve mission effectiveness and war fighting capability.
To reduce the stigma of seeking mental health, substance abuse, and suicide prevention services
Provide information to recognize at risk behavior.
Improve reporting and portrayals of suicidal behavior, mental illness and substance abuse in the Army.
Encourage help seeking behavior.
Fosters practice of individual well-being, community safety, promote personnel preparedness, self-sufficiency and community cohesion.

This action will be conducted as a commercial service acquisition in accordance with FAR Part 12 (Acquisition of Commercial Items) in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in FAR Part 15 (Contract by Negotiation). This procurement is 100% set aside for Small Business. The North American Industry Classification System (NAICS) code applicable to this requirement is 61699 and the Small Business Size Standard is $10M. The resultant contract will be a Firm Fixed Price Contract with a base year beginning 1 Apr 2014 through 31 March 2015, with two one-year option periods.

The Government anticipates issuing an Request for Proposal (RFQ), W91151-14-B-0003, on or about 15 Jan 2014 with a tentative closing date of 16 Feb 2014. The IFB will be available for download at the Army Single Face to Industry website at https://acquisition.army.mil/asfi. No paper copies of the solicitation will be mailed and telephone requests will not be honored. Offerors must be registered in the System for Award Management (SAM), accessed via the Internet at http://www.sam.gov. In order to receive an award, the NAICS code identified above must be listed on your SAM profile. Offeror’s pricing, any required licenses/accreditations, and representations and certifications shall be submitted with bid. All responsible, responsive and timely bids will be considered for award.

Questions regarding this solicitation may be sent to Jacqueline Albert, Contract Specialist, at e-mail address jacqueline.d.albert.civ@mail.mil, phone 254-553-9319, please courtesy copy Leeann Burke, Contracting Officer, at e-mail address leeann.burk.civ@mail.mil, phone 254-287-3208 and SSG Noel Nieveschaluisant, Contracting Specialist, at e-mail address noel.i.nieveschalusiant.mil@mail.mil, 254-287-7638.

Set-Aside: Total Small Business Place of Performance: MICC – Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX 76544-5025 US URL: https://www.fbo.gov/notices/8af575734fb3c29831584000b1d9cffb
OutreachSystems Article Number: 131127/PROCURE/0073
Matching Key Words: writ*; script?; copy; standard; 

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

R — Persian Language Non News Show BBG50-R-14-0001 110613 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
The Broadcast Board of Governors (BBG), Voice of America (VOA), Persian News Network (PNN) anticipates having a non-commercial requirement for a Contractor provided weekly entertainment show that appeals to Farsi-speaking youth.  The Contractor shall be responsible for providing all necessary items (i.e., labor, supervision,Broadcasting Board of Governors facilities, equipment, insurance, materials, etc.) that are required for the production of a weekly entertainment show that must be aesthetically and musically appealing to VOA’s audiences in Iran. The Contractor shall include Hollywood news and information and other interesting aspects of life on the West Coast, of the United States.  The contract will have a base period of performance starting from January 1, 2014 through June 30, 2014.  The contract will be a firm fixed price (FFP) and include nine (9) six-month option periods. The exercise of all options will be at the discretion of the Government and subject to the availability of funding. The solicitation is expected to be posted on the Federal Business Opportunities (FedBizOpps) website on or about November 7, 2013.   The solicitation closing date will be 30 days from the date the solicitation is posted. No telephone requests for the solicitation will be accepted.  Written questions concerning the solicitation may be sent by email to wgreene@bbg.gov.  All responsible sources may submit an offer which shall be considered by the Agency.  This is not an RFQ, IFB or RFP.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0001/listing.html
OutreachSystems Article Number: 131126/PROCURE/0049
Matching Key Words: naics!512110; 


Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3a, 429 E. Bowen Rd. – Stop 4015 China Lake CA 93555-6100

600px-US-DeptOfNavy-Seal.svgR — Sources Sought – Surface Weapons Test and Evaluation Support N68936-14-R-0020 122513 Danielle Doud, Contract Specialist, Phone (805) 989-8054, Fax (805) 989-8054, Email danielle.doud@navy.mil – Kelly Reason-Williams, PCO Team Lead, Phone (805) 989-8514, Fax (805) 989-8514, Email kelly.reason-william@navy.mil 1. This is a special notice open to U.S. industry requesting information (White Papers) on how their current companies may be able to perform all or portions of the attached Draft Performance Work Statement (PWS).
2. The objective of this request is to determine the quantum of U.S. Industry which may be available and of which may also be capable of performing all or a portion of the draft SOW.

3. Background: The Aegis Externally Directed Team Leader (Code 518100E) and the Weapons Test & Evaluation (Code 518000D/E) are chartered to provide objective evaluation for assigned major weapon system and subsystem products of both Naval Air Systems Command (NAVAIR) and Naval Sea Systems Command (NAVSEA).

4. Submittals (White Papers) should address:

4.1 The company’s experience and or ability in providing systems engineering and technical support services as defined in FAR 37 in support of Naval surface weapons programs including Air Defense Warfare (ADW) and Surface Warfare (SUW) T&E operations and associated fleet weapons training exercises under the cognizance of NAWCWD Point Mugu, CA.

4.2 The company’s experience and/or ability for conducting analysis on current and developing test and evaluation technologies used by government and industry.

4.3 The company’s experience and/or ability to prepare the prescribed documentation required in the research, design, development, integration and testing as delineated in Section 4, of this Draft PWS.

5. This notice is not to be construed as any type of request for proposal. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.

6. Submissions will be no greater than 10 pages in length and will be considered up to and including SECRET. Companies are to adhere to the National Industrial Security Program Operating Manual (NISPOM) procedures for the transmittal of classified responses. Company responses are to include a name and telephone number of a point of contact having the authority and knowledge to clarify responses with Government representatives. Companies are not limited to a single response. Questions are due inwriting to the Contract Specialist no later than 15 days after the postage of this notice. Submissions are due within 30 days from release of this announcement by 12:00 PM PST and may be made by email (preferred) or by mailing your response to:

COMMANDER
NAWCWD Code 254300E
Attn: Danielle Doud
575 “I” Ave. Building 65, Suite 1
Point Mugu, CA 93042-5049

7. This notice is part of the Government’s market research, a continuous process for obtaining the latest information from industry with respect to their current and projected abilities. The information collected may be used by the Government to shape its future business strategies for Aegis requirements. Information received as a result of this request will be considered as business sensitive and will be protected as such. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. If respondents wish Government support contractors to sign a non-disclosure agreement, please include the form in the response. The Government will not use any proprietary information submitted to establish the capability, requirements, approach, or solution so as to not inadvertently restrict competition.

8. Only U.S. companies doing business in or based in the U.S. will be permitted to respond to this request. Responses to questions from interested parties will be promptly answered and provided equally to all interested parties. Any questions that involve the release of proprietary information (or the answer addresses a question peculiar to a company or that company’s possible solution) must be submitted in writing to the technical POC for review and would be answered in general terms as determined by thetechnical POC.

9.Point of Contact is Danielle Doud, Contract Specialist; NIPR e-mail:
Danielle.doud@navy.mil; Phone: 805-989-8054 Fax: 805-989-1613

Place of Performance: Pt. Mugu US URL: https://www.fbo.gov/notices/77c77939148aeeebba7709c1cfc1ef79
OutreachSystems Article Number: 131126/PROCURE/0299
Matching Key Words: writ*; technical; operating; 


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

R — Persian Language Non News Show BBG50-R-14-0001 122413 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov

Amendment No. 1 to BBG50-R-14-0001 is being issued to provide the Solicitation and SF 33 for offerors to submit before the deadline for proposal submissions. TheBroadcasting Board of Governors deadline for proposal submission is December 24, 2013 by 12pm Eastern Standard Time. Offerors are to submit an original and three (3) copies of their technical proposal and an original and one (1) copy of the price proposal. Offerors may submit written questions regarding this solicitation via email to Wayne Greene at wgreene@bbg.gov by the deadline of December 9, 2013 by 12pm Eastern Standard Time. No oral, faxed or emailed proposals will be accepted.

OutreachSystems Article Number: 131126/PROCURE/0365
Matching Key Words: naics!512110; 

Library of Congress, Contracts Services, Fedlink Section, 101 Independence Ave SE LA-318 Washington DC 20540-9414

493px-US-LibraryOfCongress-BookLogo.svgR — FEDLINK Information Retrieval Services LCFDL14R7000 011414 Deborah B Burroughs, FEDLINK Information Retrieval Services, Phone 202-707-0460, Email dbur@loc.gov The Library of Congress intends to issue Request for Proposal (RFP) #LCFDL14R7000, 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) Contracts 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 consortia 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 RFP will be issued on or about Tuesday, December 3, 2013. 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-site reference/research staff. 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 our websiteat http://www.loc.gov/flicc. For additional information about other FEDLINK services, please contact Jim Oliver, FEDLINK Vendor Services Coordinator, at joli@loc.gov.

URL: https://www.fbo.gov/spg/LOC/CS/FEDLINKCS/LCFDL14R7000/listing.html
OutreachSystems Article Number: 131123/PROCURE/0045
Matching Key Words: video*; produc*; conference?; website; site?; commercial?; 


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

R — Persian Language Non News Programming BBG50-R-14-0004 120613 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
The Broadcast Board of Governors (BBG), Voice of America (VOA), Persian Service anticipates having a non-commercial requirement for a Contractor provided threeBroadcasting Board of Governors hour televised concert that appeals to Farsi-speaking youth.  The Contractor shall be responsible for providing all necessary items (i.e., labor, supervision, facilities, equipment, insurance, materials, performers etc.) that are required for the production of a three hour televised concert that will be taped in front of a live audience and broadcast during the VOA Persian Norwuz program period.   This show must be aesthetically and musically appealing to VOA’s audiences in Iran. The Contractor must facilitate and make arrangements for musical guest Andranik Madadian to perform as part of this televised concert.  The requirement will include a base period of performance starting from February 1, 2014 through March 1, 2014 with an anticipated televised concert date of February 28, 2014.  The contract will be a firm fixed price (FFP). The Solicitation will be subject to the availability of funding. The Solicitation is expected to be posted on the Federal Business Opportunities (FedBizOpps) website on or about December 6, 2013.   The solicitation closing date will be 30 days from the date the Solicitation is posted. No telephone requests for the Solicitation will be accepted.  Written questions concerning the Solicitation may be sent by email to wgreene@bbg.gov.  All responsible sources may submit an offer which shall be considered by the Agency.  This is not an RFQ, IFB or RFP.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0004/listing.html
OutreachSystems Article Number: 131123/PROCURE/0046
Matching Key Words: naics!512110; 


Consumer Financial Protection Bureau, Consumer Financial Protection Bureau, CFPB, 1700 G St NW Washington DC 20052

U — Integrating Financial Coaching into Service Delivery for Transitioning Veterans and Economically Vulnerable Consumers CFP-14-R-00001 010614 Matthew Chmielewski, Contract Specialist, Email Matthew.Chmielewski@cfpb.gov – Nicholas Olson, Contracting Officer, Email Nicholas.Olson@cfpb.gov Integrating Financial Coaching into Service Delivery for Transitioning Veterans and Economically Vulnerable Consumers

Link to Original Draft Solicitation (CFP-13-R-00006): https://www.fbo.gov/notices/b3d498da2c173beb2b08769892870d5a 
Pre-Solicitation Conference Information: http://www.cvent.com/d/ccqhkt /4W 

Pre-Solicitation Conference Video Part1: http://www.youtube.com/watch ?v-Wow0OZKk6sA (Preview)
Pre-Solicitation Conference Video Part2: http://www.youtube.com/watch?v -jlJPZe1mYV4 (Preview)
URL: https://www.fbo.gov/notices/8979ace8ff0460139ba67ec42f33f6ef
OutreachSystems Article Number: 131123/PROCURE/0064
Matching Key Words: video*; conference?; 

Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA

600px-US-DeptOfNavy-Seal.svgR–Electonic Billing System N0025914T0028 121913 Joseph Bancod 619-532-6165 CONTRACT SPECIALIST The proposed contract action is for Service and commercial items for Third Party Collection system and Third Party Collection Services prepared in accordance with FAR12-6 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Furthermore, this solicitation is 100% Small business set-aside ONLY.
This solicitation number N00259-14-T-0028 is issued as a request for quotation (RFQ). The closing date is, 19th December 2013 @ 08:00a.m All interested bidders shall submit quotations electronically by email to Joseph.Bancod@med.navy.mil or by facsimile at 619-532-5596, attention Joseph Bancod.
E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 19th December 2013, 08:00AM Pacific Standard Time to be considered responsive
The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items(MAR 2012) Offeror must be registered on the System for Award Management Registration(SAM) prior to award. The website address is http://www.sam.gov. A Data Universal Number System (DUNS) number is required to register.
.
CLIN 0001: Implementation Cost Quantity 01 Unit of Issue Each Price $_______________________.
Implementation cost for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0002: Service Maintenance Quantity 01 Unit of Issue Each Price $_______________________.
System Maintenance for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0003: Hosting Service Quantity 01 Unit of Issue Each Price $_____________________________.
Hosting cost for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0004: Claim Processing Fees Quantity 01 Unit of Issue Each Price $_____________________________.
Claim Processing Fees for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0005: Third Party Collection System(TPOCS) Data Conversion Quantity 01 Unit of Issue Each Price $_____________________________.
Third Party Collection System(TPOCS) Data Conversion for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0006: Servers Quantity 02 Unit of Issue Each Price $_____________________________.
Servers for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0007: Training Quantity 01 Unit of Issue Each Price $_____________________________.
Training for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
All responsible sources may submit a quotation, which shall be considered by the agency.
The government will only consider firm, fixed price quotation.
Contractor must be registered to the SAM prior to award. The website address for SAM registration is http://www.sam.gov .
Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, when submitting a proposal. The website address ishttp://www.Acquisition.gov.
DELIVERY ADDRESS: Naval Medical Center, 34800 Bob Wilson Drive, San Diego, CA. 92134
The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-70. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at http://www.acquisitions.gov and or http://www.asq.osd.mil .

52.204-13 System for Award Management(SAM) Maintenance
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 Item (FEB 2012)
52.212-2, Evaluation – Commercial Items (JAN 1999),
(i) Technical capability of the item offered to meet the Government requirement; (ii) past performance; (iii) Price (must provide past performance within the last three years)Technical and past performance when combined are more important than price.
The following factors shall be used to evaluate offers in descending order of importance:
FACTOR 1: Technical Capability defined as the contractor’s ability to have the basic knowledge of Third Party Outpatient Collection system(TPOCS), experience working with billing functions, collection functions and understanding of ALL requirements stated on the Performance Work Statement for the government’s requirements as stated in the PWS.

FACTOR 2: Past Performance Provide three (3) references with the Point of contact, telephone number, address, contract numbers, addressing that you have provided the same services within the last 3 years.
FACTOR 3: Price The government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance.
Contractors who do not meet the first 2 factors will not undergo a price evaluation.
52.212-3 Offeror Representations and Certification–Commercial Items (MAR
2012)
52.212-4 Contract Terms and Conditions–Commercial Items (FEB 2012)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or
Executive Orders–Commercial Items (MAR 2012)
52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards(FEB 2012)
52.219-6, Notice of Total Small Business Set-Aside(NOV 2011)
52-219-8 Utilization of Small Business Concerns(JAN 2011)
52-219-28 Post Award Small Business Program Representation(APR 2009).
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 (MAR 2007)
52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor
Registration (OCT 2003)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.252-2 Clauses Incorporated By Reference (FEB 1998)
252.204-7004 Alternate A, Central Contractor Registration (SEP 2007)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR
2012)
252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011)
252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003)
252.232-7003 Electronic Submission of Payment Requests (OCT 2012)
PERFORMANCE WORK STATEMENT
BILLING, COLLECTIONS AND ACCOUNTING SYSTEM (BCAS)
FOR TPOCs CONVERSION SYSTEM
FOR THIRD PARTY COLLECTION SERVICES
NAVAL MEDICAL CENTER
SAN DIEGO
1.0 Introduction/Background
1.1 Background: Various portions of U.S.
Code (USC), the Code of Federal Regulations (CFR) and Department of Defense (DoD) directives require the Services to bill certain payers for the cost of healthcare delivered to persons who are seen in fixed Military Treatment Facilities (MTFs). Specifics of the statutory and regulatory requirements can be found in 32 CFR 728 (requires that designated non-DoD beneficiaries be billed for healthcare delivered in Naval MTFs – referred to as Medical Services Accounts (MSA)), 10 USC 1095 (requires DoD MTFs to bill third party payers for the costs of healthcare delivered to DoD beneficiaries with other health insurance (OHI) – referred to as Third Party Collections (TPC)), 42 USC 2651-2653 (which requires DoD MTFs to bill entities for the cost of healthcare incurred as a result of a tort liability – referred to as Medical Affirmative Claims (MAC), and DoD 6010.15-M Military Treatment Facility Uniform Business Office (Uniform Business Office Manual).
1.2 These billing functions have been performed by Naval Medical Center, San Diego Uniform Business Office personnel using the patient encounter data recording, billing, and collection functions resident in the Composite Healthcare System (CHCS) and the Third Party Outpatient Collection System (TPOCS).
However, as per the Assistant Secretary of Defense (Health Affairs) memo of 13 Dec 2010, the Office of the Secretary of Defense (OSD) will sunset support for Third Party Outpatient Collection System on 1 Oct 2014, while Third Party Outpatient Collection System will be unusable for new claims with service dates after 1 Dec 2013. Additionally, ASD(HA) has advised the Services that their replacement system should not just support Third Party Collections (outpatient) billing/collections, but should also replace the functionality provided by CHCS for Third Party Collections (inpatient), Medical Service Account and Medical Affirmative Claims billing/collections.
2.0 OBJECTIVE – THIRD PARTY OUTPATIENT COLLECTION SYSTEM CONVERSION
2.1 The scope of this requirement is to procure and maintain a Government billing, collection and accounting system that will replace the medical billing, collections and accounting functionality provided in the current Third Party Outpatient Collection System billing system and to include Third Party Collections, Medical Affirmative Claim, and Medical Service Account transactions.
This system must meet all audit, and Account Receivable reporting requirements of the Department of Defense as currently established in all written regulations, instructions, standard operating procedures, and must be able to meet any future audit, and account receivable reporting requirements as established. These include but are not limited to: Department of Defense Financial Management Regulations Volume 1 through Volume 15 and the Resource Managers Desktop Guide. There will not be supplemental systems to support entries with additional documentation. This system must provide all information needed to pass an audit (in other words, this must be a financial system of record).
2.2 The contractor shall also provide other functions recorded offline (on paper or in a data spreadsheet); it will also replace the ability of the Navy Medicine Allowance Calculation Tools (NMACT) to generate net realizable values (NRVs) for all generated invoices/claims.
The billing and collection system will be employed by the Uniform Business Office at Naval Medical Center, San Diego, and be the single source of financial information for the accounting of Uniform Business Office receivables. The requirement is to seek a current and immediate replacement which shall be completely independent of the Third Party Outpatient Collection System.
3.0 REQUIREMENTS.
3.1 Contractor shall provide and maintain a Government billing, collection and accounting system to replace Third Party Outpatient Collection System. Contractor will include all Third Party Collections (TPC), Medical Affirmative Claim (MAC) and Medical Service Account ( MSA) transactions: one system for the Military Treatment Facility (MTF) lines of business and shall include:
3.1.1 Third Party Collections (TPC), all inpatient and outpatient transactions.
3.1.2 Historical Data Conversion from Third Party Outpatient Collection System (Military Treatment Facility will stop utilizing Third Party Outpatient Collection System upon completion of conversion).
Historical data is in Third Party Outpatient Collection System file format and is proprietary information. Contractor is responsible for obtaining access to the historical data and creating the conversion files.
3.1.3 Historical Data conversion from Naval Medical Center, San Diego Denial Management Database to the Billing, Collections and Accounting System (BCAS). Database is in Microsoft Access and all information is in Microsoft Access file formats.

3.1.4 Medical Affirmative Claim – All Medical Affirmative Claims will move to a manual queue for approval by Naval Medical Center San Diego billing staff.

3.1.5 Contractor shall provide system training.

3.1.6 The contractors system will provide electronic billing for payers that accept electronic claims.

3.1.7 Contractor shall provide all software and hardware required in the performance of this contract including any required maintenance.

3.1.8 Since this is an electronic billing system accessed through the web, contractor system shall include the management of raw data and the servers (hosting off-site).
3.1.9 Contractor will purchase/provide all servers.
3.1.10 Help Desk with trouble ticket inputs – during normal business hours (0730-1600 Pacific Standard Time). The contractor shall establish a helpdesk that can provide training and assistance to Naval Medical Center San Diego Uniform Business Office personnel for any issues regarding the use of the billing system by Government personnel.
3.1.11 The contractor’s system shall extract billable data from Composite Healthcare System for Third Party Collections, Medical Service Accounts and Medical Affirmative Claims billable transactions.

3.1.12 Contractor system shall include Navy Medicine Allowance Calculation Tool (NMACT). (See Section 2.2).
3.1.13 The billing and collection system shall be deployed within 30 days of award of contract and shall be the single source of financial information for the accounting of Uniform Business Office receivables.
3.1.14 Revenue collected will be sent directly from the insurance companies to Naval Medical center San Diego
4 .0 Scope of Work
4.1 The contractor will provide a stand-alone fully automated enterprise web-based medical billing system to completely integrate the Uniform Business Office (UBO) Billing, Collections and Accounting System (BCAS) to help collect monies from third-party insurance claims (TPC), self-pay patients (MSA) and all tort liability claims (MAC) which shall be purchased in the form of licenses.
The contractor’s system shall comply with the Privacy Act of 1974, Health Insurance Portability and Accountability Act (HIPAA) provisions that apply to Protected Health Information. The contractor’s system shall have the capacity to submit both in electronic and paper format for all claims forms in current use and any new formats required by law.
5.0 DELIVERABLE
5.1 All deliverables will be accepted via electronic media/mail. All requirements and duties described in the Performance Work Statement shall be initiated and completed within the established schedule/guideline. Acceptance of the deliverables shall be the responsibility of the Contracting Officer’s Representative.
5.2 Prepare/Process/Submit Invoices/Claims.
For all TPC, MSA and MAC transactions, the contractor system shall generate claims and submit those claims to the medical insurance carriers or appropriate payer. The system shall also record payments, write-offs and non-payment reasons; maintain an audit trail by user for claim and invoice actions.
5.3 Manage an accounts receivable (AR)/maintain a record of accounts. The billing system shall maintain an account receivable as follows:
5.3.1 Sales Codes. UBO activities for this contract occur in several lines of business; Third Party Collections (TPC), Medical Service Accounts (MSA) and Medical Affirmative Claims (MAC).
5.3.2 TPC Sales Codes. The system shall assign TPC events a Sales Code of either TPT (TPC (outpatient)) or TPN (TPC (inpatient)).
Encounters arising from an inpatient disposition for a DoD beneficiary with OHI are considered TPC (inpatient). All other encounters for DoD beneficiaries with OHI are considered TPC (outpatient).
5.3.3 MAC. The MTF staff shall assign MAC encounters which shall be assigned Sales Codes of TPL and input Sales Codes into system.
5.3.4 MSA. The system shall assign various sales codes dependent upon the Patient Category
5.4 Generate (NRV) Program Performance Metrics. The system shall prepare Third Party Collection (TPC) (outpatient and inpatient), Medical Services Accounts (MSA), (except for MSA IABs) and age all open claims AR and generate a Net Realizable Value (NRV). The system shall age the AR and shall generate a NRV by UBO line of business (TPC out and in).
5.5 Gain/Maintain approval as Government financial system of record.
The billing and collection system (and its business rules and methodologies) shall constitute a Government billing system of record and, as such, be available for periodic review by Government auditors and examiners. Access to the system by contractor personnel shall be subject to Government review and oversight.
5.6 Obtain an authority to operate/connect (ATO/ATC). The government shall require a DoD Information Assurance Certification and Accreditation Process (DIACAP) on contractor’s system. The Government will be responsible to perform the DIACAP certification and provide interim authority to operate. The DIACAP accreditation will be achieved within 60 days.
5.7 Provide a detailed training/operation manual.
Manual will provide detailed guidance in all operations including creating, approving, transmitting, printing, transaction posting, report creation, report printing, and audit trail printing.

6.0 GOVERNMENT QUALITY ASSURANCE SURVEILLANCE PLAN

6.1 Quality Control
6.1.1 Contractor Quality Control. The Contractor is responsible for management and quality control actions necessary to meet the quality standards set forth in the contract. The contractor shall develop and maintain an effective QC program to ensure services are performed in accordance with this PWS. The contractor shall develop and implementprocedures to identify, prevent, and ensure non-recurrence of defective services.
The contractor’s QC program is the means by which he assures himself his work complies with the requirement of the contract. It is not required that the Contractor submit their plan to the Government.
6.2 Government Quality Assurance. The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the government must do to ensure the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rates.
6.2.1 Quality Assurance Surveillance Plan.
This QASP has been developed as the principal basis for assessing overall contract performance. The following table will be used by the Government to assess the effectiveness of the Contractor’s services. This QASP provides the methodology by which the Contractor’s performance will be monitored to determine compliance with established performance objectives, and to establish performance benchmarks that ensure a quantifiable basis for measuring effectiveness. The plan is designed to limit surveillance to the minimum necessary to verify that the Contractor is satisfactorily performing services directly related to the performance objectives of this Performance Work Statement (PWS). Performance objectives are those designated with corresponding performance measures and standards.
6.2.2 Table Quality Assurance Surveillance Plan
PWS #
Deliverable
Acceptable Quality Level Surveillance Method Disincentive/Incentive
2.2 NRV Program Performance Metrics Report (BUMED). 92% with no discrepancies. 100% Review of Monthly Report. Contract Discrepancy Report (CDR).
3.1.10 Trouble Tickets Resolved in 48 hours. 95% of all tickets resolved in 48 hours. Review of Contractor’s weekly report. Contract Discrepancy Report (CDR).
3.1.13 and 4.1 Software deployed as specified in PWS, and functioning as specified. Deployed within 30 days of Award. Functional Testing of Software. Contract Discrepancy Report (CDR).
5.7 On-site training and Manual delivered.
Delivered within 60 days of award Successful Training and review of Manuals. Contract Discrepancy Report (CDR).

6.2.3. Delivery Address
The contractor shall submit all deliverables to the following addresses via electronic mail:
Joseph Bancod Email: joseph.bancod@med.navy.mil
7.0 CONTRACT DISCREPANCY REPORTS (CDRs)
7.1.1 In instances where the Contractor’s performance takes exception to the contract and/or is unacceptable, the KO
will issue a CDR to the Contractor consistent with section 6.2.2 of the Table Quality Assurance Surveillance Plan.
7.1.2. The KO shall ensure that all inspection data is attached to the CDR. The Contractor cannot be expected to
respond to performance deficiencies that are not clearly and specifically identified.
A cover memorandum on the
CDR should specify that the Contractor has three working days to respond in writing to the KO.
7.1.3. Upon return of the CDR package from the Contractor, the KO shall review the Contractor’s comments and give careful, objective consideration to the facts and mitigating circumstances documented in the response. The KO shall then make a final recommendation on the acceptability of Contractor performance and note it on the CDR. The KO shall state why the Contractor’s response does or does not have merit. The KO shall attach as much additional documentation as required to support their findings and recommendations.
7.1.4. The Contracting Officer(KO) shall forward copies of each completed CDR and the final recommendation to (1) the Contractor for final response to CDR.

7.1.5. Contract Discrepancy Form(CDR)
CONTRACT DISCREPANCY REPORT(CDR)FORM
Contract Number:
Contract Clause:
Date:
Occurrence Date:
KO Findings:
Please respond to this CDR within 3 business days.
KO (sign and date):
/s/
Contracting Officer’s
Contractor Response:
Contractor Project Manager (sign and date):
KO Determination/Recommendation:

KO (sign and date):
/s/
8.0 Place of Performance
The work to be performed under this contract shall be performed at the contractor’s site and maintained remotely, and made available for use by the MTF.
9.0 Information Security (IS)
The contractor shall protect against unauthorized disclosure of data to ensure the privacy of Government contractors and private individuals for which the information is maintained.
All data maintained by the contractor’s accounts receivable management system is subject to the provisions of the Privacy Act of 1974; DoD 5400.11-R, DoD Privacy Program; and DoD 5200.11-R, DoD Information Security Program, The contractor shall ensure that the application meets the features of identification and authentication, auditing, and discretionary access control. Additionally, the contractor will employ FIPS 140-1 compliant encryptions and digital certificates for web based components.
10.0 Patient Information
All data received, processed, evaluated, loaded and/or created as a result of this contract shall remain the sole property of Naval Medical Center San Diego.

Appendix A – Copy of Sample Business Associate Agreement and Data Use Agreement
Department of Defense
Standard
 Clause for Business Associates with HITECH Act Information
Introduction
In accordance with DoD 6025.18-R “Department of Defense Health Information Privacy Regulation,” January 24, 2003, the Contractor meets the definition of Business Associate.
Therefore, a Business Associate Agreement is required to comply with both the Health Insurance Portability and Accountability Act (HIPAA) Privacy and Security regulations. This clause serves as that agreement whereby the Contractor agrees to abide by all applicable HIPAA Privacy and Security requirements regarding health information as defined in this clause, and in DoD 6025.18-R and DoD 8580.02-R, as amended. Additional requirements will be addressed when implemented.
(a) Definitions. As used in this clause generally refer to the Code of Federal Regulations (CFR) definition unless a more specific provision exists in DoD 6025.18-R or DoD 8580.02-R.
HITECH Act shall mean the Health Information Technology for Economic and Clinical Health Act included in the American Recovery and Reinvestment Act of 2009.
Individual has the same meaning as the term “individual” in 45 CFR 160.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g).
Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E.
Protected Health Information has the same meaning as the term “protected health information” in 45 CFR 160.103, limited to the information created or received by the Contractor from or on behalf of the Government pursuant to the Contract.

Electronic Protected Health Information has the same meaning as the term “electronic protected health information” in 45 CFR 160.103.
Required by Law has the same meaning as the term “required by law” in 45 CFR 164.103.
Secretary means the Secretary of the Department of Health and Human Services or his/her designee.
Security Incident will have the same meaning as the term “security incident” in 45 CFR 164.304, limited to the information created or received by Contractor from or on behalf of Covered Entity.
Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160, 162 and part 164, subpart C.
Terms used, but not otherwise defined, in this Clause shall have the same meaning as those terms in 45 CFR 160.103, 160.502, 164.103, 164.304, and 164.501.

(b) The Contractor shall not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law.
(c) The Contractor shall use appropriate safeguards to maintain the privacy of the Protected Health Information and to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract.
(d) The HIPAA Security administrative, physical, and technical safeguards in 45 CFR 164.308, 164.310, and 164.312, and the requirements for policies and procedures and documentation in 45 CFR 164.316 shall apply to Contractor. The additional requirements of Title XIII of the HITECH Act that relate to the security and that are made applicable with respect to covered entities shall also be applicable to Contractor.
The Contractor agrees to use administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the electronic protected health information that it creates, receives, maintains, or transmits in the execution of this Contract.
(e) The Contractor shall, at their own expense, take action to mitigate, to the extent practicable, any harmful effect that is known to the Contractor of a use or disclosure of Protected Health Information by the Contractor in violation of the requirements of this Clause. These mitigation actions will include as a minimum those listed in the TMA Breach Notification Standard Operating Procedure (SOP), which is available at: http://www.tricare.mil/tmaprivacy/breach.cfm
(f) The Contractor shall report to the Government any security incident involving protected health information of which it becomes aware.
(g) The Contractor shall report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract of which the Contractor becomes aware.
(h) The Contractor shall ensure that any agent, including a subcontractor, to whom it provides Protected Health Information received from, or created or received by the Contractor, on behalf of the Government, agrees to the same restrictions and conditions that apply through this Contract to the Contractor with respect to such information.
(i) The Contractor shall ensure that any agent, including a subcontractor, to whom it provides electronic Protected Health Information, agrees to implement reasonable and appropriate safeguards to protect it.
(j) The Contractor shall provide access, at the request of the Government, and in the time and manner reasonably designated by the Government to Protected Health Information in a Designated Record Set, to the Government or, as directed by the Government, to an Individual in order to meet the requirements under 45 CFR 164.524.
(k) The Contractor shall make any amendment(s) to Protected Health
Information in a Designated Record Set that the Government directs or agrees to pursuant to 45 CFR 164.526 at the request of the Government, and in the time and manner reasonably designated by the Government.
(l) The Contractor shall make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Contractor, on behalf of the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner reasonably designated by the Government or the Secretary, for purposes of the Secretary determining the Government’s compliance with the Privacy Rule.
(m) The Contractor shall document such disclosures of Protected Health Information and information related to such disclosures as would be required for the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528.
(n) The Contractor shall provide to the Government or an Individual, in time and manner reasonably designated by the Government, information collected in accordance with this Clause of the Contract, to permit the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528.
General Use and Disclosure Provisions
Except as otherwise limited in this Clause, the Contractor may use or disclose Protected Health Information on behalf of, or to provide services to, the Government for treatment, payment, or healthcare operations purposes, in accordance with the specific use and disclosure provisions below, if such use or disclosure of Protected Health Information would not violate the HIPAA Privacy Rule, the HIPAA Security Rule, DoD 6025.18-R or DoD 8580.02-R if done by the Government.
The additional requirements of Title XIII of the HITECH Act that relate to privacy and that are made applicable with respect to covered entities shall also be applicable to Contractor.
Specific Use and Disclosure Provisions
(a) Except as otherwise limited in this Clause, the Contractor may use Protected Health Information for the proper management and administration of the Contractor or to carry out the legal responsibilities of the Contractor.

(b) Except as otherwise limited in this Clause, the Contractor may disclose Protected Health Information for the proper management and administration of the Contractor, provided that disclosures are required by law, or the Contractor obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it was disclosed to the person, and the
Set-Aside: Total Small Business Place of Performance: NAVAL MEDICAL CENTER SAN DIEGO 34800 BOB WILSON DRIVE, SAN DIEGO, CA 92134 US URL:https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0028/listing.html
OutreachSystems Article Number: 131122/PROCURE/0059
Matching Key Words: writ*; copy; technical; standard; operating; procedure?; 


Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301 Room B130 Gaithersburg MD 20899-1410

R — National Earthquake Hazards Reduction Program (NEHRP) Secretariat and National Construction Safety Team (NCST) Support SB1341-14-RP-0009 010614 Divya Soni, Phone 3019756394, Email divya.soni@nist.gov Note: This is a reposting of Solicitation #SB1341-13-RP-0099, originally posted on August 13, 2013.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information140px-NIST_logo.svg included in this notice. THIS ACQUISITION IS BEING PROCURED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PART 13.5. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.

This solicitation is a Request for Proposal (RFP). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-70.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 and the size standard is $14.0 million. This acquisition is being conducted through unrestricted competition.

Offerors will be responsible for obtaining related amendments to this solicitation, if any, from http://www.fbo.gov. It is the responsibility of each potential offeror to monitor http://www.fbo.gov for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Divya Soni at divya.soni@nist .gov , with a copy to Maisie.meade@nist.gov and mimi.robinson@nist.gov and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number.

The U.S. Department of Commerce, National Institute of Standards and Technology (NIST) Engineering Laboratory (EL) promotes U.S. innovation and industrial competitiveness in areas of critical national priority by anticipating and meeting the measurement science and standards needs for technology-intensive manufacturing and construction in ways that enhance economic prosperity and improve the quality of life. Measurement science research and services include the development and dissemination of performance metrics, measurement and testing methods, modeling and simulation tools, technical data, guidelines, and the technical basis for standards, codes, regulations, and practices. EL conducts disaster and failure studies in support of this mission. EL also conducts applied earthquake engineering research to provide the technical basis for building codes, standards, and practices, and is responsible for working with the private sector and other agencies to implement improved earthquake-resistant design guidance for building codes and standards for new and existing buildings, structures, and lifelines. NIST is a non-regulatory agency and does not set building and fire codes, standards, and regulations.

This solicitation is for the procurement of support and technical expertise needed by NIST to fulfill its responsibilities under the National Earthquake Hazards Reduction Program (NEHRP) and the National Construction Safety Team (NCST) Programs, as outlined below and in the attached Performance Work Statement (PWS), through an Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract:

Line Item 0001:
Description: The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from date of award
Quantity: 12 MO
Amount: Not-to-Exceed $128,000.00

Line Item 0002:
Description: Travel and related costs for Line Item 0001. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from date of award
Quantity: 1 LO
Amount: Not-to-Exceed $800.00

Line Item 0003:
Description: Other Direct Costs (ODCs) for Line Item 0001.
Period of Performance: Twelve months from date of award
Quantity: 1 LO
Amount: Not-to-Exceed $50.00

Line Item 0004 (Option):
Description: Option Period One – The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from end of base period.
Quantity: 12 MO
Amount: Not-to-Exceed $129,150.00

Line Item 0005 (Option):
Description: Travel and related costs for Line Item 0004. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from end of base period.
Quantity: 1 LO
Amount: Not-to-Exceed $1,050.00

Line Item 0006 (Option):
Description: Other Direct Costs (ODCs) for Line Item 0004.
Period of Performance: Twelve months from end of base period.
Quantity: 1 LO
Amount: Not-to-Exceed $62.50

Line Item 0007 (Option):
Description: Option Period Two – The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from end of previous period.
Quantity: 12 MO
Amount: Not-to-Exceed $129,150.00

Line Item 0008 (Option):
Description: Travel and related costs for Line Item 0007. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $1,050.00

Line Item 0009 (Option):
Description: Other Direct Costs (ODCs) for Line Item 0007.
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $62.50

Line Item 0010 (Option):
Description: Option Period Three – The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from end of previous period.
Quantity: 12 MO
Amount: Not-to-Exceed $129,150.00

Line Item 0011 (Option):
Description: Travel and related costs for Line Item 0010. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $1,050.00

Line Item 0012 (Option):
Description: Other Direct Costs (ODCs) for Line Item 0010.
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $62.50

Line Item 0013 (Option):
Description: Option Period Four – The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from end of previous period.
Quantity: 12 MO
Amount: Not-to-Exceed $129,150.00

Line Item 0014 (Option):
Description: Travel and related costs for Line Item 0013. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $1,050.00

Line Item 0015 (Option):
Description: Other Direct Costs (ODCs) for Line Item 0013.
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $62.50

PROPOSAL PREPARATION/SUBMISSION INSTRUCTIONS
Offerors shall submit their proposals in two separate volumes as detailed in this section of the solicitation. All proposals shall be submitted so that they are received at NIST no later than 12:00 PM EST on January 6, 2014.

All proposals shall conform to the solicitation provisions and be prepared in accordance with this section. The proposal shall be clearly and concisely written as well as neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of the proposal shall be appropriately numbered. Page limits are provided below. In all sections of the Offeror’s proposal, the Offeror must use Times New Roman font, with a font size no smaller than 12 pitch, and must use margins no less than 1 inch on top/bottom/left/right. Text within a graphic shall comply with the font/pitch size requirements.

The Offeror shall submit one original copy of the entire proposal on one (1) compact disc or DVD, four (4) hardcopies of the Technical Volume and two (2) hardcopies of the Business Volume to the address identified in the solicitation notice, by the response deadline identified above.

Offerors shall clearly identify all pages of the quote that are proprietary. Failure to do this may result in release of information via a FOIA, if requested.

Offerors must submit all questions concerning this solicitation in writing to divya.soni@nist.gov , with a copy to  maisie.meade@nist.gov , and mimi.robinson@nist.gov. Questions must be submitted no later than December 23, 2013. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.

OVERALL ARRANGEMENT OF PROPOSALS

Volume I - TECHNICAL Volume
There shall be no pricing information or labor rates included in the Technical Volume. The Offeror shall submit Volume I in distinct sections for the following Factors A through F, along with an attachment for Part I of Past Performance Information Questionnaires, if applicable. Volume I is limited to no more than forty (40) pages; any pages beyond the 40th page will not be evaluated. The Cover Page, Transmittal Letter, Table of Contents, Past Performance Information, and Resumes are not included in the 40 page limit.

The Offeror shall submit the following as part of Volume I:

Factor A – EXPERIENCE
The Offeror’s proposal shall contain information demonstrating the relevance of the Offeror’s experience as it relates to the knowledge and operations of the National Earthquake Hazards Reduction Program (NEHRP), the National Construction Safety Team Advisory Committee, and the requirements of the Government’s PWS for the first task order under this IDIQ.
In addition, the proposal shall identify the ability and procedures of the Offeror to staff the Project Manager and the professional Technical Editor for each Task Order, anticipating the potential for multiple simultaneous projects (Task Orders). The proposal shall also demonstrate the Offeror’s ability to produce high quality, edited reports and web page documents and meeting summaries in a timely manner that combine inputs from a number of individuals into a cohesive and well-written document that provide effective communication of similar statutory Programs and Advisory Committees.

Factor B – PAST PERFORMANCE
The Offeror shall submit past performance information as part of the Technical Volume. The Offeror shall submit past performance information for contracts under which the Offeror has performed as a prime contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past five years by governmental or non-governmental entities. The Offeror shall submit at least two references on each non-Federal contract. Offerors are authorized to provide information on problems encountered on the identified contracts, as well as the Offeror’s corrective actions. Past performance information may shall submitted as a portion of the Technical Volume, or the Offeror may choose to use the Past Performance Information Questionnaire attached. If this questionnaire is used, the Offeror shall submit Part I of the questionnaire with its proposal as an attachment to the Technical Volume. References for the Offeror shall submit Part II of the Questionnaire according to the instructions contained therein.

The term “Offeror” here is defined as the prime contractor and any of its major subcontractors. The term “Major Subcontractor” is defined as any subcontractor that the Offeror expects to subcontract work to in excess of $150,000.00 throughout the life of this contract.

Factor C – KEY PERSONNEL/PROGRAM MANAGEMENT QUALIFICATIONS, CAPABILITIES AND EXPERIENCE
NIST expects that this IDIQ contract will require the work of at least one (1) Program Manager and one (1) Technical Writer/Editor designated as key personnel. The Offeror may propose any additional staff or labor categories. The proposed key personnel shall demonstrate experience conducting projects of similar scope, nature, and duration, with examples cited. The Contractor shall demonstrate the ability to replace designated key personnel and technical experts with qualified individual(s) in a timely manner, as stated in the Offeror’s key personnel replacement plan. The Offeror shall indicate whether these key personnel are committed to other agencies or organizations to perform similar services during this contract’s period of performance.
The Offeror shall identify any candidates, including program management and technical individuals to cover all areas listed in the PWS, proposed as key personnel and submit resumes for these candidates. The Contractor shall include qualifications of each individual proposed as key personnel who will be responsible for fulfilling this requirement, as evidenced by education and previous experience in conducting projects of similar scope, nature, and duration, with examples cited;

Each resume submitted shall not exceed 10 typed pages (back-to-back) in length and include the following:

- candidate’s name;
- the organization name of their current employer;
- their relevant education, including advanced degrees and areas of specialization, list of active professional engineering licenses (if applicable);
- their relevant capabilities and experience, including notable projects;
- their current country of citizenship.

If a proposed candidate is a non-US citizen, the Offeror shall provide valid VISA documentation. The resumes shall be submitted as a distinct portion of the TechnicalVolume.
If the Offeror is selected for award, the proposed candidates will be designated as key personnel in the key personnel clause in the IDIQ after award.

Factor D – PROGRAM MANAGEMENT AND QUALITY CONTROL PLAN APPROACH
The Offeror’s proposal shall demonstrate how the quality of the work will be managed and controlled to satisfy the requirements of the PWS. In addition, the proposal shall demonstrate the ability and mechanisms of the Offeror to ensure meeting each scheduled deliverable due date as well as demonstrating the Offeror’s capability to meet scheduled deliverable due dates for multiple simultaneous active projects.

Factor E - TECHNICAL APPROACH
The Offeror shall provide a written, detailed Technical Approach for how it proposes to satisfy the requirements of the PWS of the base contract and Task Order 1. The PWS for the base contract and the PWS for Task Order 1 are attached. If the Offeror’s proposal reiterates the PWS without providing sufficient detail for the Government to evaluate how the Offeror proposes to satisfy the requirements of the PWS, the proposal will not be further evaluated, and the Offeror will not be considered for award.

The Technical Approach shall include the following components:

Key Subfactor E.1 Understanding of Technical Requirements – The Offeror’s proposal shall demonstrate a clear understanding of the requirements presented in the solicitation, the challenges it presents and proposed methodology.

Key Subfactor E.2 Feasibility and Completeness of Approach – The Offeror’s proposal shall demonstrate how the Offeror’s proposed approach is workable and how the end results are likely to help the Government successfully achieve its goals. The Offeror’s proposal shall also demonstrate how the Offeror’s methods and approach have adequately and completely satisfied the requirements specified in the PWS.

Key Subfactor E.3 Technical Approach for Task Order 1 – The Offeror’s proposal shall demonstrate the Offeror’s understanding of the requirements of the first task order and describe how the Offeror proposes to successfully complete it, including meeting all milestones. The Offeror shall describe how it will perform and manage individual tasks required by the PWS for Task Order 1 and ensure that Contractor services and deliverables comply with the requirements of the PWS. The PWS for Task Order 1 is attached.

Volume II – BUSINESS Volume (Factor F – Price)
The Proposal Form (Standard Form 33), must be executed fully and used as the cover sheet (or first page) of Volume II. Include one (1) originally signed copies of the form in the Original Volume II. The Offeror shall submit the following as part of Volume II:

A. Base Contract Pricing – The Offeror shall submit its price information based on its proposed fixed-price fully burdened hourly labor rates for each proposed labor category.

The Offeror shall propose fixed fully burdened hourly labor rates for each labor category it proposes for each year throughout the projected life of this contract. NIST anticipates the award of an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for one (1) base period of twelve (12) months from date of award plus four (4) twelve-month option periods. The Offeror shall assume that the contract will begin on February 3, 2014. Therefore, each proposed labor category shall be assigned a fixed fully burdened hourly labor rate for the base period and each of the four option periods.

Under the anticipated IDIQ contract, labor-hour task orders shall be issued. For each future task order under the anticipated contract, the contractor shall propose a total Not-to-Exceed price based on the labor rates in the contract and will be asked to provide a price breakdown to enable the Government to make a price fairness and reasonableness determination.

The Offeror shall propose fixed fully burdened hourly labor rates for the following periods. The Offeror shall assume for price proposal preparation purposes that the contract will begin on February 3, 2014. However, these dates are not binding and the actual period of performance of the base contract may be different than listed below:

Base Period: February 3, 2014 – February 2, 2015
Option Period I: February 3, 2015 – February 2, 2016
Option Period II: February 3, 2016 – February 2, 2017
Option Period III: February 3, 2017 – February 2, 2018
Option Period IV: February 3, 2018 – February 2, 2019

The Offeror’s fully burdened hourly labor rates must reflect the current market labor rates with any discounts provided. Current significant budgetary constraints demand that the impact of these constraints and ownership of the solution be shared throughout the public sector including its contractors. Offerors are asked to consider reduction or elimination of costs/pricing of the escalation of labor hour rates during the performance period of this contract. If the proposed labor rates will increase throughout the life of the contract, the Offeror shall provide a justification for the escalation of each proposed fixed fully burdened hourly labor rate for each period. For example, if the proposed labor rates increase by 2% each period, a justification for this increase shall be submitted in the Business Volume.

A. Task Order 1 Pricing – The Offeror shall also propose pricing for Task Order 1 and describe its proposed labor mix.

The pricing breakdown shall include the number of hours proposed per contract employee and the corresponding fully burdened hourly labor rates from the Base Contract Pricing. The proposed number of hours for each proposed contract employee shall be clearly identified and associated with the applicable labor category for each contract employee. For proposal preparation purposes, the Offeror shall assume a start date of February 2, 2014 for Task Order 1.
In order to facilitate the award process, ALL offers 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)”

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.
The successful Offeror must be actively registered in the System for Award Management (SAM) at the website https://www.sam.gov. Failure or refusal to register in SAM will forfeit award.

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, represents the best value to the Government, price and non-price factors considered.

Price Evaluation
The Government intends to use a price/technical tradeoff process to award an Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract to the responsible Offeror whose proposal represents the best value to the Government, evaluated cost/price and other factors considered.

Upon receipt of proposals, the Contracting Officer will review them to determine if each Offeror followed all of the proposal preparation/submission instructions in this solicitation. A proposal that did not follow the proposal submission instructions may be deemed unacceptable and may not be further evaluated.

Each proposal will be evaluated using the factors and subfactors described below. An Offeror’s failure to address any factor may be considered indicative of the Offeror’s lack of understanding of the Government’s requirements and may result in that proposal’s being determined to be unacceptable.

Evaluation Factors for Award:

FACTOR A – EXPERIENCE
FACTOR B – PAST PERFORMANCE
FACTOR C – KEY PERSONNEL/PROGRAM MANAGEMENT QUALIFICATIONS,
CAPABILITIES AND EXPERIENCE
FACTOR D – PROGRAM MANAGEMENT AND QUALITY CONTROL PLAN
APPROACH
FACTOR E - TECHNICAL APPROACH
FACTOR F – PRICE

In determining best value, Non-Price Factors A through E, when combined, shall be equally important to Factor F (Price).

The Non-Price Factors A through E listed above are listed in descending order of importance.

The Government reserves the right to make an award to other than the lowest-cost/priced Offeror or to the Offeror with the highest rating based on non-cost/price Factors A through E listed above if the Contracting Officer determines that to do so would result in the best value to the Government.

DUE DATE FOR PROPOSALS
***The due date and time for receipt of proposals is January 6, 2014 no later than 12:00PM EST. The offeror shall hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.

Proposals must be received at the specific location at NIST identified below on or before the due date and time specified in the solicitation. Only information received on or before the due date and time shall be considered for award. Any proposal, or part thereof, received after the due date and time, shall be deemed late and not considered for award.

Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If an offeror is hand-delivering their proposal, the offeror must email the Contract Specialist at divya.soni @nist.gov and CC maisie.meade@nist.gov and mimi.robinson@nist.gov so that the email is received no later than 12:00 PM EST one business day before the proposal will be hand-delivered. The email must contain the following information:
a. Offeror’s Company Name
b. Name of the person delivering the proposal
c. Date and approximate time that the person will arrive at NIST Gaithersburg, MD campus
d. Confirmation that the person is a US Citizen

Proposals must be submitted so that they are received at the following address:
Divya Soni
NIST
Building 301, Room B146
100 Bureau Drive, Stop 1640
Gaithersburg, MD 20899-1640

The Offeror must deliver the proposal so that it is received at the specific address, building number included, listed above by the due date and due time listed above.

APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION:

All application provisions and clauses for this solicitation can be found in the attached document titled “Applicable Provisions and Clauses SB1341-14-RP-0009.pdf”.

URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RP-0009/listing.html
OutreachSystems Article Number: 131122/PROCURE/0062
Matching Key Words: writ*; copy; technical; standard; procedure?; 

FedBizOpps – Special Notes

Department of Energy, Oak Ridge National Laboratory – UT Battelle LLC (DOE Contractor), Oak Ridge National Laboratory, Bethel Valley Road P.O. Box 2008 Oak Ridge TN 37831-6192

212px-US-DeptOfEnergy-Seal.svg99 — Technology Available for Licensing: Low-Cost, Nanofermentation System for Production of High Value Materials ORNL-TT-2014-01 022414 Jennifer T. Caldwell, Gp Leader, Technology Licensing, Phone 865-574-4180, Fax 865-574-9241, Email caldwelljt@ornl.gov – Carol D. Rader, Technology Commercialization Specialist, Phone (865) 241-0898, Fax 865-574-9241, Email radercd@ornl.gov Low-Cost, Nanofermentation System for Production of High Value Materials Technology Available for Licensing

UT-Battelle, LLC, acting under its Prime Contract No. DE-AC05-00OR22725 with the U.S. Department of Energy (DOE) for the management and operation of the   Oak Ridge National Laboratory   (ORNL), is seeking a commercialization partner for technology using a nanofermentation system to produce high value materials. The ORNL Technology Transfer Office will accept licensing applications through February 24, 2014.

The high cost and limited quantity of many nanomaterials create a barrier to their commercialization because potential end users are reluctant to develop applications for materials when they are not confident the materials will be available in useful quantities at cost competitive pricing. ORNL researchers have successfully expanded the application areas for nanoparticles produced using a novel fermentation method.

This technology also has broader applications for the production of luminescent materials using fermentation-type processes (to produce non-toxic lighting technology) and the development of metal-oxide, mixed-metal-oxide, and non-oxide semiconductor particles. Another application is for semiconductors such as copper indium gallium (di)selenide (CIGS) and copper zinc tin sulfur (CZTS) that are useful solar cell materials for highly flexible, lightweight solar panels.

In the earlier work, researchers produced large quantities of semiconducting quantum dots of high market value using a bacterial fermentation process that employs chemicals to control bacterial synthesis. The researchers developed a way to control particle size and morphology by a chemical means of modifying the fermentation broth.

Potential applications include production of various complex and thin films, solar cells, and other semiconductor applications.

This technology was originally developed using federal funds and selected for further development under the laboratory’s Technology Innovation Program (TIP). TIP supports technology development using royalties from existing technology licenses to accelerate the market readiness of high potential technologies.

License applications will be evaluated based on prospective partners’ ability and commitment to successfully commercialize the technology, with a preference for United States based businesses and small businesses. If a license is executed, the ORNL researchers developing the technology will be eligible to compete for additional TIP funding to further advance the technology.

For additional information and license application, contact Jennifer Caldwell, Group Leader, Technology Commercialization, Oak Ridge National Laboratory, 865-574-4180, caldwelljt@ornl.gov.

Technology descriptions and related publications may be found at  http://www.ornl.gov/connect-with-ornl/for-industry /partnerships/technology-licensing/technology-innovation-program/nanofermentation -system .

Intellectual Property

UTB ID 199800522, Mixed oxide nanoparticles and method of making , U.S. Patent 6,444,453 .

UTB ID 200501521, Fermentative Process For Making Inorganic Nanoparticles , U.S. Patent 7,060,473 .

UTB ID 200601686, Microbial-Mediated Method for Metal Oxide Nanoparticle Formation , . U.S. patent application 12/357,523

UTB ID 200701968, Microbially-Mediated Method for Synthesis of Non-Oxide Semiconductor Nanoparticles, U.S. patent application 12/364,638 and 12/874 ,522 .

UTB ID 201002436, Method of Microbially Producing Metal Gallate Spinel Nano-objects, and Compositions Produced Thereby , PCT patent application PCT/US13/031357 .

UTB ID 201002461, Method for Producing Complex Films, and Films Produced Thereby , U.S. patent application 14/110, 222 .

UTB ID 201302995, Method of Synthesizing Metal-Oxide Particles , U.S. patent application 61/777,012 .

Place of Performance: Bethel Valley Road P.O. Box 2008 Oak Ridge, TN 37831-6196 US URL: https://www.fbo.gov/spg/DOE/ORNL/ORNL/ORNL-TT-2014-01/listing.html
OutreachSystems Article Number: 131123/SPECIAL/0601
Matching Key Words: film?; produc*; business*; produce?; production?; 

USABID State and Local Purchases

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

R – RFP for Brokerage Services for HSTD Regions 1, 9 & 11 RFP : 140 SOL RFP for Brokerage Services for HSTD Regions 1, 9 & 11 RFP : 1400000084 Office Of The Controller Donald Robinson Published On : 10/22/13 Amended On : 11/21/13 Closing On : 1/8/14 3:30 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131127/BID/0001
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 – Apheresis SuppliesAttachment SOL UK-1316-14 Apheresis SuppliesAttachment Due Date: 12-17-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131127/BID/0287
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 – Bus SOL K-0693-14 Bus Due Date: 12-17-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131126/BID/0167
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 for University Press of Kentucky SOL K-0692-14 Printing and Binding of a Book for University Press of Kentucky – Haragan / The Olmsted Parks of LouisvilleAttachment A Addendum 1 Due Date: 11-27-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131123/BID/0307
Matching Key Words: age:state!ky; state!ky; 

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

R – Sponsorship – 3rd Annual Pickleball Tournament-EP Tom Sawyer RFP SOL Sponsorship – 3rd Annual Pickleball Tournament-EP Tom Sawyer RFP : 1400000103 Kentucky Department Of Parks Published On : 11/20/13 Amended On : Closing On : 12/11/13 11:00 AM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131122/BID/0004
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

FOR MORE NEWS

BeeNetwork


PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

Source:  Provided Courtesy - U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)

NAVY

CASS Holdings LLC*, Oklahoma City, Okla., is being awarded a $34,000,000 not-to-exceed, indefinite-delivery/indefinite-quantity contract to refurbish the F71,600px-US-DeptOfNavy-Seal.svg F72, F73, and F78 AM2 matting packages in support of the Expeditionary Airfield Program.  This contract includes end frames, stamping/markings, end sheets, and locking bars.  Work will be performed in Oklahoma City, Okla., and is expected to be completed in December 2018.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $549,371 are being obligated on this 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 as a 100 percent small business set-aside; one proposal was received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-D-0008).

Austal USA LLC, Mobile, Ala., was awarded an $8,247,342 modification to previously awarded contract (N00024-11-C-2301) on Nov. 27, 2013, to exercise an option for littoral combat ship (LCS) core class services.  Austal USA LLC will assess engineering and production challenges as well as evaluate the cost and schedule risks from affordability efforts to reduce LCS acquisition and lifecycle costs.  Work will be performed in Mobile, Ala. (60 percent), and Pittsfield, Mass. (40 percent), and is expected to be complete by November 2014.  Fiscal 2013 shipbuilding and conversion, Navy funds in the amount of $8,247,342 were obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyC.R. Bard, Inc., Murray Hill, N.J., has been awarded a maximum $46,261,496 modification (P00007) exercising the second one-year option period on a one-year base contract (SPM2D0-11-D-0013) with seven one-year option periods for guaranteed access to inventory to ensure material availability and to provide medical/surgical surge, re-supply, and sustainment material.  This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Dec. 5, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 medical funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Lion Vallen LTD Partnership doing business as LVI, Dayton, Ohio, has been awarded a maximum $20,000,000 fixed-price with economic-price-adjustment contract for third-party logistics support providing warehousing, distribution, and logistics support to fulfill clothing and textile requirements.  This contract is a competitive acquisition, and 10 offers were received.  Locations of performance are Ohio and Georgia with a Dec. 1, 2016 performance completion date.  This is a three-year base contract with four one-year option periods.  Using military services are Army and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-C-0002).

DL Management Services Joint Venture, Clover, S.C., has been awarded a maximum $11,381,864 firm-fixed-price contract for procurement of alongside aircraft refueling services.  This contract is a competitive acquisition, and two offers were received.  Locations of performance are South Carolina and Maryland with a Dec. 31, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5405).

TRANSPORTATION COMMAND

CORRECTION:  The contract announced Nov. 27, 2013 did not have dollar value associated with it.  The correct version is below.

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded a $22,665,042 indefinite delivery/indefinite quantity, fixed-price with economical price adjustment contract600px-US-TRANSCOM-Emblem.svg for dedicated fixed wing services in the Central Africa Region (Uganda, Central Africa Republic, the Democratic Republic of Congo, and South Sudan).  Performance is from Dec. 28, 2013 to Oct. 27, 2015.  Funds will be obligated on individual task orders and are Army operations and maintenance funds.  This contract was a competitive acquisition, and four proposals were received.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-14-D-R026).

NAVY

Toyon Research Corp.**, Goleta, Calif. (N68936-14-D-0001), and Integrity Applications Inc.**, Chantilly, Va. (N68936-14-D-0002), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the development and fielding of intelligence, surveillance, reconnaissance, and targeting systems to improve warfighter situational awareness and weapon delivery capabilities.  The estimated aggregate ceiling for both contracts is $42,282,088, with the companies having an opportunity to compete for individual delivery orders.  Work will be performed in Goleta, Calif., and Chantilly, Va. and work is expected to be completed in November 2018.  Funds are not being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; seven offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgRaytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $32,388,530 modification to previously awarded contract (N00024-10-C-2205) for lifecycle engineering and support services for LPD 17 class integrated shipboard electronic systems.  The following services will be provided:  lifecycle engineering and support services, including post-delivery planning, logistics and engineering, homeport technical support, integrated product data environment, data maintenance, equipment management, systems integration and design engineering, software support, research engineering, obsolescence management (both technical and logistics), material readiness support, emergent repair planning, training and logistics support; Planning Yard support of integrated electronic systems, including fleet modernization planning, ship alteration development and installation, material management, configuration data management, research engineering, logistics documentation, and other logistics and executing activity coordination, and management; performance-based logistics support, including providing sustaining engineering and obsolescence management support for unique LPD 17 class integrated shipboard electronic systems.  Work will be performed in San Diego, Calif. (98 percent), and Norfolk, Va. (2 percent), and is expected to be completed by December 2014.  Fiscal 2005 and 2012 shipbuilding and conversion, Navy; fiscal 2014 shipbuilding and conversion, Navy and fiscal 2014 operations and maintenance, Navy funds in the amount of $6,229,134 will be obligated at time of award.  Contract funds in the amount of $1,814,508 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Helix Electric Inc., San Diego, Calif., is being awarded a $24,788,000 firm-fixed-price contract for Dry Dock 8 electrical distribution upgrade at Norfolk Naval Shipyard.  The work to be performed provides for the upgrade of existing shore power to support the new class of aircraft carriers.  Specifically, this project involves installation of an electrical distribution system, a system capable of providing shore power and industrial power at the dry dock.  The contractor will also be responsible for removal and disposal of the existing power system.  The project includes provisions to support the shore power requirements of the adjacent future pier replacement and provides for all electrical, civil, structural and mechanical work associated with the electrical upgrades.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $24,973,000.  Work will be performed in Portsmouth, Va., and is expected to be completed by December 2015.  Fiscal 2013 military construction, Navy contract funds in the amount of $24,788,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-14-C-8106).

Northrop Grumman Systems Corp., Aerospace Systems, San Diego, Calif., is being awarded a $13,857,607 cost-plus-fixed-fee contract for logistics services in support of the MQ-8B/C Fire Scout unmanned air vehicle.  This work will be performed in Patuxent River, Md. (70 percent), and Pt. Mugu, Calif. (30 percent), and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $13,857,607 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10U.S.C. 2304 (c) (1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0012).

Rockwell Collins Inc., Richardson, Texas, is being awarded a $10,834,820 fixed-firm-price contract for sustaining engineering services in support of the E-6B Mercury aircraft.  This contract includes sustaining engineering services for the Mission Avionics System, the Long Trailing Wire Assembly, the Short Trailing Wire Assembly, the High Power Transmit Set and the Internet Protocol Bandwidth Expansion Phase 4 system.  Work will be performed in Richardson, Texas (60 percent) and Tinker Air Force Base, Oklahoma City, Okla. (40 percent) and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $2,033,000 are being obligated on this award, all 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 (N00019-14-C-0027).

Raytheon Co., Tucson, Ariz., is being awarded a $9,720,715 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-09-D-0005) to exercise an option for the procurement of 210 HARM AGM-88B/C Guidance Sections for the U.S. Air Force (190) and the Government of Germany (20); 25 HARM AGM-88BC Control Sections for the U.S. Air Force (20) and the Government of Germany (5), including associated technical data.  Work will be performed in Tucson, Ariz., and is expected to be completed in August 2015.  Fiscal 2014 operations and maintenance, Air Force and foreign military sales funds in the amount of $8,280,290 will be obligated at time of award, $7,222,105 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Air Force ($8,662,530; 89 percent) and the Government of Germany ($1,058,185; 11 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Drew Marine USA, Inc., Whippany, N.J., is being awarded a $9,202,490 modification under a previously awarded indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders (N00033-12-D-8000) to exercise a one-year option for the worldwide supply, delivery and services for shipboard chemical treatment; foam testing, supply and disposal; industrial gases; and refrigerants for all U.S. naval ships of Military Sealift Command (MSC) and any other vessel specifically identified by MSC.  Work will be performed worldwide and is expected to be completed November 2014.  If all options are exercised this effort will continue through November 2016.  Fiscal 2014 working capital contract funds in the amount of $9,202,490 are being obligated, and funds will expire at the end of that fiscal year.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-D-8000).

The Hana Group Inc., Honolulu, Hawaii, is being awarded a $6,803,449 modification to previously awarded cost-plus-fixed-fee contract (N00178-07-D-5082) to exercise option three for range and business/financial support services.  Work will be performed at Kauai, Hawaii, and work is expected to be completed Dec. 1. 2014.  If all options are exercised, work will be completed by Dec. 1, 2015.  This modification increases the value of the basic task order to a new total value of $27,096,766.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $633,150 will be obligated at the time of award, and funds will expire at the end of the current fiscal year.  This contract was competitively procured using the Navy Sea Port e-procurement portal, with four offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense Contract Services Inc.*, Leander, Texas, has been awarded a maximum $20,790,000 firm-fixed-price contract for non-personal services to perform the operation and maintenance for fuels service center and manage all programs and actions required to support the fuels management flight located on Edwards Air ForceDefense_Logistics_Agency Base, Calif.  This contract is a competitive acquisition, and 14 offers were received.  Locations of performance are Texas and California with a Dec. 31, 2025 performance completion date.  This is a 12-year base contract with one four-year option period.  Using military service is Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5402).

Dixie Chemical Company Inc.**, Houston, Texas, has been awarded a maximum $15,179,076 firm-fixed-price contract for production, storage, and distribution of various types of high density, synthetic hydrocarbon type propellants.  This contract is a competitive acquisition, and three offers were received.  Location of performance is Texas with a Nov. 30, 2018 performance completion date.  This is a five-year base contract with no option year periods.  Using military services are Navy, Air Force, federal civilian agencies and defense contractors.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, San Antonio, Texas, (SPE601-14-D-1502).

Bethel Industries, Inc.**, Jersey City, N.J., has been awarded a maximum $13,967,796 modification (P00014) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1015) with four one-year option periods for combat utility uniform trousers.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are New Jersey and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Short Bark Industries Inc.***, Vonore, Tenn., has been awarded a maximum $10,835,538 modification (P00009) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1005) with four one-year option periods for combat utility uniform blouses.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Tennessee, Puerto Rico, and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Refinery Associates of Texas Inc.**, New Braunfels, Texas, has been awarded a maximum $8,435,714 fixed-price with economic-price-adjustment contract for fuel.  This contract is a competitive acquisition, and seventeen offers were received.  Locations of performance are Texas and United Arab Emirates with a Jan. 30, 2015 performance completion date.  This is a two-year base contract with no option year periods.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0453).

Kandor Manufacturing Inc.****, Arecibo, Puerto Rico, has been awarded a maximum $6,690,641 modification (P00009) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1014) with four one-year option periods for combat utility uniform blouses.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Puerto Rico and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgThe Boeing Co., St. Louis, Mo., has been awarded a $15,500,000 firm-fixed-price modification (P00021) to firm-fixed-price contract (FA8634-12-C-2651) for the procurement of disorientation recovery function capability on the F-15SA aircraft for the Royal Saudi Air Force.  Work will be performed in St. Louis, Mo., and will be completed by Feb. 2, 2015.  Foreign military sales funds for Saudi Arabia in the amount of $2,365,121 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Honeywell International Inc., Clearwater, Fla., has been awarded a $9,997,263 cost-plus-fixed-fee contract for the Pendulous Integrating Gyroscopic Accelerometer (PIGA, a component on the Intercontinental Ballistic Missile).  Honeywell will repair PIGA float assemblies which is an ongoing repair effort.  This effort will produce 96 PIGA floats that will be reinserted within the PIGA float assembly repair line.  The PIGA float is an extremely complex, critical precision sub-assembly that is the heart of the PIGA instrument.  Work will be performed in Clearwater, Fla., and is expected to be completed by Nov. 30, 2015.  This award is the result of a sole-source acquisition.  Fiscal 2014 operations and maintenance funds in the amount of $8,234,569 are being obligated at time of award.  Air Force Nuclear Weapons Center/PZBF, Hill Air Force Base, Utah, is the contracting activity (FA8204-14-C-0002).

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Mich., was awarded a $6,950,520 contract modification (P00025) for contract W56HZV-11-C-C002.  Modification is for an equitable adjustment resulting from the impact of a government stop-work order under the Ground Combat Vehicle Technology Development Phase contract.  Fiscal 2014 research, development, test and evaluation funds were obligated at the time of the award.  Estimated completion date is June 4, 2014.  BidsDepartment of the Armywere solicited via the Internet with three received.  Work location is Sterling Heights, Mich.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency.

City of Monterey, Monterey, Calif., was awarded a $7,024,196 cost contract with options for base operations support services.  Fiscal 2014 operations and maintenance, Army funds in the amount of $3,780,100 were obligated at the time of the award.  Estimated completion date is Nov. 30, 2014.  One bid was solicited and one received.  Work location is Monterey, Calif.  Army Contracting Command, Fort Sam Houston, Texas, is the contracting agency (W9124J-14-D-0001).

TRANSPORTATION COMMAND

600px-US-TRANSCOM-Emblem.svgAmerican Auto Logistics, Limited Partnership, Park Ridge, N.J., is being awarded a $69,000,000 delivery order modification 04 to previously awarded delivery order DAMT01-03-D-0184-0009 to provide Department of Defense-sponsored shipments of privately owned vehicles belonging to military service members and transportation of DOD-sponsored shipments of POVs for DOD civilian employees.  Work will be performed at multiple locations both within and outside of the continental U.S., through March 21, 2014.  Fiscal year 2014 Transportation Working Capital Funds of $69,000,000 are being obligated at the time of modification execution. The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill.

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded an indefinite delivery/indefinite quantity, fixed-price with economical price adjustment contract for dedicated fixed wing services in the Central Africa Region (Uganda, Central Africa Republic, the Democratic Republic of Congo, and South Sudan).  Performance is from Dec. 28, 2013 to Oct. 27, 2015.  Funds will be obligated on individual task orders and are Army operations & maintenance funds.  This contract was a competitive acquisition, and four proposals were received.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-14-D-R026).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

FOR MORE NEWS

BeeNetwork


PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

CONTRIBUTING SOURCE:   Kentucky Procurement Assistance Program

Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030 R — USPSC Senior Democracy Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic 61-2013 010814 Tatiana P Rossova, Personnel Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE: 12/18/2013 CLOSING DATE: 01/08/2014 Gentlemen/Ladies: SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 61-2013 USPSC Senior Democracy 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

720px-USAID-Identity.svg 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 Samuel Matthews, 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, Samuel Matthews Contracting Officer ATTACHMENT TO SOLICITATION NO. 61-2013 1. SOLICITATION NUMBER: 61/2013 2. ISSUANCE DATE: 12/18/2013 3. CLOSING DATE/TIME SPECIFIED FOR RECEIPT OF APPLICATIONS: 01/08/2014 (6 p.m. Almaty Time) 4. POSITION TITLE: USPSC Senior Democracy 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 Kyrgyz Republic is a small, landlocked and mountainous country of Central Asia with a population of just over 5.5 million people. It is the second-poorest country in Central Asia, with one-third of the population living below the poverty line. In the aftermath of the April 2010 violent change in government and the ethnic conflict in the south of the country in June 2010, the Kyrgyz Republic is emerging from a deep political and economic crisis. Significantly, the Kyrgyz Republic was also the first Central Asian state to experience a peaceful and democratic transition of presidential power in 2011. The success of its citizens in building a prosperous, democratic country could have important implications for all of Central Asia. Despite the country’s progress, impediments to development remain, including widespread corruption, low foreign investment, and a high unemployment rate. Approximately one-third of the Kyrgyz Republic’s workforce is employed abroad, reducing the available pool of qualified labor. The implementation of democratic and key economic policy reforms remains a challenge, and limited energy resources and low agricultural productivity contribute to insufficient economic growth. Nevertheless, the country is moving towards a more stable and representative democratic government that could be a regional model. In collaboration with the Government and people of the Kyrgyz Republic, USAID assistance has helped the country achieve substantial progress in the areas of economic growth, democratic governance, health care reform, improvement of basic education and agricultural development. Kyrgyzstan’s success or failure in its efforts to achieve successful democratic transition will have long-term ramifications for how democracy is viewed in this country and the broader region. 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 has been active in the Kyrgyz Republic since 1992 when it established a USAID Country Office which was managed by USAID’s Regional Mission in Almaty, Kazakhstan. Following the political crisis in 2010, and in recognition of the Kyrgyz Republic’s importance to US foreign policy goals as well as the key role the country plays in serving as a model for democratic development in the region, USAID elevated the status of the USAID/Kyrgyz Republic Office to a full USAID Mission in summer 2013. Currently, the USAID/Kyrgyz Republic Mission is USAID’s newest Mission headquartered in Bishkek with a sub-office in Osh, Kyrgyz Republic. USAID/Kyrgyz Republic (USAID/KR) is responsible for managing 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, five U.S. Personal Service Contractors (USPSCs), and 17 Foreign Service Nationals (FSNs). 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 government 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. B) BASIC FUNCTIONS The incumbent serves as the Democracy Specialist in the USAID/Kyrgyz Republic Mission and reports to the Supervisory Democracy Officer. S/he serves as a Mission expert in providing technical leadership and support for a range of democracy, governance, and conflict mitigation issues related to the ongoing democratic consolidation in the Kyrgyz Republic. The incumbent provides substantive input in the design, implementation and monitoring of projects in these areas, involving a full range of project and program design, management, oversight, activity monitoring, data collection, political analysis and evaluation of the democracy, governance and conflict mitigation portfolio in the Kyrgyz Republic. In this role, the Democracy Specialist must be able to employ his/her knowledge of political, social and cultural developments in the Kyrgyz Republic, as well as possess a background in diverse democracy and governance programming, including rule of law, human rights, media, civil society, parliamentary, local government, elections, political party, conflict mitigation, youth, religion, trafficking-in-persons, and gender development. The Democracy Specialist must be able to effectively develop and cultivate cooperative working relationships with local and international non-governmental organizations (NGOs) and implementing partners, international donors, and government partners in the Kyrgyz Republic. In addition, the employee works closely with and coordinates USAID programs with the interagency partners in the U.S. Embassy Bishkek. The Democracy Specialist also supports rapid response to requests from the Ambassador and others related to USAID programs and program areas and serves as a key advisor to the Embassy staff on democracy, governance and conflict-mitigation-related issues. The incumbent supervises the democracy, governance and conflict mitigation-related activities of three foreign service national (FSN) Project Management Specialists. The Democracy Specialist, together with the Supervisory Democracy Officer, provides training, mentorship and feedback on performance for the four FSN staff. The range of responsibilities and functions are outlined below. C) MAJOR DUTIES AND RESPONSIBILITIES S/he will serve as a high level decision-maker and provide guidance and recommendations to senior USAID and U.S. Embassy staff. The incumbent will take part in all parts of program life from concept development to implementation, evaluation, and close out. Duties and responsibilities include but are not limited to the following: 1) Program Development and Management (50%) The Specialist will play a leading role in the design, oversight, and management of assistance programs to achieve USAID/KR strategy objectives and intermediate results of the democracy, governance, and conflict mitigation portfolio. In fulfilling these duties, the incumbent develops, oversees, manages, and evaluates health sector development programs. S/he will supervise CORs, AORs, and activity managers for USAID activities in the Kyrgyz Republic and serve as COR, AOR and/or activity manager for selected activities. The Specialist will provide guidance and direction for proposals and implementation of grants, contracts, and cooperative agreements. S/he will assist implementing partners to ensure understanding of the performance monitoring system and their role in the process and advises them on specific measurement techniques appropriate for their programs. The incumbent will develop concept papers, project authorizations, and project amendments, in line with agency regulations and guidance and will lead or be a key member oftechnical selection committees for the award of procurement instruments. Designing programs in line with the USAID/KR strategy will require the incumbent to monitor, analyze, and report on political and social conditions in the Kyrgyz Republic to assess assistance needs and priorities. The incumbent will provide support for monitoring and evaluation of democracy and governance sector programs, this will include the plan and design of evaluation instruments as needed to make informed program design and management decisions. S/he will conduct or lead data gathering, research and analysis, and dialogue with counterparts necessary to inform program design decisions. The incumbent will also evaluate the costs, benefits and effectiveness of projects. The Specialist will also support the development of the Democracy and Governance section in the Operational Plan, Performance Monitoring Plan, and other key documents. Technical Advice and Special Projects (25%) The Specialist will be a senior advisor to USAID and other USG agencies on democracy and governance sector development issues in the Kyrgyz Republic and will actively foster and facilitate USG interagency collaboration and cooperation. S/he will perform a variety of duties related to special projects involving the ongoing democratic consolidation in the Kyrgyz Republic. In particular, the Democracy Specialist will lead USAID or USG discussions related to rule of law, human rights, and media sector reforms in the Kyrgyz Republic. The incumbent will participate in regular and ad hoc donor and government coordination meetings and will provide expert technical advice to all stakeholders on these and other sectoral issues as well as advising USAID and US Embassy senior management on appropriate actions. The incumbent will represent USAID as a technical specialist to a variety of formal and informal coordination groups, including but not limited to the Development Partners Coordination Council (DPCC) and Government of Kyrgyzstantechnical working groups. As needed, s/he may be asked to represent USAID at meetings with other donors and the Government of the Kyrgyz Republic. When required, the Specialist will also prepare technical white papers, implementation and action plans, progress reports, press release, public speeches, and professional correspondence on democracy and governance topics. As relevant, the Democracy Specialist will also conduct research and advise other sector teams to inform strategy and program design and management. S/he will work with other offices within the Mission to generate synergies and complementary activities. Mentorship (25%): A crucial piece of the incumbent’s job will be mentoring local staff. S/he will advise, train and otherwise support the career development of professional staff responsible for managing democracy and governance sector activities. S/he will contribute to and oversee the development of sub-sectoral technical competencies among DGO staff in strategy and activity development and program monitoring and evaluation. E) REQUIRED QUALIFICATIONS: 1) Prior Work Experience: This is a position that requires maturity and a minimum of seven years of progressively responsible experience in management of democracy and governance programs, grants, or cooperative agreements, with a proven track record of programmatic accomplishment and professional achievement, demonstrating the ability to function in complex, frequently changing political and economic conditions. At least five years of effective international program development/management experience while residing in a transitional or developing country. At least three years of successful leadership experience in a team environment. Demonstrated expertise in management and evaluation of programs, with extensive knowledge of USAID/State regulations governing all areas of program development and procurement is highly desired. Experience in USAID or knowledge of USAID systems highly desirable. Experience managing programs in Central Asia and the Kyrgyz Republic specifically is preferred. 2) Knowledge, Skills, and Abilities: Excellent project management skills; strong analytical and writing skills as evidenced by previous experience and a writing sample. Exceptional leadership and interpersonal skills and demonstrated ability to work effectively in a collegial and persuasive fashion in a team environment to achieve consensus on policies, activities and administrative matters. The incumbent must have fulfilled mentorship roles in the past and have the strong skills necessary to support team members’ development. Technical knowledge of rule of law, human rights, and media sector development in transitional countries is desirable. Strong 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; and to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team. The incumbent must be fluent in English (working knowledge of Russian or Kyrgyz is preferred but not required) and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including technical reports. S/he must have demonstrated ability to produce professional quality statements of work, white papers, and other professional documents in the specified technical areas. The incumbent 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. 3) Teamwork/Interpersonal Skills: Exceptional leadership, communications and inter-personal skills. Ability to develop and maintain high-level, effective relationships with a broad range of host country government officials or NGO counterparts, USAID partners, and other donor organizations. Ability to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team, and to manage staff dedicated to providing flexible technical assistance to key government/civil society counterparts. Technical skills are not sufficient to be selected for this position, as candidates are required to convincingly relate how their experience demonstrates their ability to mentor and develop staff within team environments. 4) Education: A minimum of a Master’s Degree in a relevant development-related field (eg: public policy, foreign affairs, law, or other). F) OTHER REQUIREMENTS 1) Must be an U.S. Citizen and possess or be able to obtain a U.S. Government-issued security clearance at the level of SECRET. 2) Must be able to obtain a State/Med medical clearance to serve in the Kyrgyz Republic. 3) Must be available and willing to commit to the Contract Performance Period of 24 months; 4) Available and willing to work additional hours beyond the established 40-hour workweek and outside established Monday-Friday workweek, as may be required or necessary; and 5) Must be willing to travel throughout the Kyrgyz Republic and occasionally to other countries in Central Asia. G) SELECTION CRITERIA: Prior Work Experience: 20 points Knowledge, Skills and Abilities: – Project Management, analytical and writing skills: 25 points – Knowledge of democracy and governance sector issues and best practices: 25 points Teamwork/Interpersonal and Communications Skills: 20 points Education 10 points Bonus: Good Working Knowledge of Russian or Kyrgyz Language 5 points Total: 105 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) January 8, 2014. 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/KR (through USAID/CAR) expects to award a personal services contract for an off-shore or resident-hire US Citizen for a two-year period commencing as early as practically possible 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 http://www.usaid.gov/kyrgyz-republic 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 (DSSR Section 120). (B) Living Quarters Allowance (DSSR Section 130). (C) Post Allowance (DSSR Section 220). (D) Supplemental Post Allowance (DSSR Section 230). (E) Separate Maintenance Allowance (DSSR Section 260). (F) Education Allowance (DSSR Section 270). (G) Education Travel (DSSR Section 280). (H) Post Differential (DSSR Section 500). (I) Payments during Evacuation/Authorized Departure (DSSR Section 600), and (J) Danger Pay (DSSR Section 650). LIST OF REQUIRED FORMS FOR PSCs 1. Optional Form 612. **2. Medical History and Examination (DS-1843). **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 Bishkek KG URL: https://www.fbo.gov/spg/AID/OM/ALM/61-2013/listing.html OutreachSystems Article Number: 131219/PROCURE/0069 Matching Key Words: writ*; technical;  Department of the Air Force, Pacific Air Forces, 18 CONS – Kadena, Unit 5199 Kadena AB, APO Japan AP 96368-5199 356px-Seal_of_the_US_Air_Force.svgU — High Stakes Negotiation Training FA5270-14-Q-0003 122313 Tessa L. Durant, Phone 3156347506, Email tessa.durant@us.af.mil – Anthony W. Mattera, Contract Specialist, Phone 6341851, Email anthony.mattera@us.af.mil (i) 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. (ii) The solicitation, FA5270-14-Q-B003 is being issued as a request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-71. (iv) This procurement is being issued as FIRM FIXED PRICE, and NOT set-aside. North American Industrial Classification Standard (NAICS)code is 611430 (v) See attachment for a list of contract line item number and items, quantities and units of measure. (vi) See attachment for description of requirements for the items to be acquired. (vii) See attachment for date and place of delivery and acceptance and FOB point. (viii) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition, applies to this acquisition. There are no addenda to the provision. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Delivery and Price (x) The clause at 52.212-3, Offeror Representations and Certifications — Commercial Items, along with Alternate I. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item applies to this acquisition. In addition, the following provisions and clauses apply under FAR 52.212-5 FAR: 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; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.223-15 Energy Efficiency in energy-Consuming Product; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer–Central Contractor Registration; 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation 252.204-7004 Alt A System for Award Management; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7008 Assignment of Claims (Overseas); 252.247-7023 Alt III Transportation of Supplies by Sea (xiii) Addendum to FAR 52.212-4: Requirements Relating to Compensation of Former DoD Official (IAW DFAR 252.203-7003) ; Electronic Submission of Payment Requests (IAW DFAR 252.232-7003); Transportation of Supplies by Sea, Alternate III (IAW DFAR 252.247-7023). 252.225-7042 Authorization to Perform (1) FAR 52.212-4 paragraph (k), is changed to read: TAX EXEMPTION CERTIFICATE The contractor will submit requests for gasoline or diesel oil tax exemption certificates to the Contracting Officer. This request will show the actual amount of gasoline or diesel oil used exclusively for the performance of this contract, with documentary evidence and detailed item breakdown to certify the accurate consumption o gasoline or diesel, or other necessary information and data as may be required. The Contracting Officer will issue to the contractor a Tax Exemption Certification for the actual amount of gasoline or diesel oil used exclusively for the performance of this contract. The contractor shall claim all tax and customs exemptions as listed in paragraph “EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT”. EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT (a) Paragraph 2, Article XI of the Status of Forces Agreement between Japan and the United States, authorizes the United States entry into Japan free from Japanese customs duties and all other charges on materials, supplies and equipment imported for the official use of the United States Armed Forces or for the exclusive use of such forces or ultimately to be incorporated into articles or facilities used by such forces. (b) Paragraph 3, Article XII of said Status of Forces Agreement, authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces. Currently, these taxes are: (1) Gasoline tax and local road tax on gasoline; (2) Diesel oil tax; (3) Liquefied petroleum tax, and (4) consumption tax. (c) If you are the successful offeror, the Contracting Officer or his authorized representative will issue customs or tax exemption taxes in accordance with procedures agreed upon between the Government of Japan and the United States of America. Tax exemption certificates for either at the end of each month or upon termination of the contract. These can be applied against future purchases of motor fuel. They will be issued only to you as the prime contractor, so, if you employ a subcontractor or supplier who uses motor fuel, you must purchase the motor fuel to secure the exemption. (d) List below the customs duties or taxes which have been excluded from your proposal as required by the Taxes Clause. Contractor must claim all customs and tax exemptions to which the U.S. Government is entitled. Type of Commodity and Amount of Duty or Tax Percentage of Tax Excluded in Yen (¥) (1) Customs Duties _________ _________ (2) Taxes: (a) Gasoline tax and local road tax on gasoline ___________ _________ (b) Diesel oil tax ________________ __________________ (c) Liquefied petroleum tax _______________ __________________ (d) Consumption tax ________________ __________________ FAR 52.212-4 paragraph (t), is changed to read: REQUIRED INSURANCE (In addition to that required by Japanese Law) (a) The Contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance on each vehicle used by the Contractor at the work site: Type: Automobile Property Damage Insurance Amount: ¥3,000,000 or Dollar equivalent Bodily Injury Insurance Amount: ¥30,000,000 or Dollar equivalent All vehicles must be properly inspected/insured in accordance with Japanese Compulsory Insurance (JCI) requirements. (b) Prior to the commencement of work hereunder, the Contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the U.S. Government in such insurance shall not be effective for such period as may be prescribed by the laws of the state in which this contract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer. (c) The Contractor agrees to insert the substance of this clause, including this Paragraph (c) in all subcontracts hereunder. (End of provision) FAR 52.212-4 paragraph (u), is changed to read: In accordance with FAR 52.233-2 SERVICE OF PROTEST (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 18 CONS/LGCB Unit 5199, Bldg 95, Kadena AB APO, AP 96368 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) (w) AFFARS 5352.201-9101 – Ombudsman (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 interested 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsman, CMSgt Gene L. Eastman, HQ PACAF/A7KP, Hickam AFB, HI 96853-5427, Phone Number (808) 449-8567, Facsimile Number (808) 449-8572, Gene.Eastman@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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. (End of clause) (x) 5352.242-9000 – Contractor Access to Air Force Installations (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (y) Wide-Area Work Flow Clause (WAWF) SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet athttps://wawf.eb.mil/ . Before using WAWF, ensure your company’s Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren’t, changes can be made to your company’s CCR profile at http://www.ccr.gov. Click on “Update” or “Renew” using “TPIN”. CCR customer support can be reached at 1-888-227-2423. If your company’s electronic businesses POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask to establish a group for your company’s CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Air Force Pacific at 011-81-3117-55-3068. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create one of the following: [ X ] “2-n-1 format” for services only [ ] “Invoice and Receiving Report (Combo) [ ] “Invoice ” for medical supplies [ ] “Construction Invoice” for construction THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5270 ADMIN DODAAC: FA5270 INSPECT BY DODAAC: W91NJ2 SERVICE ACCEPTOR: W91NJ2 “SHIP TO” DODAAC: W91NJ2 PAY OFFICE DODAAC: F68800 ADDING CLINs To input the line item for the invoice, the following codes will be required to Add CLIN/SLIN: Structure your CLINs as follows: Example: Item No. 0001 Stock Part No. Type SUP Qty provided 5062 Unit GL Unit Price $2.00 Description LP Gas ACRN AA Final Payment Y Final Invoice Y INVOICE SUBMISSION Return to the Header tab, then click ‘Create Document’. This will then bring up the completed invoice for review. Once reviewed for accuracy, click ‘SUBMIT’. The Receiving Report document will appear and will look similar to the invoice. Click ‘SUBMIT’; this will bring up a screen that will identify the email addresses the newly-created documents will be sent. Just above the ‘Return’ and ‘Page Help’ buttons, you will see “Send More Email Notifications”. Notice to Contractor: WAWF will prompt asking for ‘additional e-mail submissions” after clicking “SIGNATURE”. The following E-Mail addresses MUST be input in order to prevent delays in processing: Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 18 CONS.WAWF@kadena.af.mil SERVICE ACCEPTOR/INSPECTOR: steven.j.thompson@soc.mil CONTRACT ADMINISTRATOR: tomoko.hanashiro.jp@us.af.mil Mark “SEND” for each, then “SUBMIT”. Also, see attachment for additional contract requirement or terms and conditions (xiv) There is no assigned DPAS rating. (xv) See attachment for the date, time and place offers are due. (xvi) See attachment for the name and telephone number of the individual to contact for information regarding the solicitation. Place of Performance: Bldg #100, Torii Station, Okinawa, Japan JP URL: https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-14-Q-0003/listing.html OutreachSystems Article Number: 131218/PROCURE/0069 Matching Key Words: documentar*;  Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, Bldg 2174 13 1/2 Street, Fort Campbell, KY 42223 R–OPTION – Locate utility conduit services, Fort Campbell, KY W91248-14-T-0003 122713 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243,Department of the Army 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 supplemented with additional information included in this notice.The solicitation number is W91248-14-T-0003 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 2005-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 541370 with a small business size standard of $14.00M.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 2013-12-27 13:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Fort Campbell, KY 42223 Place of Performance: Fort Campbell, KY 42223 42223 US URL: https://www.fbo.gov/notices/d048e4c5348a028f5763b5f4b7316534 OutreachSystems Article Number: 131212/PROCURE/0063 Matching Key Words: age:state!ky; state!ky;  Department of Energy, Federal Locations, All DOE Federal Contracting Offices, U.S. DOE/NETLPittsburgh Campus626 Cochrans Mill RoadPO Box 10940PittsburghPA15236-0940US 212px-US-DeptOfEnergy-Seal.svgR–Mission Execution and Strategic Analysis DE-SOL-0005388 Michael S. DeStefano The U.S. Department of Energy (DOE), National Energy Technology Laboratory (NETL), intends to issue a competitive request for proposal (RFP), DE-SOL-0005388, as a 100% small business set-aside for Mission Execution and Strategic Analysis (MESA) Services. Proposals will only be accepted from eligible small business sources under Federal Acquisition Regulations (FAR) Subpart 19.5. Anticipated work assignments for this service contract would support activities across all NETL sites, with primary on-site presence in Morgantown, WV and Pittsburgh, PA and include travel to other DOE locations. The resulting contract will be a cost-plus award-fee contract with a base performance period of three years, with one two-year option for a potential five year total period of performance. The anticipated award date for the resulting contract will be in September 2014 with an effective date of November 2014. The services sought are to provide quality and timely technical and associated administrative support services, for both program and project planning, execution, monitoring, and assessment, and also for high quality, credible analyses of the entire economic value chain of energy; from resource assessment, extraction, and transport, to conversion, distribution, and end-use. Mission Execution services will be comprised of: technology, regulatory, and policy information compilation; technical writing; graphics development; meeting planning and facilitation; technical proposal review; peer review planning and logistical support; roadmapping support; basic project, portfolio, and program assessments; data management and process improvement; international activities support, and National Environmental Policy Act (NEPA) support. Strategic Analysis services require expertise in scientific, engineering, business, economic, energy market, and policy-related disciplines, in order to s upport, implement and conduct various analyses, modeling, appraisals, and assessments that fulfill complex programmatic, regulatory, and policy requirements. The required technical expertise encompasses: process and cost engineering; financial analysis; environmental life cycle analysis; economic, market, and regulatory analysis, technology deployment and program benefit analysis; energy infrastructure analysis, and subsurface (geologic) analyses. The North American Industrial Classification System (NAICS) code for this effort is 541330 with a small business size standard of $35.5 million. All responsible small business sources may submit a proposal, which shall be considered by the agency. A draft of RFP DE-SOL-0005388 is anticipated to be available for downloading during January 2014 on FedBizOpps (https://www.fbo.gov/) and FedConnect (https://www.fedconnect.net/Fedconnect/). Interested parties may submit comments on the draft RFP in accordance with the instructions provided with its release. Subsequently, the final RFP DE-SOL-0005388 (as revised based on comments and determinations made from the draft) is anticipated to be available for downloading during February 2014 on FedBizOpps (https://www.fbo.gov/) and FedConnect (https://www.fedconnect.net/Fedconnect/). Once the final RFP is issued, the proposal and all questions must be submitted electronically through FedConnect. Only those questions posted to FedConnect will be accepted. Prospective Offerors 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 via telephone. The Contracting Officer must receive questions regarding the RFP via FedConnect no later than ten business days prior to the established due date. The Government reserves the right to not respond to any questions received after this timeframe. All responses to the RFP questions will be released on FedConnect referencing the RFP number, with copies of the questions, without reference to the originating sources. This is an electronic RFP; therefore, no hard (paper) copies of the RFP and related documents will be made available. Once the RFP is posted, you will be able to find the RFP by clicking on ?Search Public Opportunities? and search by the RFP Number, DE-SOL-0005388. Please bookmark this page and check it frequently for updates to the RFP. 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 the RFP. To do so, you will need to click on the ?Register to Receive Notifications? button under ?What do I do now?? If a representative 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. Information regarding how to submit information via FedConnect can be found at https://www.fedconnect.net. Please note – FedConnect is owned and operated by Compusearch Software Systems Inc., not by the DOE 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. URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0005388/listing.html OutreachSystems Article Number: 131211/PROCURE/0046 Matching Key Words: writ*; technical; standard; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299 99 — METAL DOORS H92244-14-T-0057 123113 Josephine Ocampo, Phone 757-862-9470, Fax 757-862-9478, Email josephine.ocampo@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 being160px-Special_Operations_Specops_Army.svg issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0057, 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 2005-71 effective 25 Nov’13. This procurement is 100% smal 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 2’6″ x 6’8″ metal doors, right hand opening in with entrance lock set, (1) 18 gauge standard frame, reinforced with a 12 gauge galvanized 2″ flange, locking slide bolts and a 1″ tube frame exterior door (gate) opening out, with a 16 gauge steel half panel, hinged to opposite side of frame with a locking slide bolt. One (1) Master Lock SLNC0126D34Ule series or equal Qty – 25 ea CLIN 1001 2’6″ x 6’8″ metal doors, right hand opening in with entrance lock set, (1) 18 gauge OPTION standard frame, reinforced with a 12 gauge galvanized 2″ flange, locking slide bolts and a 1″ tube frame exterior door (gate) opening out, with a 16 gauge steel half panel, hinged to opposite side of frame with a locking slide bolt. One (1) Master Lock SLNC0126D34ULE series or equal. Subject to FAR 52.232-18 Availability of Funds Qty – 25 ea CLIN 1002 2’6″ x 6’8″ metal doors, right hand opening in with entrance lock set, (1) 18 gauge OPTION standard frame, reinforced with a 12 gauge galvanized 2″ flange, locking slide bolts and a 1″ tube frame exterior door (gate) opening out, with a 16 gauge steel half panel, hinged to opposite side of frame with a locking slide bolt. One (1) Master Lock SLNC0126D34ULE series or equal. Subject to FAR 52.232-18 Availability of Funds Qty – 25 ea F O B Destination 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 52.203-8 Cancellation, Rescission and Recovery of funds for illegal or Improper Activity (for Non Commercial) Jan 1997 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 52-209-1 Qualifications Requirements Feb 1995 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013 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 Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Jul 2013 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug 2013 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2013 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Sep 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 – System for Award Management Jul 2013 FAR 52.232-36 Payment by Third Party Jul 2013 FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-7 Indemnification and Medical Liability Insurance Jan 1997 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 252.204-7004 Alt A Alternate A System for Award Management May 2013 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 Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 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) Jun 2013 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 athttp://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 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Apr 2012 FAR 52.222-22 Previoous 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 DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Aug 2007) Jun 2005 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, 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: 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 31 Dec’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/H92244-14-T-0057/listing.html OutreachSystems Article Number: 131211/PROCURE/0346 Matching Key Words: film?; produc*; you; tube; website; business*; event?; instruct*; commercial?;  Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006 Washington DC 20523 720px-USAID-Identity.svgR — USPSC Democracy Officer – Elections SOL-OCR-14-000002 122313 Travis Axton, Phone 2027066115, Email raxton@usaid.gov Request for Personal Service Contractor USAID Office of Civilian Response Position Title: Democracy Officer – Elections (Multiple Positions) Solicitation Number: SOL-OCR-14-000002 Salary Level: GS-14 Equivalent Hourly Rate: $40.58 – $52.76 (Equivalent Daily Rate: $324.64 -$422.08) Issuance Date: December 9, 2013 Closing Date: December 23, 2013 Closing Time: 5:00 P.M. EST Dear Prospective Applicants: The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens to provide personal services overseas as a Democracy Officer – Elections under a personal services contract, as described in the attached solicitation. The Office of Civilian Response (OCR) is hiring a Democracy Officer – Elections who will be U.S. Personal Services Contracts (USPSCs) on intermittent contracts providing support when changed circumstances in a country necessitate an increase in staffing or additional specialized skills. The USPSCs will be a part of OCR’s “Firehouse” and those serving in the Firehouse must be prepared to work abroad in USAID missions and embassies, often with little time for preparations. Deployments can be for any period of time from 2 months to almost a full year. Submittals must be in accordance with the attached information at the place and time specified. Applicants interested in applying for this position MUST submit the following materials: 1 Complete resume. In order to fully evaluate your application, your resume must include: (a) All full time paid positions, job title, location(s), and dates held (month/year), for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Please specify unpaid or part time work. Unless stated otherwise, part-time hours will be prorated at 20 hours worked per week. Unpaid, part-time and any experience that does not include dates (month/year) and locations will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) for all supervisors within the last 10 years. (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) Country of Citizenship. 2 A one page narrative demonstrating how you are qualified for the position. The narrative should take into consideration the selection criteria, describing your experience, training, education and/or awards you have received that are relevant to the position. If the narrative exceeds one page the additional pages will NOT be reviewed or evaluated. Additional documents submitted will not be accepted. Incomplete or late applications will not be considered. Your complete resume and one page narrative addressing the selection criteria must be mailed, delivered, faxed, or emailed to: GlobalCorps 529 14th Street, NW, Suite 700 Washington, DC 20045 E-Mail Address: raxton@usaid.gov and dgelections@globalcorps.com Facsímile: (202) 280-1184 Applicants can expect to receive a confirmation email when application materials have been received. Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to: Travis Axton Telephone Number: (202) 706-6115 E-Mail Address: raxton@usaid.gov Website: http://www.globalcorps.com Facsímile: (202) 280-1184 Sincerely, Michael Clark Contracting Officer Solicitation for U.S. Personal Service Contractor (USPSC) Democracy Officer – Elections (Multiple Positions) 1. SOLICITATION NO.: SOL-OCR-14-000002 2. ISSUANCE DATE: December 9, 2013 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: December 23, 2013 5:00 pm EST 4. POSITION TITLE: Democracy Officer – Elections 5. MARKET VALUE: GS-14 equivalent hourly/daily rate ($40.58 – $52.76/$324.64 -$422.08- not eligible for locality pay). Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background. Salaries over and above the top of the pay range will not be entertained or negotiated. 6. PERIOD OF PERFORMANCE: One (1) year, with four (4) option years STATEMENTS OF LIMITATIONS ON PERIOD/PLACE OF PERFORMANCE AND BENEFITS: The purpose of this contract is to establish an employee/employer relationship with the contractor to perform services overseas on a temporary, on-call basis as part of the Bureau for Democracy, Conflict, and Humanitarian Assistance (DCHA) / Office of Civilian Response (OCR) “Firehouse.” The Personal Services Contractor(s) hired under this contract will provide up to a maximum of 250 workdays of services on an annual basis. The specific projects, as well as dates, number of days and locations to be worked will be determined by mutual agreement between the contractor and his/her OCR supervisor according to requests made to OCR by USAID overseas missions. This is an intermittent USPSC solicitation. There is no obligation by OCR to provide assignments for a minimum number of days, and the contractor will be free to provide “blackout” dates during which he/she will not be available to accept assignments. Upon identification of a temporary need within the scope of work, OCR will contact the contractor and provide the following information: 1. Date contractor is needed to report to OCR or assignment in the field 2. Duration of Assignment 3. Place of Performance The contractor will notify OCR whether he/she is available for the assignment within two business days. At the time the contractor accepts the assignment, he/she is expected to commit for the duration of the assignment. While the contractor will be required to commit to a certain time period, it is understood that the exigencies of a crisis may require the assignment to be curtailed or extended (not to exceed 250 days per year). The contractor shall notify OCR at the time of commitment if his or her existing schedule would preclude an extension. Notification of schedule conflicts shall not necessarily disqualify the contractor from the assignment, but will simply assist OCR in recruiting a replacement. Subsequently, if unforeseen circumstances arise, and the contractor needs to curtail the assignment and leave post, the contractor must receive approval from OCR and the Mission prior to departure. As services provided by the contractor are on a temporary, on-call basis, health and life insurance reimbursements will be provided on a prorated basis based on the number of days during which the contractor actually provides services. 7. PLACE OF PERFORMANCE: Overseas There may be an initial orientation and training program in Washington, D.C. This may include formal classroom training, online training, on-the-job training and security training. After completion of appropriate training, the Democracy Officer – Elections will be considered available for overseas assignment. 8. STATEMENT OF WORK POSITION DESCRIPTION Background USAID’s Office of Civilian Response (OCR) is seeking highly motivated, highly qualified individuals who want the opportunity to help support USAID missions abroad when faced with a natural disaster, political crisis, internal conflict or otherwise in need of surge staff support due to some unforeseen circumstance. Created in 2008, OCR provides crisis staffing to USAID missions throughout the world with a full range of specialized expertise. Since then this office has provided over 20,000 days of mission support in deployments to countries such as Libya, Tunisia, Kyrgyzstan, Sri Lanka, Burma, Honduras, Somalia, South Sudan, Democratic Republic of Congo, and many other countries. As a member of OCR’s team of crisis responders, you would be available at short notice to bring to USAID missions your specialized skills in support of a mission’s response to a crisis. USAID is striving to become an even more nimble and agile organization when responding to crises. Countries experiencing a significant political transition in the midst of a crisis or emerging from civil conflict have unique needs that cannot always be fully addressed by a traditional USAID mission staffing yet timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed state. OCR plays a unique role in USAID by ensuring the USAID mission has sufficient staff with the right skills during those critical golden hours. To respond quickly and effectively and meet USAID mission needs, OCR retains a group of high level professionals and experts under (USPSCs) as part of a “Firehouse”. These knowledgeable and skilled professionals are rapidly available to missions to expand their capacity, augment their existing capability, fill in gaps, replace evacuated staff, or in some cases project USAID presence to field sites or non-presence countries. OCR staff provide specialized skills in a range of areas from contracting to communications, program design, election monitoring, project management, development outreach, reporting, and strategic planning, and others. As a member of the “Firehouse” you would play a crucial role in supporting USAID programs at a time when their success is most critical. USPSCs are considered employees of USAID for all purposes except programs administered by the Office of Personnel Management (OPM) – such as federally sponsored health insurance, life insurance, and retirement benefits. However, there are several other similar benefits that USPSCs may participate in, such as partial reimbursement for health and life insurance costs, as well as full coverage of workers’ compensation, among other benefits. For more complete information on USPSC benefits, please see page 12 of this solicitation. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY INTRODUCTION This position calls for an experienced elections expert with the presence, knowledge and the leadership skills to serve for the Office of Civilian Response at select USAID Missions abroad. The incumbent will be responsible to liaise with senior management officials at the State Department, the US Regional Missions, USAID/ Washington and with the U.S. Ambassador or his/her Representative, other agencies of the US Government, international organizations, and the non-government community abroad as well as senior local government officials. The incumbent must be skillful in determining the appropriate approach in negotiating and persuading others, and in establishing rapport in order to gain and relay information to key decision makers. The incumbent may be responsible to visit program sites, outside the primary office setting and to act according to USG protocol and regulations. The applicant should be a specialist in elections with experience in developing countries and post-conflict situations, related to the design documentation, management, negotiation, and coordination of elections and political processes, in areas including but not limited to election administration, electoral integrity, electoral and legal process reform, national dialogue and consensus building, civic and voter education, political finance, political competition, political violence, and political party development. DUTIES AND RESPONSIBILITIES While each deployment is different, the elections expert is responsible for the following types of activities and/or programs: designs, documents, implements, and evaluates Mission-specific democratic development, elections, and political processes programs or projects; researches and prepares a variety of written materials, serves astechnical expert and authority for the planning, management and coordination of elections support and political processes programs; identifying key issues and constraints in fragile or unstable political environments; working with other interagency partners, international actors, host government institutions and civil society, and implementing partners to ensure USG policy is met. The incumbent must be comfortable making sound, independent judgments with little supervision once given the general framework within which to work. Judgment and ingenuity is required to interpret policy and program guidelines. Incumbent will have formal decision making authority within a broad program area. He/she will have wide latitude to independently plan, develop and carry out activities or changes to activities. The applicant must be able to adapt quickly to different Missions and to be able to provide authoritative expert advice. The work typically requires formal responsibilities for leading teams, guiding and coordinating the work of other professional or technicalstaff. The Democracy Officer- Elections will be responsible for: • Participating in review of elections and political processes projects and program; providing leadership in the design and development of new programs. • Reviewing and approving completed feasibility studies. • Advising on assessments, strategy development and prioritization, program design, budget planning, technical inputs for procurements, implementation, monitoring, reporting and evaluation of political processes programs by USAID and as part of donor basket funds. • Overseeing, coordinating, and evaluating selected program operations for the Mission. • Undertaking the planning, design, development, negotiation and implementation of projects as needed and possibly serving as COR for select contracts and grants. • Assisting with the management and oversight of grants, contracts, and purchase orders for which USAID is responsible. • Managing or participating in conflict assessments, and supporting any whole-of-government planning. • Preparing correspondence, memoranda, press releases, or other documents relevant to program activities and prepares speeches, briefing/background papers, and statements/talking points as needed. • Working collaboratively with culturally and demographically diverse populations; working with Mission and Embassy leadership, other donors, and program or technicaloffices with a team focus. • Advising on the development of a legal framework of elections, voter registration processes and procedures, election procedures and balloting design and equipment. • Developing voter and civic education campaigns. • Advising on voter access, particularly for voters with special election related needs or constraints such as IDPs, women and minority ethnic groups. SUPERVISORY RELATIONSHIP: The Democracy Officer- Elections will take direction from and will report to the Deputy Director of OCR or his/her designee, and while on assignment, to a mission-based supervisor designated by the OCR Deputy Director. SUPERVISORY CONTROLS: During deployment, the mission supervisor will set overall objectives and provide technical direction and day-to-day supervision. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished subject to mission approval and consistent with mission objectives, policies, and protocols. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision while remaining in line with agreed upon work plans and overall mission objectives. For the purpose of contract, personnel, training or general administrative matters, the OCR Deputy Director or his/her designee will provide direction and oversight. 10. PHYSICAL DEMANDS Firehouse members must obtain a Class 1 State Department medical clearance. OCR Firehouse members may be in positions overseas that lead to unusual mental stress, and may require arduous physical exertion, by prolonged standing, by riding in and getting out of vehicles, and by operating manual or stick-shift motor vehicles. The duties may require: entering and maneuvering in facilities accessible only by stairs, long flight times, and carrying heavy baggage and items (over 30 pounds). The incumbent must be able to operate in an environment that requires endurance and ability to evaluate surroundings. Applicants must be physically and mentally capable of performing these functions efficiently and safely. 11. WORK ENVIRONMENT Work is primarily performed in an office setting, though the contractor is likely to be assigned to areas where site visits and extraordinary travel time is involved and that may entail working out of temporary duty residences or hotel rooms. The contractor will travel as a U.S. government employee and is subject to Chief of Mission authority. As such, the contractor will be expected to conform to all embassy and/or USAID mission policies and procedures at his or her assignment location regarding housing, work hours, diplomatic protocols, and security. The contractor may be required to staff field offices or other locations off-site of the USAID mission or embassy. Many of the overseas environments in which the contractor may be required to work present a health risk such as: extreme air pollution, lack of potable water, or presence of waterborne and other communicable diseases. Special safety and/or security precautions, wearing of protective equipment, exposure to severe weather conditions, working in non-permissive environments, restrictions on movement and/or evacuations of a USAID mission or embassy may occur. 12. START DATE: Immediately, once necessary clearances are obtained. 13. POINT OF CONTACT: See Cover Letter. REQUIREMENTS FOR THE POSITION • U.S. Citizen; • English Fluency; • Ability to obtain a SECRET level security clearance provided by USAID and a TOP SECRET clearance as designated and provided by USAID. A Top Secret clearance may be required for certain activations based on programmatic needs; • Ability to obtain a Department of State Class 1 worldwide medical clearance; AND • Bachelors Degree with 9 years of progressively responsible work experience OR • Masters Degree with 7 years of progressively responsible work experience Other Requirements ● Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements; ● A one page narrative submitted. See cover page for narrative requirements; ● Satisfactory verification of academic credentials. 14. PREFERRED EDUCATION/EXPERIENCE FOR THIS POSITION This position requires knowledge of development project design, programming and management based on internationally recognized best practices. Applicant must have knowledge of principles, research, and policy in the area(s) of elections and political processes, including but not limited to election administration, electoral integrity, electoral and political processes legal reform, national dialogue and consensus building process and political party development. Examples of qualified applicants include the following: A Bachelor’s degree with a minimum of nine (9) years of proven political processes experience. Should have six (6) years previous work experience with an international development organization preferably overseas, and be able to demonstrate ability to analyze the political/cultural/economic environment and use information to design, manage, implement, monitor and evaluate elections or political processes. Proven experience with writing and communications, and ability to brief and negotiate with leadership and supervisors. Should be able to demonstrate serving as an advisor to an international development agency/organization or election management body in a crisis or crisis prone environment. Preferably a minimum of two (2) years of overseas field experience in conflict prone countries. Language fluency in addition to English is preferred (French, Arabic, or Spanish). OR A Master’s degree, law degree, or equivalent, preferably in the field of political processes, with seven (7) years proven political process experience. Should have six (6) years previous work experience with an international development organization preferably overseas. Should be able to demonstrate having served as an expert advisor to an international development agency/organization or election management body in a crisis or post-conflict environment. Preferably a minimum of two (2) years of overseas field experience in conflict prone countries. Language fluency in addition to English is preferred (French, Arabic, or Spanish). 15. SELECTION CRITERIA (100 Total) (Used to determine the competitive ranking of qualified applicants.) Criteria 1: Demonstrated knowledge of the technical, administrative and operational aspects of election processes. Knowledge of best practices in the legislative, executive and political party functions in electoral process. Experience in the security aspect of elections as well as techniques of conflict management and mitigation pertaining to elections (20 points) Criteria 2: Demonstrated knowledge of and experience in design of internationally funded elections support activities and project management. Knowledge of and experience in managing bilateral or multilateral programs in support of elections. Knowledge of and experience with international best practices in contract and grant award processes and management (20 points) Criteria 3: Demonstrated experience interacting and coordinating with various U.S. government, foreign government, international organizations and non-governmental organizations to achieve United States foreign policy objectives; Familiarity/experience with U.S. Government policies and procedures for the programming of development assistance (10 points) Criteria 4: Demonstrated ability to understand the socio-political and economic environment of a foreign country. Ability to source data and information locally in foreign environments. Demonstrated ability to interact effectively with foreign government and non-government officials (10 points) Criteria 5: Familiarity with the politics, economics, history and cultural mores of at least one region of the developing world, not to include one’s home region, gained through education and experience. Demonstrated ability to utilize a major foreign language (French, Spanish, Arabic) in the course of conducting business with local partners (FSI 3 equivalent or better) (10 Points) Interview: The most qualified applicant(s) will be required to undergo an interview (30 Points) References (Pass/Fail) Total Possible Points: 100 BASIS OF RATING: Applicants who meet the Education/Experience requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor (EF) responses. Those applicants determined to be competitively ranked will also be evaluated on interview performance and satisfactory professional reference checks. Applicants are required to address each of the EFs in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to address the selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. The applicants determined to be competitively ranked will be interviewed and may be required to provide a writing sample. Face-to-face interviews will be conducted in Washington D.C. OCR will not pay for expenses associated with the interviews but will conduct telephone or videoconference interviews for those not available in Washington D.C. Professional references and academic credentials will be evaluated for applicants being considered for selection. APPLYING: Applications must be received by the closing date and time at the address specified in the cover letter. Qualified individuals are required to submit: 1 Complete resume. In order to fully evaluate your application, your resume must include: (a) All full time paid positions, job title, location(s), and dates held (month/year), for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Please specify unpaid or part time work. Unless stated otherwise, part-time hours will be prorated at 20 hours worked per week. Unpaid, part-time and any experience that does not include dates (month/year) and locations will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) for all supervisors within the last 10 years. (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) Country of Citizenship. 2 A one page narrative demonstrating how you are qualified for the position. The narrative should take into consideration the selection criteria, describing your experience, training, education and/or awards you have received that are relevant to the position. If the narrative exceeds one page the additional pages will NOT be reviewed or evaluated. Additional documents submitted will not be accepted. By submitting your application materials, you certify that all of the information on and attached to the application is true, correct, complete, and made in good faith. You agree to allow all information on and attached to the application to be investigated. False or fraudulent information on or attached to your application may result in you being eliminated from consideration for this position, or being terminated after award, and may be punishable by fine or imprisonment. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any email. DOCUMENT SUBMITTALS Via mail: GlobalCorps, 529 14th Street, NW, Suite 700, Washington, DC 20045 Via facsímile: (202) 280-1184 Via email: raxton@usaid.gov and dgelections@globalcorps.com NOTE: If the full security application package is not submitted within 30 days after the Office of Security determines eligibility, the offer may be rescinded. If a Secret security clearance is not obtained within nine months after offer acceptance, the offer may be rescinded. If Top Secret clearance is not obtained within nine months after receipt of the Secret security clearance and award, USAID may terminate the contract at the convenience of the government. NOTE: If the full medical clearance package is not submitted within 30 days after offer acceptance, the offer may be rescinded. If a Class 1 Department of State medical clearance is not obtained within six months after offer acceptance, the offer may be rescinded. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS All individuals contracted as USPSCs are required to have a DUNS Number. In this instance, USAID will provide a generic DUNS Number, and USPSCs are not required to register with CCR. For general information about DUNS Numbers, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number (10/2003) https://www.acquisition.gov/far/current/html/52_200_206.html LIST OF REQUIRED FORMS FOR PSCs Forms outlined below can found at: http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/main.do 1. Optional Form 612. 2. Medical History and Examination Form (DS-6561). 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). Forms 1 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job. CONTRACT INFORMATION BULLETINS (CIBs) and ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PSCs CIBs and AAPDs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which CIBs and AAPDs apply to this contract. AAPD 06-10 – PSC MEDICAL PAYMENT RESPONSIBILITY AAPD No. 06-10 is hereby incorporated as Attachment 1 to the solicitation. FAR 52.222-50 – COMBATING TRAFFICKING IN PERSONS FAR clause 52.222-50 is hereby incorporated as Attachment 2 to the solicitation. As a matter of policy, and as appropriate, a USPSC is normally authorized the following benefits and allowances: BENEFITS: Employer’s FICA Contribution Contribution toward Health & Life Insurance Pay Comparability Adjustment Annual Increase (pending a satisfactory performance evaluation) Eligibility for Worker’s Compensation Annual & Sick Leave 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) Post Differential (Chapter 500). (F) Payments during Evacuation/Authorized Departure (Section 600), and (G) Danger Pay (Section 650). * Department of State Standardized Regulations (Government Civilians Foreign Areas). FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA, and Medicare ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. ATTACHMENT 1 Acquisition & Assistance Policy Directive (AAPD) No. 06-10 PSC Medical Expense Payment Responsibility General Provision 22, MEDICAL EXPENSE PAYMENT RESPONSIBILITY (OCTOBER 2006) (a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/c23002.htm. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. “MEDICAL EVACUATION (MEDEVAC) SERVICES.” (c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision). (d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met: (1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad; (2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and (3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition. (e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled “Emergency and Irregular Travel and Transportation.” In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs. (f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor’s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism. (g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider. (h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent. (i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s). ATTACHMENT 2 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009). (a) Definitions. As used in this clause- “Coercion” means- (1) Threats of serious harm to or physical restraint against any person; (2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harm to or physical restraint against any person; or (3) The abuse or threatened abuse of the legal process. “Commercial sex act” means any sex act on account of which anything of value is given to or received by any person. “Debt bondage” means the status or condition of a debtor arising from a pledge by the debtor of his or her personal services or of those of a person under his or her control as a security for debt, if the value of those services as reasonably assessed is not applied toward the liquidation of the debt or the length and nature of those services are not respectively limited and defined. “Employee” means an employee of the Contractor directly engaged in the performance of work under the contract who has other than a minimal impact or involvement in contract performance. “Forced Labor” means knowingly providing or obtaining the labor or services of a person- (1) By threats of serious harm to, or physical restraint against, that person or another person; (2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the person did not perform such labor or services, that person or another person would suffer serious harm or physical restraint; or (3) By means of the abuse or threatened abuse of law or the legal process. “Involuntary servitude” includes a condition of servitude induced by means of- (1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not enter into or continue in such conditions, that person or another person would suffer serious harm or physical restraint; or (2) The abuse or threatened abuse of the legal process. “Severe forms of trafficking in persons” means- (1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in which the person induced to perform such act has not attained 18 years of age; or (2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. “Sex trafficking” means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose of a commercial sex act. (b) Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not- (1) Engage in severe forms of trafficking in persons during the period of performance of the contract; (2) Procure commercial sex acts during the period of performance of the contract; or (3) Use forced labor in the performance of the contract. (c) Contractor requirements. The Contractor shall- (1) Notify its employees of- (i) The United States Government’s zero tolerance policy described in paragraph (b) of this clause; and (ii) The actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; and (2) Take appropriate action, up to and including termination, against employees or subcontractors that violate the policy in paragraph (b) of this clause. (d) Notification. The Contractor shall inform the Contracting Officer immediately of- (1) Any information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in conduct that violates this policy; and (2) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this clause. (e) Remedies. In addition to other remedies available to the Government, the Contractor’s failure to comply with the requirements of paragraphs (c), (d), or (f) of this clause may result in- (1) Requiring the Contractor to remove a Contractor employee or employees from the performance of the contract; (2) Requiring the Contractor to terminate a subcontract; (3) Suspension of contract payments; (4) Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance; (5) Termination of the contract for default or cause, in accordance with the termination clause of this contract; or (6) Suspension or debarment. (f) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in all subcontracts. (g) Mitigating Factor. The Contracting Officer may consider whether the Contractor had a Trafficking in Persons awareness program at the time of the violation as a mitigating factor when determining remedies. Additional information about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of State’s Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip. Place of Performance: Overseas US URL: https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OCR-14-000002/listing.html OutreachSystems Article Number: 131210/PROCURE/0057 Matching Key Words: writ*; technical; operating;  Department of Commerce, U. S. Census Bureau, Acquisition Division, 1201 East 10th Street Jeffersonville IN 47130 R – Technical Writing Customized Training BEA-13-00083 091713 Tanisha Contee, Contract Specialist, Phone 301-763-4129, Email tanisha.l.contee@census.gov The Department of Commerce, Bureau of Economic Analysis (BEA) intends to negotiate on a Full and Open basis, administered by the U.S. Census Bureau for Technical600px-US-DeptOfCommerce-Seal.svg Writing Customized Training Services. Details of these services are in the attached Statement of Work titled “Technical Writing Customized Training BEA-13-00083.” This requirement will be on a Firm Fixed Price basis from Date of Award through one year and with one Option Period. This will be evaluated on the basis of price; technicalcapabilities; past performance and experience/expertise and a review of references. An award will be made to the contractor whose proposal is the most advantageous to BEA and represents the best value. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the government. In doing so, interested sources must submit a quote/proposal with pricing and information that demonstrates their ability to meet BEA’s needs. Written response should be received within 15 days from the date of publication of this synopsis. To be eligible for award, contractors must be registered in the System for Award Management (SAM) before the closing date and time of this solicitation. The Request for Quote (RFQ)/Proposal (RFP) must be submitted to Tanisha Contee via email at tanisha.l.contee@census.gov. Please note your Dun and Bradstreet (DUNS) number in your RFQ/RFP). Please indicate the solicitation title and number (BEA-13-00083) in the subject line of your email when responding. All questions should be in writing and directed to Ms. Contee via email and a response to the question(s) will be updated in the solicitation on the Federal Business Opportunities website with 48 hours. Phone calls will not be accepted. The cut-off date for questions is Friday, September 13, 2013 3:00PM Eastern Standardtime, to allow for adequate response time (no exceptions). Place of Performance: Bureau of Economic Analysis 1441 L Street NWRoom 3007 BE-17 Washington, DC 20230 US URL:https://www.fbo.gov/spg/DOC/CB/JeffersonvilleIN/BEA-13-00083/listing.html OutreachSystems Article Number: 131207/PROCURE/0058 Matching Key Words: writ*; technical; standard; 


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 — Persian Language Non News Programming BBG50-R-14-0004 122313 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR ACOMMERCIAL 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-14-0004 is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular 2005-071, dated November 25, 2013. (iv) This is full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 512110 and the small business size standard is $30.0M. (v) The contractor shall provide Firm Fixed Price in accordance with SECTION (ix)(5). (vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. requires the organization and production for an Iranian New Year (Norwuz) concert in Los Angeles, California. The concert must feature Andranik Madadian and other famous Farsi-speaking music stars performing before a live audience of no less than 100 persons with no admission fee. (vii) The period of performance is Date of Award through March 30, 2014. The Contractor shall submit a monthly invoice electronically for services provided. (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 and in the Statement of Work attached. The contractor shall demonstrate the ability and experience in providing the required services. Offeror qualifications shall include but not be limited to: The Contractor shall be responsible for labor and all other miscellaneous costs required to write, produce, edit, and deliver a televised Farsi language musical concert specifically targeting the 18-35 year old demographic audience. The contractor shall rent a venue that is equipped with professional video and audio recording equipment, performance stage and minimum seating capacity for 100 person audience for a live performance. The contractor shall produce a minimum of three (3) hours of live concert in Standard Definition 16×9 video format, which shall include filming with two (2) cameras on tripod, one (1) camera on shoulder and one (1) on crane, multi-track sound recording, and video and audio post production. The contractor shall be responsible for the payment of all costs associated with the project, including venue, equipment, musician’s performance(s) fees and one (1) host’s fee, travel and accommodation, as well as catering during any rehearsals and live performances. In addition, the Contractor shall provide camera operators, lighting crews, audio engineers, and a team of experienced writers, producers, and editors. (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 technical, management, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Technical Approach – The Offeror shall submit a demonstration video, of ten (10) minutes in length to be evaluated for production and editorial quality, as well as the Farsi language fluency of the on-air talent. The on-air talent appearing in the video shall be the same as the on-air talent dedicated to the concert; 2) Key Personnel – The Offeror shall provide the resumes of the executive producer (management’s single point-of-contact for BBG) and all on-air talent. No sample resumes will be accepted, only the key personnel that would be dedicated to the concert; 3) Management Approach – The Offeror must provide a description of the approach that they will take to meet the requirement; 4) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information: (i) reference’s name and address, email and telephone number of contact person; (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 may not be evaluated favorably or unfavorably on past performance, and 5) A separate Price Proposal showing a breakdown of the price elements common for same or similar services (i.e., price of venue, staffing, entertainment booking fees, etc.) There is no specific format or price elements required but the Offeror should use their best judgment to show their knowledge of this requirement. A total fixed price without a breakdown will not be accepted and will disqualify your proposal from further consideration. Prices for all of the listed CLIN shall be noted in English and United States dollars. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD. (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 (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. (End of Clause) (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; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small BusinessProgram 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 (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); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases 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 and 52.242-17 Government Delay of Work. (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 proposals will not be accepted. Questions must be submitted in writing and only via email to Julian McElveen at jmcelveen@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on December 13, 2013. Technical proposals shall be submitted with an original and two (2) 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 Wayne Greene, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 before 12:00 p.m. Eastern Daylight Time on December 23, 2013. (xvi) Contact: Wayne Greene, Contract Specialist, email: wgreene@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency. URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0004/listing.html OutreachSystems Article Number: 131207/PROCURE/0300 Matching Key Words: video*; edit*; produc*; website; web; business*; entertain*; produce?; production?; instruct*; commercial?; filming; naics!512110;  Department of the Army, Army Contracting Command, MICC, MICC – Fort Rucker, MICC – Fort Rucker, Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380, Fort Rucker, AL 36362-5000 R–Youth Ministry Coordinator Services W9124G14T0001 121313 Ye Yang, 334-255-3476 MICC – Fort Rucker 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 announcementDepartment of the Army constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Youth Ministry Coordinator Services for Fort Rucker POP 31-Jan-14 to 30-Sep-14. Set-Aside: Total Small Business Place of Performance: MICC – Fort Rucker Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380 Fort Rucker AL 36362-5000 US URL: https://www.fbo.gov/notices/40a9100428fa8f0efa483424266ef4f1 OutreachSystems Article Number: 131206/PROCURE/0061 Matching Key Words: naics!711510; 


Department of Energy, Federal Locations, All DOE Federal Contracting Offices, Golden Field OfficeU.S. Department of EnergyGolden Field Office15013 Denver West ParkwayGoldenCO80401US 212px-US-DeptOfEnergy-Seal.svgR–Standard Energy Efficiency Data (SEED) Platform Open Source Software Deployment DE-SOL-0006397 121313 Krista M. Weiland krista.weiland@go.doe.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (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. Solicitation number DE-SOL-0006397 is issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 with a small business size standard of $14.0. This requirement is being procured as a Small Business set-aside. The Department of Energy (DOE) Golden Field Office (GFO) Acquisition Division intends to procure a Standard Energy Efficiency Data (SEED) Platform Open Source Software Deployment Business Plan in accordance with the attached Performance Work Statement dated December 2, 2013. LINE ITEM DESCRIPTION 00001 SEED Business Plan This line item is firm-fixed-price. 00002 Travel Cost reimbursable travel associated with performance during the base period, if applicable. NO PROFIT OR FEE IS ALLOWED ON TRAVEL. The Not-to-Exceed (NTE) amount for travel during the base period is $2,500. The Period of Performance will be one (1) three (3) month base period as follows: December 27, 2013 ? March 26, 2014 PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed athttp://acquisition.gov/comp/far/index.html. Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 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) none of the funds made available by that Act 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 is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, 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. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that 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 is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. Clauses 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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 52.217-8 Option to Extend Services 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.227-16 Additional Data Requirements 52.227-17 Rights in Data – Special Works 52.232-33 Payment by Electronic Funds Transfer? System for Award Management Department of Energy Acquisition Regulation (DEAR) Clauses 952.202-1 Definitions 952.208-70 Printing Other Contract Clauses 1. Alternative Dispute Resolution (ADR) a) The DOE and the Contractor both recognize that methods for fair and efficient resolution of significant disputes are essential to the successful and timely achievement of critical milestones and completion of all Contract requirements. Accordingly, the parties agree that in theevent of a dispute to jointly select a ‘standing neutral.’ The standing neutral will be available to help resolve disputes as they arise. Such standing neutral can be an individual, a board comprised of three independent experts, or a company with specific expertise in the Contract area. If a standing neutral cannot be agreed upon, the DOE Office of Dispute Resolution will make a selection. Specific joint ADR processes shall be developed. b) The parties agree the following provision may be invoked for significant disputes upon mutual agreement of the DOE and the Contractor: 1) DOE and the Contractor shall use their best efforts to informally resolve any dispute, claim, question, or disagreement by consulting and negotiating with each other in good faith, recognizing their mutual interests, and attempting to reach a just and equitable solution satisfactory to both parties. If any agreement cannot be reached through informal negotiations within 30 days after the start of negotiations, then such disagreement shall be referred to the standing neutral, pursuant to the jointly-developed ADR procedures. 2) The standing neutral will not render a decision, but will assist the parties in reaching a mutually satisfactory agreement. In the event the parties are unable after 30 days to reach such an agreement, either party may request, and the standing neutral will render, a non-binding advisory opinion. Such opinion shall not be admissible in evidence in any subsequent proceedings. c) If one party to this Contract requests the use of the process set forth in Paragraphs b(1) and b(2) of this clause and the other party disagrees, the party disagreeing must express its position in writing to the other party. On any such occasion, if the party requesting the above process wishes to file a claim they may precede in accordance with , FAR 52.233-1 Disputes or FAR 52.233-1 Disputes Alternate I. 2. Billing Instructions - ALT I Contractors will submit vouchers electronically through the Oak Ridge Financial Service Center?s (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allow vendors to submit vouchers, attach supporting documentation and check the payment status of any voucher submitted to the DOE. Submitting electronically provides benefits to vendors by: Reducing the cost of paper and postage Allowing supporting documentation to be attached and routed with the voucher to program and approving officials Immediately interfacing vouchers to DOE?s accounting system saving several days of mail and manual processing time Facilitating the prompt payment of vouchers To obtain access to and use VIPERS, please visit the web page at https://vipers.oro.doe.gov. Detailed instructions on how to enroll and use the system are provided on the web page. Please do not send a paper copy of a voucher that has been submitted electronically. Addendum to 52.212-4(g): Contractor shall submit electronic invoices to VIPERS as specified in the Billing Instructions. A Standard Form (SF) 1034 format is provided at Attachment 4. Please do not submit a paper copy SF1034 after entering the form electronically. Supporting documentation for each invoice shall include copies of receipts when requesting Travel reimbursement in accordance with the Federal Travel Regulations (FTR). 3. Government Records The Contractor and its subcontractors shall not disclose any information or data that is proprietary to the Government. All such information or data is reserved exclusively for use between the Government and the Contractor, including employees of the Contractor’s firm. When deemed appropriate, the Government may authorize the release of certain information or data necessary for use by the Contractor in performance of task order work, and in such cases specific written authorization must be given in advance. Such data so released shall not be further disseminated and shall not be considered released into the public domain. The Contractor must ensure that this is included in all tiers of subcontracts. 4. Lobbying Restriction Energy and Water Development and Related Agencies Appropriations Act, 2008 The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. 5. Quality Control The Contractor is responsible for assuring the quality of its performance and that the work performed under the contract conforms to all contract requirements. While a formal Contractor Quality Control Plan is not required, the Contractor shall maintain a file of all quality control inspections, results, dates and details of corrective actions taken by the Contractor through the term of this contract. The file shall be the property of the Government and made available to the Technical Monitor (TM) during regular business hours. The file shall be turned over to the TM fifteen (15) business days prior to the completion of the contract or immediately upon notification of termination. The Government reserves the right to request the Contractor to provide corrective action plans in the event of Government concerns of Contractor delays in performance or deficient work product. 6. Travel The contractor shall travel to the minimum extent necessary to meet the objectives of the Performance Work Statement. The contractor is cautioned to keep travel cost to a minimum and to use time and cost-saving tools such as conference calls or videoconferencing to the maximum extent practicable. Contractor employees traveling to the same conference, meeting, or other such event shall consolidate the use of any car rentals with each other and with Government employees. Travel costs do not include expenses incurred in commuting to and from work and associated parking fees. Mileage expenses to and from locations other than the normal place of work that are within the normal commuting distance to and from a person?s workplace and associated parking fees in the normal amount paid per day are not considered reimbursable travel costs. Certain travel arrangements require specific authorization or prior approval in accordance with the Federal Travel Regulation (FTR). All travel must be fully funded prior to any travel costs being incurred or actual travel occurring. The contractor shall keep documentation to establish the reasonableness of travel costs to include comparison quotes for airline, hotel, and other related transportation (e.g. rental car) and shall provide this documentation to the Contracting Officer upon request. If travel is performed, travel and per diem will be reimbursed in accordance with the Federal Acquisition Regulation (FAR) Part 31 and the FTR in effect at the time of the travel. Travel payments will be made in accordance with the FTR based on 41 CFR 300-304 which implements statutory requirements and Executive branch policies for travel by Federal civilian employees and others authorized to travel at Government cost. For travel per diem rates or additional information regarding travel requirements seehttp://www.gsa.gov/federaltravelregulation. Contractor shall maintain receipts for the time periods specified and submit receipts with claim for reimbursement as stated in the FTR. ATTACHMENTS 1) Performance Work Statement 2) SEED Platform Performance Features 3) SEED Platform Overview 4) SF1034 Format Attachments can be found at http://www.fedconnect.net. QUOTATION PREPARATION 1) Offerors shall provide one (1) copy of a quotation which addresses all line items 2) Quotations shall not exceed 25 pages 3) Quotations shall include the individuals authorized to negotiate the resulting purchase order on behalf of the Contractor. The Contractor shall notify the CO in writing within three (3) businessdays as changes are made to the foregoing persons authorized to negotiate under this purchase order. 3) This solicitation does not commit the Government to pay any costs incurred in the submission of any quotation, or in making necessary studies or designs for the preparation thereof or for acquiring or contracting for any services relating thereto. 7) This is an Open-Market Combined Synopsis/Solicitation for services 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. This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract. INQUIRIES Questions concerning this solicitation shall be submitted via FedConnect no later than 2pm Eastern Standard Time on December 10, 2013. Any responses to questions will be addressed in an amendment to the solicitation. Offerors are encouraged to periodically check FedConnect to ascertain the status of any answers to questions, as hard copies will not be distributed. Requests shall include complete company name, address, and telephone number. E-MAIL, FAX AND PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. EVALUATION CRITERIA 1) Technical Capability 2) Past Performance 3) Price Technical Capability: The Offeror shall submit a narrative detailing its approach to providing the full range of services described in the PWS. The narrative shall also address how the contractor has satisfied its customers in the past and complied with applicable laws and regulations which may include the ability to meet contract requirements, good workmanship, quality, timeliness, responsiveness to customers and maintaining business relations as well as their ability to manage and document contract performance, costs and delivery schedules. Past Performance: Past performance information demonstrates how well the Offeror has satisfied its customers in the past. The Offeror shall provide the three (3) most relevant references for services or projects performed within the last 3 years and of the same or similar services, size, scope, and complexity. All contact information for the references shall be current. References that include contact information that is not current will not be considered. Offerors with no past performance history shall state so in the narrative. Government evaluators may avail themselves of various federal, state, and local past performance databases including, but not limited to, Past Performance Information Retrieval System (PPIRS) and Contractor Performance Assessment Reporting System (CPARS). Government evaluators reserve the right to contact any of the provided references to solicit additional information or clarification regarding the offeror?s past performance. Additionally, evaluator knowledge of your particular past performance may be utilized. Price: The Government will evaluate the reasonableness of the quoted price for the purchase order. As part of the quote submitted, Offerors shall propose labor categories and complete labor rate pricing information. Hourly rate pricing shall be fully burdened, inclusive of all wages, overheads including fringe benefits, general and administrative, and profit. Labor categories subject to the Service Contract Act (SCA) shall be clearly identified. DOE intends to award one purchase order to the responsible offeror whose quote is responsive to the solicitation and determined to be the best value to the Government. The Government will assess and make tradeoffs based on what the differences between or among competing technical capability quotes might mean in terms of anticipated performance and what the evaluated price premium may be to take advantage of any difference. DUE DATE AND RESPONSE INFORMATION Submission of quotes shall only be accepted through the FedConnect Response section. No email or hard copies will be accepted or considered. Information regarding how to submit offers via FedConnect can be found at http://www.fedconnect.net. For questions regarding FedConnect, contact FedConnect at support@FedConnect.net or by phone at 1-800-518-4726. Files submitted in response to the solicitations shall be identified as ?DE-SOL-0006397?. Quotes shall be received no later than 2pm Eastern Standard Time on December 13, 2013. Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0006397/listing.html OutreachSystems Article Number: 131206/PROCURE/0064 Matching Key Words: video*; produc*; conference?; web; page?; business*; documentation; event?; distribut*; instruct*; commercial?; 


Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480 Bethesda MD 20892-5480 R — Professional Services of a Technical Writer with Program Management RFQ120413 121313 Daytona H. Philpotts, Phone 3014512716, Email daytona.philpotts@nih.gov – Susan Nsangou, Phone 3014969351, Email susan.nsangou@nih.gov THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION ANDdept of health and human services A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-71 (November 2013). This announcement constitutes the only solicitation. The solicitation number for this acquisition is RFQ120413 and is being issued as a Request for Quote (RFQ). The NAICS Code for this solicitation is 541990 and the Small Business Size Standard is $14.0 million. This will be awarded as fixed price Total Small Business Set-Aside. STATEMENT of WORK (SOW) Summary and Overview This position is located in the Office of Space and Facility Management (OSFM) at the Clinical Center (CC), National Institutes of Health (NIH). The CC is the clinical research facility of the NIH. As a national resource, it provides the protocol-specific patient care, services, training and environment needed to initiate and support the clinical research sponsored by the individual NIH Institutes. The CC employs approximately 2,000 employees, across 30 different departments. The Clinical Center Complex consists of 3.5 million square feet in three congruent buildings on the NIH campus and off campus lease space. It is a complex environment which consists of biomedical research laboratories, a 234-bed clinical research hospital and animal care and use facilities. The OSFM supports the mission of the CC by providing a functional, effective and safe environment for patients, visitors and staff. This is accomplished by (1) managing and coordinating interdisciplinary teams (i.e., CC departments and Institutes/Centers) responsible for new or renovation projects in Building 10 CC space and provide engineering support for the management of these projects through all phases of a project such as inspection, certification, and maintenance; 2) ensuring the safe and efficient installation and operation of special purpose equipment including specialized electrical and mechanical systems in support of hospital operations; (3) planning and directing a comprehensive construction management and arts program to support alterations, renovations, repairs and improvements necessary to support occupants’ beneficial use and to ensure an environment that is comfortable and supportive of patient care operations; and (4) ensuring hospital facility compliance with codes and regulations such as the Joint Commission (the JC), the Life Safety Code NFPA 101 and departmental or Institute equipment or specialty regulations (i.e., operating rooms, NIAID special isolation room, NIDDK metabolic chambers). The incumbent works independently in meeting the contract requirements and possesses strong writing, project management, and group process skills. Familiarity with working in a hospital and research setting preferred. The contractor shall, with the Chief of the Office of Space and Facility Management and designated hospital stakeholders, provide the tasks described below. The frequency of performing each task shall be determined by the Contracting Officer’s Representative, to be communicated to the contractor through meetings with the Contracting Officer’s Representative or email as often as required to perform a task but no less than once a week. CONTRACT REQUIREMENTS 1. Writing Skills: The contractor shall demonstrate ability to write protocols, policies, procedures and/or standards of practice for use at least the departmental level (i.e., Office of Space and Facility Management) but preferably at the organizational (i.e., Clinical Center) or NIH level. Types of assignments in this area could include: a. Researches relevant regulatory requirements and other governmental policies and guidelines to ensure accuracy and adherence to applicable regulations; b. Develops drafts for review by stakeholders within seven (7) business days; and c. Collates feedback and prepares final documents for implementation within five (5) business days. d. Prepares documents with no spelling errors and with the format consistent with provided templates. Documents require minimal editing for important content that should be included. 2. Program Development:. Types of assignments in this area could include: a. Guidelines that outline the steps to a process such as opening a renovated space or orienting a new member so that a consistent approach to the process occurs along a timeline; b. Algorithms and flow charts to facilitate decision making. c. Case studies to illustrate key training points; d. Breakdown of an extensive process into phases such as design/plan, build, activation, and move with corresponding tasks for each phases; e. Competencies for critical elements of a process that assist with validating the knowledge, skills and abilities of a staff member; and and/or f. Providing information for website content development for OSFM. 3. Project Management/Group Process Skills: The contractor shall services for a group and/or large project that includes the following: a. Demonstrates ability to lead successful meetings (e.g. can articulate key outcomes of kick off to ongoing meetings); b. Understands the developmental stages of teams (e.g., forming, storming, norming, performing, adjourning) and manages group dynamics through each stage. c. Develops project milestones and provides strategies to meet these milestones. i. Develops spreadsheets or databases to track activities and tasks required to meet each milestone; and ii. Monitors milestone schedule and addresses potential or real milestone delays by developing strategies to address the issues. d. Records minutes for meetings that include, but not limited to: Participants, Decisions, Action Items, and Key Highlights/Discussion. Services require detailed computer work with a variety of software programs, including MS WORD, Acrobat, MS Excel, MS ACCESS, PowerPoint and MS Outlook. The work also requires working with the Chief, Office of Space and Facility Management, small work groups, and project teams. This individual requires great interpersonal skills and strong group process and project management qualities. This is a part time position located onsite at the NIH Clinical Center. The contractor will not receive payment for vacation or government holidays. Contractor will not receive extra pay for weekend work. Scheduling shall be made a week in advance and mutually agreed upon between the government Contracting Officer’s Representative and the contractor. The contractor shall perform the tasks described in the facility located in the NIH Clinical Center or via e-mail or internet connections as dictated by the Contracting Officer’s Representative and mutually agreed upon by Contractor. Quotation Instructions The contractor shall provide at least one (1) example of developing an orientation and/or training manual. The contractor shall provide at least two (2) examples of being responsible for a group and/or large project (reference Project Management/Group Process Skills.) PERIOD OF PERFORMANCE: Base Performance Period: one year and up to four one-year option period(s) pursuant to FAR 52.217-9. PRICING AND SCHEDULING: Labor Hours: The services required involve periods of up to 25 hours/week. Offerors are to assume 1,000 hours for the base year and option periods of performance for proposal purposes. Evaluation Criteria: 1. Understanding the Objective 20 points The offeror’s proposal is identify similar experience in program development and project management. The proposal shall include sufficient information to demonstrate previous effectiveness in each of the categories of work identified in the statement of work. 2. Personnel Experience 45 points The offeror’s proposal must provide resume and details which specifically address the skills, level and experience contained in the statement of work. The proposal shall include examples of such work (no more than 3 for each area-Writing, Program Development and Project Management/Group Process Skills.) 3. Past performance 10 points – up to 3 references of similar works or projects 3. Price 25 points Price is to be evaluated on a best value basis considering market conditions. The following provisions and clauses apply: FAR 52.212-1-Instructions to Offerors/Commercial; FAR 52.212-2-Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4; 52.217-9 — Option to Extend the Term of the Contract; FAR 52.219-6 — Notice of Total Small Business Set-Aside Contract Terms and conditions. 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. (End of Provision) The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to this notice no later than 12/13/2013 Eastern Standard Time 2:00 p.m to Daytona.philpottts@nih.gov. Questions regarding the solicitation must be received by 2 pm EST 12/10/2013 to Daytona.Philpotts.@nih.gov . Set-Aside: Total Small Business Place of Performance: NIH Campus 9000 Rockville Pike NIH Clinical Center Bethesda, MD 20892 US URL:https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ120413/listing.html OutreachSystems Article Number: 131206/PROCURE/0067 Matching Key Words: writ*; technical; standard; operating; procedure?; 


National Capital Planning Commission, Office of Administration, Budget and Finance Section, 401 Ninth Street, NW, Suite 500 North, Washington DC 20004 NCPC_newlogoR — Request for Quotations – Financial and Accounting Services NCPC-14-01 010614 Deborah Young, Administrative Officer, Phone 2024827228, Email deborah.young@ncpc.gov – Barry S. Socks, Contracting Officer, Phone 202-482-7209, Fax 202-501-2550, Email barry.socks@ncpc.gov       REQUEST FOR QUOTATIONS FINANCIAL AND ACCOUNTING SERVICES SCOPE OF WORK •1.       PURPOSE This is a Request for Quotations (RFQ) for professional financial and accounting services at the National Capital Planning Commission, 401 9 th Street, NW, Suite 500 North, Washington, DC, 20004.   As a result of this solicitation, the Government intends to award a single firm-fixed price contract for commercial services to the Contractor whose quotation conforms to the solicitation, meets the Government’s requirements, and represents the overall best value to NCPC.   The term of the contract will be a one-year base contract with two one-year options for a total term, if all options are exercised, of 3 years.   The designated NAICS Code is 541219. •2.       BACKGROUND The National Capital Planning Commission (NCPC) has a need to retain the expert services of an accounting and management consulting firm to assist the Commission with preparation, submission, and execution of the budget, financial management compliance, and strategic planning and reporting in accordance with the GPRA Modernization Act of 2010.   This includes, but is not limited to : 1) preparation and submission of monthly, quarterly, and annual financial management reports as required by applicable federal government statutes and regulations;2) budgetary and proprietary transaction entry in NCPC’s financial system of record, FreeBalance Financials, both manual and through the open interface in accordance with Federal Accounting Standards, the Treasury Financial Manual, and the Standard General Ledger; 3) information extraction from FreeBalance Financials for internal management reports, budgetary and financial management submissions to U.S. Federal budget and financial management oversight agencies and Congress, and maintenance of custom automated internal and external management reports; 4) the configuration, customization, and maintenance of FreeBalance Financials to meet NCPC’s unique requirements and capture the financial data necessary to meet U.S. Federal financial management requirements; 5) developing, implementing, and maintaining budget, accounting, and financial management and other administrative policies and procedures; 6) the budgetary process, including the preparation of budget submissions, apportionments and reapportionments, the P&F, Office of Management and Budget (OMB) data calls and other MAX submissions, execution of the NCPC’s annual budget; and 7) audit support.   These efforts will require expert knowledge of federal accounting, budget and financial management requirements; significant knowledge of NCPC’s current accounting, budget, and procurement practices and systems; as well as expert knowledge of FreeBalance Financials and NCPC’s application of FreeBalance Financials. •3.       OVERVIEW NCPC is a small federal agency comprised of fewer than 40 full-time employees.   The financial and accounting function is organizationally located within NCPC’s Office of Administration. SCOPE AND DELIVERABLES The scope of this contract is to provide qualified staff to support the Commission’s accounting, budget and financial management infrastructure , in support of compliance with Federal Accounting Standards (FAS), the Treasury Financial Manual (TFM), U.S. Standard General Ledger (SGL), OMB Circular A-11, OMB Circular A-136, and other Federal budget and financial management requirements. The contractor shall provide the following support: •3.1.    Development and Implementation of Accounting, Budget, Accounting, and Financial Management Policies and Procedures in support of compliance to all applicable Federal legislation and guidance. Task(s): •§   Advise agency on the development, implementation, and maintenance of policies and procedures that satisfy NCPC’s statutory requirements; and •§   Develop Standard Operating Procedures for accounting, budget, and financial management tasks and transactions Deliverable(s): (1) Accounting policies and procedures; (2) Auditable financial statements. •3.2.    Provide Expert Advisory Services to Support the Preparation, Submission, and Execution of the NCPC Budget. Task(s): •§   prepare financial reports and other data to support NCPC budget submissions; •§   Develop and maintain budget submission templates, collect and consolidate budget submission templates, and prepare tables and maintain the budget document; •§   Prepare the P&F and other MAX submissions; •§   Prepare Apportionments and Re-apportionments (SF-132: Apportionment and Reapportionment Schedule) and Treasury Warrant requests; •§   Record all budgetary transactions, budgetary resources, apportionments, and allotments in FreeBalance Financials in accordance with FAS’s, the TFM, and the SGL; •§   Maintain the Allotment Interface •§   Maintain the Management Information System; •§   Prepare and distribute Allotment Advices and other financial reports in support   of Budget Execution Meetings; •§   Prepare Federal Agencies’ Centralized Trial Balance System II (FACTS II) (Pre-closing Adjusted Trial Balances including the SF-133: Budget Execution and Budgetary Resources and the FMS 2108 to report unexpended balances of budget authority) on the submission schedule provided by the Financial Management Service; and •§   Develop and maintain the Governmentwide Treasury Account Symbol Adjusted Trial Balance System (GTAS) submission to the Central Accounting and Reporting System (CARS) during the testing phase and when GTAS is phased out. •§   Assist NCPC to implement the GPRA Modernization Act of 2010, prepare and maintain the Strategic Plan, Annual Performance Plan, Annual Performance Report, and devise methods to track performance data. Deliverable(s): Timely and accurate preparation, submission, and execution of the NCPC budget and all applicable reporting requirements. •3.3.    Provide Expert Consultant Services to Satisfy External Financial Reporting Requirements. Task(s): •§   Process and record transactions listed below in accordance with FAS’s, the TFM, and the SGL and NCPC SOP’s and Policies and Procedures •-      Obligations in FreeBalance Financials; •-      Maintain the Obligation Interface •-      Expenditures: (1) Vendor invoices and IPACs. Payroll, and Expense Accruals in FreeBalance Financials; (2) Prepare, process, and record Payment Batches in FreeBalance and the Treasury Secure Payment System (SPS) pursuant to Prompt Payment Act; •-      Maintain the Payroll Interface •-      Capitalized Asset transactions •-      Revenues: (1) Cash receipts; (2) Accounts Receivable invoices and Reimbursable Agreements •§   Execute Month-End and Year-End Close and maintain the Expenditure Detail Interfaces; and •§   Preparation of the SF-224: Statement of Transactions. Deliverable(s): Timely and accurate accounting records to fully support NCPC’s external financial reporting requirements. •3.4.    Provide Expert Advisory Services to Support the Preparation and Submission of Quarterly and Fiscal Year-End Financial Statements and FACTS I. Task(s): •§   Reconcile monthly Trial Balances and Subsidiary Ledgers in FreeBalance Financials in support of Quarterly and Fiscal Year-End Financial Statements; •§   Prepare Quarterly and Fiscal Year End Financial Statements and Flux Analysis •§   Assist NCPC staff with the preparation of NCPC’s Performance and Accountability Report (PAR) submission and/or Annual Performance Report submissions in compliance with OMB Circular A-11, OMB Circular A-136, and the GPRA Modernization Act of 2010; •§   Prepare and Submit Federal Agencies’ Centralized Trial Balance System I (FACTS I) and Governmentwide Financial Report System (GFRS); •§   Develop and maintain the Governmentwide Treasury Account Symbol Adjusted Trial Balance System (GTAS) submission to the Central Accounting and Reporting System (CARS) during the testing phase and when GTAS is phased out; and •§   Advise and assist NCPC in the preparation of the Management and Discussion & Analysis (MD&A) that accompanies the Fiscal Year-End Financial Statement Submission. Deliverable(s): (1) Production of Quarterly and Fiscal Year-End Financial Statements in accordance with OMB Circular A-136; and (2) FACTS I and/or GTAS. •3.5.    Provide Advisory Services to Promote Efficient Management of Agency Resources. Task(s): •§   Advise and assist in the development of Internal Management Reports (Monthly Financial Report) and other accounting and financial management reports as requested by the Executive Staff; and •§   Advise and assist in the development and dissemination of Internal Management Reports, required by program managers, to efficiently and effectively manage agency programs. Deliverable(s): Financial reports that promote the efficient use of agency resources. •3.6.    Provide FreeBalance Financials Support Task(s): •§   Provide on-the-job training and on-going assistance in transaction processing and information extraction using FreeBalance Financials; •§   Provide on-the-job training and on-going reinforcement of established procedures for “standard” transaction processing; and •§   Develop and implement new procedures as “non-standard” transactions occur. •§   Assist the NCPC FreeBalance Administrator to administer FreeBalance Financials •§   Assist NCPC staff to perform routine upgrades of NCPC’s FreeBalance Financials system Deliverable(s):   (1) Designated staff trained in the use and operation of FreeBalance (2) FreeBalance Financials configured in accordance with NCPC requirements •3.7.    Provide Audit and Financial Management Support Task(s)/Deliverable(s): •§   Evaluate and rank alternative financial systems provided by service centers, in accordance with NCPC requirements, and provide recommendations for alternative financial systems; •§   Preparation and presentation of Quarterly Financial Statements to the Audit/Senior Management Committee •§   Provide on-going support and guidance to justify the financial statements during the year-end audit process; and •§   Preparation of PBC List items, including audit extracts, Audit Schedules, and transaction samples as required by the auditors. •4.       PLACE OF PERFORMANCE The offices of the National Capital Planning Commission are located at 401 9 th Street, NW, Suite 500 North, Washington, DC, 20004. •5.       PERIOD OF PERFORMANCE The period of performance for the base year is February 1, 2014 to January 31, 2015. The period of performance may be extended through option years as determined by the Government. •6.       PRIMARY POINT OF CONTACT AND QUESTIONS Deborah Young Administrative Officer/Contracting Officer Representative National Capital Planning Commission 401 9 th Street, NW, Suite 500 North Washington, DC   20004 bizops@ncpc.gov  Phone:   202-482-7228 Fax:   202-501-2575 •7.       QUOTATION SUBMISSION Each potential contractor must submit a written cost and technical quotation for this Scope of Work (SOW) by 5:00 pm, January 6, 2014.   The quotation must include a detailed firm-fixed price estimate to perform the services identified in the statement of work for the base year and each option year.   Quotations may be submitted via electronic mail, facsimile, or hand-delivered to the Contracting Officer at the address identified in Section 7 of this document. The following information must be printed on the cover page of the quotation: 1) Solicitation Number: NCPC-14-01; 2) Due Date: January 6, 2014 3) Closing Time: 5:00 pm EST. All quotations become the property of the National Capital Planning Commission and will not be returned. Proposals must include the following: Past Performance Record : The offeror shall identify three (3) government contracts/task orders that demonstrate recent and relevant performance.   “Recent” is defined as within the last three (3) years.   “Relevant” is defined as work similar in complexity and magnitude to work and the work environment identified in this SOW.   The NCPC is especially interested in past performance as it relates to delivery of products and services to small federal agencies.   If an offeror determines it has no past performance data, it shall provide the following statement in lieu of the information requested:   “(Insert offeror name) has determined that they possess no relevant past performance information in accordance with this RFQ.” For each past performance contract identified, the Offeror shall provide: •§   Government Agency •§   Government Agency Size (number of full-time employees) •§   Project Title •§   Description of the Project •§   Contract/Task Order Number and Amount •§   Length of contract •§   Period of performance (dates) •§   COR, address, phone number and email address •§   Contracting Officer, address, telephone number and email address •§   Current status, e.g. completed and/or in progress, start and estimated completion dates •§   Quality of Past Performance narrative including a discussion of actual performance under each contract listed, including problems encountered; how they were resolved; the timeliness of deliverables required; how costs were controlled; business relationships; management of key personnel; and, any other areas deemed necessary to provide insight into actual performance issues •§   A brief narrative of why the offeror believes this reference is relevant to application in a small federal agency. •8.       EVALUATION CRITERIA The NCPC intends to make a single award to the responsive and responsible firm whose quote is most advantageous to the NCPC, price and non-price related factors considered.   Proposals will be evaluated based on the following criteria: •8.1.    The NCPC will evaluate the offeror’s past performance record, including how this performance would best meet the needs of a small federal agency.   Sub-factors for evaluation are: •§   Quality : Determine whether the offeror has consistently demonstrated a commitment to delivering quality products or services. •§   Timeliness : Determine whether offeror has consistently demonstrated a commitment to timeliness of performance. •§   Cost-control : Determine whether the offeror has consistently demonstrated commitment to cost control. •§   Business relationships :   Determine whether offeror has consistently demonstrated commitment to good business relationships with their clients. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances.   It will not be based upon absolute standards of acceptable performance.   If no performance record has been identified, the offeror will not be evaluated favorably or unfavorably and will receive a neutral rating on this factor. Each offeror must provide the past performance information requested or affirmatively state that it possesses no past performance record. •8.2.    Qualifications, certifications, and experience for satisfactory performance of required services using the agency’s current financial system (FreeBalance Financials). •8.3.    Price – Price reasonableness will be determined through price analysis, in accordance with FAR 15.402.   The NCPC will utilize a comparison of proposed prices received in response to the solicitation.   The proposed price between offers with equal technical and past performance rating will be a major factor in the selection of a proposal for award. •8.4.    Small Business Classification All evaluation factors other than cost or price, when combined are approximately equal to cost or price. •9.       QUOTATION STATEMENT: Quotes must include the following: •·          Quotes/offers must include a brief statement addressing each of the selection criteria specified in the Evaluation section of this solicitation. Quotes/offers must include a detailed firm-fixed price estimate to perform the services for the base year and each option year. Quotes/offerors must provide a clear and legible Tax Identification Number and Data Universal Numbering System (DUNS) Number. Quotes/offers must be delivered by 5:00 pm Eastern Standard Time on January 6, 2014. OutreachSystems Article Number: 131206/PROCURE/0068 Matching Key Words: writ*; technical; standard; operating; procedure?; 

FedBizOpps – Awards

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 431 Battlefield Memorial Highway, Bldg S-14, Richmond, KY 40475 R–OPTION – ISO 9001:2008 Recertification Audits W22G1F318301CJ-01 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W22G1F-14-P-0015 $36,152.99 121713 ALL GOVERNMENT AND MILITARY CERTIFICATION SYSTEMS, INC. [DUNS: 078543087],Department of the Army 1200 G Street NW,Washington DC 20005 No Description Provided URL: https://www.fbo.gov/notices/a2f33683ad94b312f308c138c782e092 OutreachSystems Article Number: 131218/AWARDS/0543 Matching Key Words: age:state!ky;  Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime – BSM, DEFENSE LOGISTICS AGENCY, LOGISTICS OPERATIONS, DEFENSE SUPPLY CENTER COLUMBUS, P O BOX 3990, COLUMBUS, OH, 43218-3990 Defense_Logistics_Agency00– SEE BLOCK 6 OF AWARD DOCUMENT SPM1C114D1002 $100,000.00 112113 PATRIOT INDUSTRIES, INC. DBA-1SFM6 PATRIOT INDUSTRIES, INC. DBA 100 QUALITY DR MONTICELLO KY 42633-0000 US No Description Provided URL: https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/Awards/SPM1C114D1002.html OutreachSystems Article Number: 131217/AWARDS/0567 Matching Key Words: state!ky;  Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422 R–DATA ANALYSIS FOR ARTIFICIAL INTELLIGENCE VA24513R0025 DELTERINE MICKEY VA MEDICAL CENTER CONTRACTING OFFICE Contract Specialist VA245-13-C-0087 $199,869.84 093013 GREEN TECHNOLOGY GROUP, LLC, THE;10619 CANTERBERRY RD;FAIRFAX STATION;VA;220391921 VISN 5 VA DC STATEMENT OF WORK 1. GENERAL: This is a non-personal services requirement to provide (a) data analysis and (b) improvement facilitation. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the ContractorVA who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform data analysis and improvement facilitation as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: This request is based on a System Redesign project funded in 2010 and titled “Enhancing the center and culture for performance excellence at the Washington, DC VAMC”. Most of the tasks in this funding initiative have been completed in 2011. The remaining tasks are the focus on this contract. The Washington, DC VA Medical Center (DCVAMC) is committed to being the “Flagship of VA Healthcare.” As the flagship, the medical center is a model site for innovation, continuous quality improvement, and patient safety. DCVAMC has a systematic approach to improving performance. Senior leaders regularly review a comprehensive set of performance measures. In addition to regular Baldridge assessments, a Performance Measure Matrix (PMM) is used to measure and report our ongoing performance of critical processes leading to organizational success. This also monitors comparisons to VA and non-VA hospitals to monitor targets set by VHA, VISN5 and the facility. We use these reviews and third party assessments to identify opportunities for improvement. The DCVAMC Leadership Team guides the organization, plans for long-term sustainability, ensures effective self-governance, reviews performance, and creates a nurturing culture for operational excellence through the DCVAMC leadership system. This system focuses on balancing the needs of all stakeholders and establishes the foundation for overall leadership excellence in setting and deploying DCVAMC mission, vision, and values. Senior leaders serve as strong role models as they implement the leadership system to set organization-wide direction in accordance with the vision, mission and values. Performance and quality improvement initiatives have been a major focus at the DCVAMC. Different models of improvement have been tried. DCVAMC will focus on the Lean model. The current infrastructure does not fully promulgate effective execution of performance or change activities, resulting in inefficiency of process, delays in organizational learning, and waste of resources. Although there is currently a Center for Performance Management that exists at the DCVAMC, its ability to enhance organizational performance and promote innovation or creativity is limited due to the lack of availability of dedicated personnel to Lean initiatives and expertise in analysis of large data driven from CPRS. As a part of the Patient Flow Collaborative, the DCVAMC was offered the option to participate in the second phase of the Bed Management System (BMS) roll out. We are currently in the process of planning for the implementation of this new software. The successful implementation of this software necessitates the redesign of the way we currently coordinate inpatient flow activities. This is the second area of focus in our proposal. By developing an Inpatient Center to focus on these activities, the DCVAMC will continue to improve on delivering patient-centered care by focusing on streamlining the admissions through discharge process to serve our Veteran patients better. The current VISN 5 network’s enabling strategic goal is to deliver world-class service to veterans and their families by applying sound business principles that result in effective management of people, communications, technology, and governance. This contract for improvement through system redesign and Lean projects will help our facility achieve this strategic goal. This will be exemplified with the successful implementation of our proposed redesign project. 1.3 Objectives: The overall strategic plan for further enhancing DCVAMC’s commitment to innovative performance improvement activities is divided into two areas: 1) support for enhancing our current Center for Performance Management through analysis of data from CPRS and from Veteran Administration Informatics and Computing Infrastructure (VINCI), 2) the facilitation of Lean projects to improve care using data available through previous step. 1.4 Scope: The contractor shall provide two services: data analysis and improvement facilitation. These services are described in the following: ” Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components: o Classification of text in Hospice Consults notes within CPRS for patients in DC VA o Examination of methods of measuring severity of illness based on claims data and laboratory findings. o Examination of reason for readmission within 30 days. o Examination of trajectory to death for severely ill patients o Examination of clinical visits that could have been avoided through telemedicine or other remote contacts ” Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken: o Description of the extent of the problem using patient outcomes. o Training of clinicians/managers within VA in Lean improvement efforts. o Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes. 1.5 Period of Performance: The period of performance shall be for one year. 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Within 30 days after contract award, three copies of a comprehensive writtenQCP shall be submitted to the KO and COR, within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer’s acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The government’s evaluation is focused on deliverable milestones. 1.6.3 Recognized Holidays: The contractor is not required to perform services during holidays which include: New Year’s Day Labor Day Martin Luther King Jr.’s Birthday Columbus Day President’s Day Veteran’s Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:30 to 5:30 Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at DCVAMC or using Telework provisions at DCVAMC. 1.6.6 Type of Contract: The government will award a firm fixed price contract. 1.6.7 Security Requirements: Must maintain the level of security required by the contract for the life of the contract. The security requirements are in accordance with the DD254 as issued by DCVAMC. 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.8 Special Qualifications: The contractor is responsible for ensuring all employees possess and maintain current Information Security levels. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Doctor Janusz Wojtusiak. The contractor shall provide a contract manager capable of data analysis who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer and could be Doctor Janusz Wojtusiak. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:30 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: The key personnel and the contract manager and alternate must have (1) terminal degrees (Ph.D. or MD), (2) a history of at least 2 publications in areas directly relevant to the project, and (3) have at least 5 or more years of data mining experience or quality improvement efforts. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contract personnel are not required to obtain and wear badges in the performance of this service. 1.6.14 Other Direct Costs: This category includes reproduction and publishing costs, shipping expenses associated with training activities and visits to contractor facilities. It could also entail the renting of suitable training venues. 1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17 PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the 30 day phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date. ACOR Alternate Contracting Officer’s Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer’s Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide (a) data servers, (b) Telework software, (c) in some instances loaned computers, (d) data that cannot be taken out of VA, and (e) personnel to assist with these services. 3.2 Facilities: The Government will provide computing and training facilities for the personnel to work from. These facilities could be arranged through Telework. If in person, the facility will include work space, desk, communication equipment, and other items necessary to maintain an office environment. 3.3 Utilities: The Government will provide all utilities in the VA facility provided to the contractor. All work shall be done on government computers or through Telework. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4 Equipment: The Government will provide computers for Telework, if these are conducive to completion of the contract. 3.5 Materials: The Government will provide Standard Operating Procedures and Policies. 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 5. Specific Tasks: 5.1. Basic Services. 5.1.1. Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components: ” Classification of text in Hospice Consults notes within CPRS for patients in DC VA. The analysis should describe the nature of consults, the recommended decision, the percentage of times the patient followed the consult, the frequency with which hospice patients were readmitted to the hospital and the factors that increase the need for hospice consults. ” Examination of methods of measuring severity of illness based on claims data and laboratory findings. The effort should statistically compare the performance of established laboratory based key clinical findings to claims based severity/prognostic indicators. ” Examination of reason for readmission within 30 days. The effort should analyze the factors that contribute to readmission and assess the probability of readmission at discharge. The effort should lead to design of an alert system within CPRS to inform discharge planners of unusual discharge requirements to prevent readmissions. ” Examination of trajectory to death for severely ill patients. The project should examine 12 months prior to death and classify patients in groups that have distinct trajectory to death. ” Examination of clinical visits that could have been avoided through telemedicine or other remote contacts. The project shall identify factors that could lead to increased access to appointments for primary or specialist care patients. 5.1.2. Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken: ” Description of the extent of the problem using patient outcomes. The project shall rely on VA employee’s description of problems and confirm these problems through analysis of CPRS data. ” Training of clinicians/managers within VA in Lean improvement efforts. The project shall provide clinicians/managers with continuing education or university credits. It shall assist participating clinicians/managers in understanding how to proceed with Lean projects. ” Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes. For each project, the facilitator shall meet with VA employees individually before group meeting and as a group during scheduled times to solicit their suggestions for change. The procedures to follow should include Lean procedures. 5.1.3. Preparation of manuscripts. The contractor shall conduct literature review and prepare the following manuscripts: 1. Paper on use of Hospice in VA 2. Paper on accuracy of methods for predicting patient’s prognosis 3. Paper on reasons for readmission within 30 days for one index disease 4. Paper on trajectory of illness for one group of patients 5. Paper on clinical Lean procedures with examples from lessons learned at VA 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. 6.2. Preparation of papers and submission of papers for publication shall follow the DC VA approval requirements and the target journal format and procedures. URL: https://www.fbo.gov/spg/VA/VACNAC/VACNAC/Awards/VA245-13-C-0087.html OutreachSystems Article Number: 131213/AWARDS/0671 Matching Key Words: writ*; copy; technical; standard; operating; procedure?;  Department of Commerce, U. S. Census Bureau, Acquisition Division, 1201 East 10th Street Jeffersonville IN 47130 600px-US-DeptOfCommerce-Seal.svgU – Technical Writing Customized Training BEA-13-00083 Tanisha Contee, Contract Specialist, Phone 301-763-4129, Email tanisha.l.contee@census.gov YA1321-13-0257 $25,099.00 092013 Strategic Partners, Inc., Bells Mill Road, Potomac, MD 20854 US URL: https://www.fbo.gov/spg/DOC/CB/JeffersonvilleIN/BEA-13-00083/listing.html OutreachSystems Article Number: 131207/AWARDS/0408 Matching Key Words: writ*; technical; 

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 QRP14-0012 121313 Bridgette Caico, Sales, Shipping and Receiving Clerk, Phone 5026245026, Fax 5026245672, Email bridgette.r.caico.naf@mail.mil – Daniel 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 non-exclusive sale of scrap ammunition containers. This is a one time sale. 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 andDepartment of the Army 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 is13 Dec 2013 at 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 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: 309 Frazier Rd Bldg 2962 Fort Knox, KY 401 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0012/listing.html OutreachSystems Article Number: 131206/SURPLUS/0928 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 — Standard Energy Efficiency Data (SEED) Platform Op SOL DE-SOL-0006397 Description THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (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. Solicitation number DE-SOL-0006397 is issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 with a small business size standard of $14.0. This requirement is being procured as a Small Business set-aside. The Department of Energy (DOE) Golden Field Office (GFO) Acquisition Division intends to procure a Standard Energy Efficiency Data (SEED) Platform Open Source Software Deployment Business Plan in accordance with the attached Performance Work Statement dated December 2, 2013. LINE ITEM DESCRIPTION 00001 SEED Business Plan This line item is firm-fixed-price. 00002 Travel Cost reimbursable travel associated with performance during the base period, if applicable. NO PROFIT OR FEE IS ALLOWED ON TRAVEL. The Not-to-Exceed (NTE) amount for travel during the base period is $2,500. The Period of Performance will be one (1) three (3) month base period as follows: December 27, 2013 ? March 26, 2014 PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed athttp://acquisition.gov/comp/far/index.html. Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 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) none of the funds made available by that Act 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 is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, 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. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that 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 is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. Clauses 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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 52.217-8 Option to Extend Services 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.227-16 Additional Data Requirements 52.227-17 Rights in Data – Special Works 52.232-33 Payment by Electronic Funds Transfer? System for Award Management Department of Energy Acquisition Regulation (DEAR) Clauses 952.202-1 Definitions 952.208-70 Printing Other Contract Clauses 1. Alternative Dispute Resolution (ADR) a) The DOE and the Contractor both recognize that methods for fair and efficient resolution of significant disputes are essential to the successful and timely achievement of critical milestones and completion of all Contract requirements. Accordingly, the parties agree that in the event of a dispute to jointly select a ‘standing neutral.’ The standing neutral will be available to help resolve disputes as they arise. Such standing neutral can be an individual, a board comprised of three independent experts, or a company with specific expertise in the Contract area. If a standing neutral cannot be agreed upon, the DOE Office of Dispute Resolution will make a selection. Specific joint ADR processes shall be developed. b) The parties agree the following provision may be invoked for significant disputes upon mutual agreement of the DOE and the Contractor: 1) DOE and the Contractor shall use their best efforts to informally resolve any dispute, claim, question, or disagreement by consulting and negotiating with each other in good faith, recognizing their mutual interests, and attempting to reach a just and equitable solution satisfactory to both parties. If any agreement cannot be reached through informal negotiations within 30 days after the start of negotiations, then such disagreement shall be referred to the standing neutral, pursuant to the jointly-developed ADR procedures. 2) The standing neutral will not render a decision, but will assist the parties in reaching a mutually satisfactory agreement. In the event the parties are unable after 30 days to reach such an agreement, either party may request, and the standing neutral will render, a non-binding advisory opinion. Such opinion shall not be admissible in evidence in any subsequent proceedings. c) If one party to this Contract requests the use of the process set forth in Paragraphs b(1) and b(2) of this clause and the other party disagrees, the party disagreeing must express its position in writing to the other party. On any such occasion, if the party requesting the above process wishes to file a claim they may precede in accordance with , FAR 52.233-1 Disputes or FAR 52.233-1 Disputes Alternate I. 2. Billing Instructions - ALT I Contractors will submit vouchers electronically through the Oak Ridge Financial Service Center?s (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allow vendors to submit vouchers, attach supporting documentation and check the payment status of any voucher submitted to the DOE. Submitting electronically provides benefits to vendors by: Reducing the cost of paper and postage Allowing supporting documentation to be attached and routed with the voucher to program and approving officials Immediately interfacing vouchers to DOE?s accounting system saving several days of mail and manual processing time Facilitating the prompt payment of vouchers To obtain access to and use VIPERS, please visit the web page at https://vipers.oro.doe.gov. Detailed instructions on how to enroll and use the system are provided on theweb page. Please do not send a paper copy of a voucher that has been submitted electronically. Addendum to 52.212-4(g): Contractor shall submit electronic invoices to VIPERS as specified in the Billing Instructions. A Standard Form (SF) 1034 format is provided at Attachment 4. Please do not submit a paper copy S F1034 after entering the form electronically. Supporting documentation for each invoice shall include copies of receipts when requesting Travel reimbursement in accordance with the Federal Travel Regulations (FTR). 3. Government Records The Contractor and its subcontractors shall not disclose any information or data that is proprietary to the Government. All such information or data is reserved exclusively for use between the Government and the Contractor, including employees of the Contractor’s firm. When deemed appropriate, the Government may authorize the release of certain information or data necessary for use by the Contractor in performance of task order work, and in such cases specific written authorization must be given in advance. Such data so released shall not be further disseminated and shall not be considered released into the public domain. The Contractor must ensure that this is included in all tiers of subcontracts. 4. Lobbying Restriction Energy and Water Development and Related Agencies Appropriations Act, 2008 The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. 5. Quality Control The Contractor is responsible for assuring the quality of its performance and that the work performed under the contract conforms to all contract requirements. While a formal Contractor Quality Control Plan is not required, the Contractor shall maintain a file of all quality control inspections, results, dates and details of corrective actions taken by the Contractor through the term of this contract. The file shall be the property of the Government and made available to the Technical Monitor (TM) during regular business hours. The file shall be turned over to the TM fifteen (15) business days prior to the completion of the contract or immediately upon notification of termination. The Government reserves the right to request the Contractor to provide corrective action plans in the event of Government concerns of Contractor delays in performance or deficient work product. 6. Travel The contractor shall travel to the minimum extent necessary to meet the objectives of the Performance Work Statement. The contractor is cautioned to keep travel cost to a minimum and to use time and cost-saving tools such as conference calls or videoconferencing to the maximum extent practicable. Contractor employees traveling to the same conference, meeting, or other such event shall consolidate the use of any car rentals with each other and with Government employees. Travel costs do not include expenses incurred in commuting to and from work and associated parking fees. Mileage expenses to and from locations other than the normal place of work that are within the normal commuting distance to and from a person?s workplace and associated parking fees in the normal amount paid per day are not considered reimbursable travel costs. Certain travel arrangements require specific authorization or prior approval in accordance with the Federal Travel Regulation (FTR). All travel must be fully funded prior to any travel costs being incurred or actual travel occurring. The contractor shall keep documentation to establish the reasonableness of travel costs to include comparison quotes for airline, hotel, and other related transportation (e.g. rental car) and shall provide this documentation to the Contracting Officer upon request. If travel is performed, travel and per diem will be reimbursed in accordance with the Federal Acquisition Regulation (FAR) Part 31 and the FTR in effect at the time of the travel. Travel payments will be made in accordance with the FTR based on 41 CFR 300-304 which implements statutory requirements and Executive branch policies for travel by Federal civilian employees and others authorized to travel at Government cost. For travel per diem rates or additional information regarding travel requirements see http://www.gsa.gov/federaltravelregulation. Contractor shall maintain receipts for the time periods specified and submit receipts with claim for reimbursement as stated in the FTR. ATTACHMENTS 1) Performance Work Statement 2) SEED Platform Performance Features 3) SEED Platform Overview 4) SF1034 Format Attachments can be found at http://www.fedconnect.net. QUOTATION PREPARATION 1) Offerors shall provide one (1) copy of a quotation which addresses all line items 2) Quotations shall not exceed 25 pages 3) Quotations shall include the individuals authorized to negotiate the resulting purchase order on behalf of the Contractor. The Contractor shall notify the CO in writing within three (3) business days as changes are made to the foregoing persons authorized to negotiate under this purchase order. 3) This solicitation does not commit the Government to pay any costs incurred in the submission of any quotation, or in making necessary studies or designs for the preparation thereof or for acquiring or contracting for any services relating thereto. 7) This is an Open-Market Combined Synopsis/Solicitation for services 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. This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract. INQUIRIES Questions concerning this solicitation shall be submitted via FedConnect no later than 2pm Eastern Standard Time on December 10, 2013. Any responses to questions will be addressed in an amendment to the solicitation. Offerors are encouraged to periodically check FedConnect to ascertain the status of any answers to questions, as hard copies will not be distributed. Requests shall include complete company name, address, and telephone number. E-MAIL, FAX AND PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. EVALUATION CRITERIA 1) Technical Capability 2) Past Performance 3) Price Technical Capability: The Offeror shall submit a narrative detailing its approach to providing the full range of services described in the PWS. The narrative shall also address how the contractor has satisfied its customers in the past and complied with applicable laws and regulations which may include the ability to meet contract requirements, good workmanship, quality, timeliness, responsiveness to customers and maintaining business relations as well as their ability to manage and document contract performance, costs and delivery schedules. Past Performance: Past performance information demonstrates how well the Offeror has satisfied its customers in the past. The Offeror shall provide the three (3) most relevant references for services or projects performed within the last 3 years and of the same or similar services, size, scope, and complexity. All contact information for the references shall be current. References that include contact information that is not current will not be considered. Offerors with no past performance history shall state so in the narrative. Government evaluators may avail themselves of various federal, state, and local past performance databases including, but not limited to, Past Performance Information Retrieval System (PPIRS) and Contractor Performance Assessment Reporting System (CPARS). Government evaluators reserve the right to contact any of the provided references to solicit additional information or clarification regarding the offeror?s past performance. Additionally, evaluator knowledge of your particular past performance may be utilized. Price: The Government will evaluate the reasonableness of the quoted price for the purchase order. As part of the quote submitted, Offerors shall propose labor categories and complete labor rate pricing information. Hourly rate pricing shall be fully burdened, inclusive of all wages, overheads including fringe benefits, general and administrative, and profit. Labor categories subject to the Service Contract Act (SCA) shall be clearly identified. DOE intends to award one purchase order to the responsible offeror whose quote is responsive to the solicitation and determined to be the best value to the Government. The Government will assess and make tradeoffs based on what the differences between or among competing technical capability quotes might mean in terms of anticipated performance and what the evaluated price premium may be to take advantage of any difference. DUE DATE AND RESPONSE INFORMATION Submission of quotes shall only be accepted through the FedConnect Response section. No email or hard copies will be accepted or considered. Information regarding how to submit offers via FedConnect can be found at http://www.fedconnect.net. For questions regarding FedConnect, contact FedConnect at support@FedConnect.net or by phone at 1-800-518-4726. Files submitted in response to the solicitations shall be identified as ?DE-SOL-0006397?. Quotes shall be received no later than 2pm Eastern Standard Time on December 13, 2013. Overview Reference number: DE-SOL-0006397 Issue date: 12/05/2013 Response due: 12/13/2013 02:00 PM ET Set Aside: Total Small Business NAICS: 541611-Administrative Management and General Management Consulting Services PSC / FSC: R415-SUPPORT- PROFESSIONAL: TECHNOLOGY SHARING/UTILIZAT Agency: DOE Contracting office: Golden Field Office U.S. Department of Energy Golden Field Office 15013 Denver West Parkway Golden, CO 80401 Place of Performance: Contact: Krista Weiland Phone: Fax: Email: krista.weiland@go.doe.gov Vendors conference:Location: Details: For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131206/SMALL/4768 Matching Key Words: video*; produc*; conference?; web; page?; business*; documentation; event?; distribut*; instruct*; commercial?; 

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510https://emars.ky.gov/online/vss/AltSelfService R – KENTUCKY REVERSE AUCTION SERVICES RFP : 1400000123 Offi SOL KENTUCKY REVERSE AUCTION SERVICES RFP : 1400000123 Office Of The Controller Published On : 12/16/13 Amended On : Closing On : 1/14/14 1:30 PM EST Time Left: 28 Days, 02:38:02 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131218/BID/0001 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 – TissueAttachment SOL UK-1326-14 TissueAttachment Due Date: 1-10-14 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131217/BID/0206 Matching Key Words: age:state!ky; state!ky;  Utah – Legal Notices http://www.utahlegals.com/ A service provided by Utah Press Association that consolidates public notices published in more than 35 newspapers across the state of Utah. R – REQUEST FOR PROPOSAL VIDEO PRODUCTION DESCRIPTION OF WORK: Centra SOL REQUEST FOR PROPOSALS VIDEO PRODUCTION DESCRIPTION OF WORK: Central Utah Water Conservancy District (the “District”) is accepting proposals to produce a series of short videos highlighting the District’s current and upcoming projects and facilities. The District is planning to have a series of videos created to increase public education and community outreach. The District would like to highlight current and ongoing projects, educate the public on the importance of water conservation to reach our goal of decreased per capit. READ MORE For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131216/BID/0210 Matching Key Words: video*; produc*; education*; produce?; 


Utah – Legal Notices http://www.utahlegals.com/ A service provided by Utah Press Association that consolidates public notices published in more than 35 newspapers across the state of Utah. R – Request for Proposals Video Production DESCRIPTION OF WORK: Cent SOL Request for Proposals Video Production DESCRIPTION OF WORK: Central Utah Water Conservancy District (the “District”) is accepting proposals to produce a series of short videos highlighting the District’s current and upcoming projects and facilities. The District is planning to have a series of videos created to increase public education and community outreach. The District would like to highlight current and ongoing projects, educate the public on the importance of water conservation to reach our goal of decreased per capita water use of 25% by 2025 and have the ability to e. READ MORE For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131216/BID/0211 Matching Key Words: video*; produc*; education*; produce?; production?;  Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com R – Development of Training Videos for WIC Clients: Electric Benefit Card SOL null Document Title: Development of Training Videos for WIC Clients: Electric Benefit Card Document Status: OPEN Version: 00000 Estimated Value  (US$): 20,000.00 Estimated Units: Not Available Open Date: 12/10/2013 11:58AM Close Date: 12/30/2013 03:00PM Last Changed Date:   Comm-PASS Category: Professional Services / HUMAN RESOURCES-Marketing Issuing Organization: Department of Public Health / Department of Public Health Procurement Type: Restricted To Use By Issuing Entity 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 Description: *This RFQ is open to vendors on contract through PRF50. Responses received from non PRF50 vendors will not be reviewed.* The purpose is to engage an experienced and qualified vendor who will develop, create and produce two (2) client videos. The client videos need to be narrated in English and Spanish for WIC clients for the purpose oftraining and promotion of a new WIC Electronic Benefit (EBT) Card. The videos will be used as an educational tool for WIC clients on how to process WIC transactions at grocery stores using their new WIC Card. It is critical that the videos are thoughtfully conceived, well executed and delivered effectively to enhance our message. The selected vendor will be responsible for project management, content development, creative script, finding talent, scouting filming locations, filming, and editing. The vendor will also produce a shortened version of the English and Spanish client videos, for the DPH website. The web videos will need to meet all ADA and EHS accessibility requirements for posting videos on the mass.gov website Related Solicitation Number: PRF50 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131213/BID/0006 Matching Key Words: video*; edit*; produc*; train*; website; web; education*; produce?; filming; 


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 – Neurovascular ProductsAttachment A (.xlsx) SOL UK-1322-14 Neurovascular ProductsAttachment A (.xlsx) Due Date: 1-3-14 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131213/BID/0283 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 – Chloraprep DressingAttachment A (.xls) SOL UK-1325-14 Chloraprep DressingAttachment A (.xls) Due Date: 1-10-14 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131213/BID/0284 Matching Key Words: age:state!ky; state!ky;  Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510https://emars.ky.gov/online/vss/AltSelfService U – Moot Court Attorney Trainer Services RFP : 1400000106 D SOL Moot Court Attorney Trainer Services RFP : 1400000106 Department Of Criminal Justice Training Published On : 12/6/13 Amended On : Closing On : 1/13/14 4:30 PM EST For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131210/BID/0001 Matching Key Words: age:state!ky; state!ky; 


Missouri – State of Missouri Commodities/Services https://www.moolb.mo.gov/BidList/bidbytype.asp?rtype=commo Harry S Truman Building, 301 West High St., Jefferson City, Missouri 65102 R – BROADCAST VIDEO PRODUCER SERVICES- MISSOURI DEPARTMENT OF CONSE SOL B3Z14122 BROADCAST VIDEO PRODUCER SERVICES- MISSOURI DEPARTMENT OF CONSERVATION Due Date: 12/31/2013 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131210/BID/0445 Matching Key Words: video*; produc*; produce?;  Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510https://emars.ky.gov/online/vss/AltSelfService R – Facilities & Support Services Construction Publis SOL Facilities & Support Services Construction Published On : 11/20/13 Amended On : 11/28/13 Closing On : 1/21/14 2:00 PM EST Time Left: 46 Days, 02:41:27 Open Autopsy Technician Services RFP : 1400000119 Justice – Office Of The Secretary Published On : 12/5/13 Amended On : Closing On : 1/14/14 4:00 PM EST Time Left: 39 Days, 04:41:27 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131207/BID/0015 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 76 – 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment B SOL K-0694-14 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment BAddendum 1 Due Date: 12-19-13 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131207/BID/0337 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 76 – 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment B SOL K-0694-14 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment B Due Date: 12-19-13 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131205/BID/0245 Matching Key Words: age:state!ky; state!ky;  Texas Public Notices http://tx.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across Texas. R – REQUEST FOR PROPOSALS THE CITY OF HIDALGO (CITY) and theREQUEST SOL REQUEST FOR PROPOSALS THE CITY OF HIDALGO (CITY) and theREQUEST FOR PROPOSALS THE CITY OF HIDALGO (CITY) and the TEXAS MUNICIPAL FACILITIES CORPORATION (TMFC) are soliciting proposals for ELECTRICITY SUPPLY. Awritten copy of the Request for Proposal (RFP) can be obtained from: City of Hidalgo, Purchasing Department, 704 East Texano Drive, Hidalgo, TX 78557. A printed copy of the proposal should be delivered to the same address. The due date for receipt of written proposals for the CITY and the TMFC is 3:00 PM December 11, 2013 at which time they will be opened. Pricing proposals should be emailed by 1:00 PM December 11, 2013 with a reprice at 1:00 PM on December 16, 2013 to: hidalgorfp2014@aol.com with acopy to: sresendez_cityofhidalgo@yahoo.com The CITY and the TMFC reserves the right to accept or reject all or parts of the bids, waive minor technicalities, and award the bid to best serve the interest of the CITY and the TMFC.Click here to view the public notice as it appeared in print.Appeared in: The Monitor on Monday, 12/02/2013 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131203/BID/0486 Matching Key Words: writ*; copy;  Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com T – Photography/Videography Services SOL null Document Title: Photography/Videography Services Document Status: OPEN Version: 00000 Estimated Value (US$): Not Available Estimated Units: Not Available Open Date: 11/26/2013 09:45AM Close Date: 12/16/2013 02:00PM Amendment Deadline: 12/09/2013 12:00PM Last Changed Date: 11/26/2013 09:51AM Comm-PASS Category: Professional Services  / HUMAN RESOURCES-Artists Issuing Organization: Worcester State University ( formerly Worcester State College) / Worcester State University ( formerly Worcester State College) Procurement Type: Restricted To Use By Issuing Entity Only Applicable Procurement Law: Not applicable to this document. 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 Description: Provide photographic and videographic services to enhance the website and other media Related Contract Number: Not Available For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131202/BID/0016 Matching Key Words: video*; website; 

Kentucky State Procurement

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 — 2014 SNAP-ED AND EFNED PROMOTIONAL ITEMS SOL K-0694-14 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment B Due Date: 12-19-13 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131206/KY/4594 Matching Key Words: age:state!ky; state!ky;  PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

FOR MORE NEWS

BeeNetwork


PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svg

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE:   U.S. Department of Defense

NAVY

General Electric, Lynn, Mass., was awarded a $572,500,000 three-year performance based logistics requirements contract, for the repair, replacement, and program support for 17 F414 engine (F/A-18 E, F and EA-18G aircraft) components.  Work will be performed at Fleet Readiness Center Southeast, Jacksonville, Fla. (60 percent) and Lynn, Mass. (40 percent), and work is expected to be completed by Dec. 31, 2016.  No contract funds will be obligated at the time of award.  No contract funds 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).  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-001M).  (Awarded on Dec. 30, 2013)

BAE Systems, Land & Armaments L.P., Minneapolis, Minn., was awarded a $19,273,217 modification to previously awarded contract (N00024-13-C-5314), to600px-US-DeptOfNavy-Seal.svg exercise options for fiscal 2014 MK 41 vertical launching system canister production requirements.  Production requirements will include 89 MK 21 MOD 3 (SM-6) canisters, coding plug assemblies, explosive bolts, and impulse cartridge assemblies.  Work will be performed in Aberdeen, S.D. (87 percent) and Minneapolis, Minn. (13 percent), and is expected to be completed by March 2016.  Fiscal 2014 weapons procurement, Navy funds in the amount of $19,273,217 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. (Awarded on Dec. 31, 2013)

Lockheed Martin Mission Systems & Training, Moorestown, N.J., was awarded a $14,432,389 firm-fixed-price delivery order under previously awarded basic ordering agreement for the production of one Mission Signal Processor equipment suite and two array simulator cabinets in support of the Aegis Training and Readiness Center.  Work will be performed in Moorestown, N.J., (59 percent), Clearwater, Fla., (40 percent), and Akron, Ohio, (1 percent) and is expected to be completed by November 2015.  Contract funds will not expire at the end of the current fiscal year.  Other procurement, Navy funding in the amount of $14,432,389 will be obligated at time of award.  The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-12-G-5123-0014).

Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $12,083,976 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0043) for the procurement of 11 AN/APR-39D(V)2 test assets for various naval aviation platforms, including testing support and travel costs.  Work will be performed in Rolling Meadows, Ill., and is expected to be completed in January 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy contract funds in the amount of $12,083,976 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.

Lockheed Martin Corp., Mission Systems and Training, Baltimore, Md., was awarded a $9,710,890 modification to previously awarded contract (N00024-11-C-5302) for MK 41 Vertical Launching System AEGIS Modernization module electronics production.  Work will be performed in Baltimore, Md. (12 percent); Clearwater, Fla. (48 percent); Mt. Laurel, Pa. (16 percent); Lewisburg, Tenn. (24 percent), and is expected to be completed by June 2015.  Fiscal 2013 other procurement, Navy, fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $9,710,890 will be obligated at time of award.  Contract funds in the amount of $401,781 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on Dec. 31, 2013)

Department of the ArmyARMY

Caduceus Healthcare Inc, Atlanta, Ga., was awarded a $19,751,538 firm-fixed-price contract for 35 certified registered nurse anesthetists.  Funding will be determined with each order.  Estimated completion date is Dec. 31, 2015.  Work will be performed at San Antonio Military Medical Center.  Bids were solicited via the web with eighteen received.  Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K00-13-D-0009).

DEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Conn., has been awarded a maximum $14,352,600 firm-fixed-price contract for helicopter bearing assembly spindle.  ThisDefense_Logistics_Agency contract is a sole source acquisition.  Location of performance is Connecticut with a Dec. 31, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPRPA1-11-G-001Y).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Ball Aerospace & Technologies, Systems Engineering Solutions, Albuquerque, N.M., has been awarded a $9,133,111 cost-plus-fixed-fee contract for Advanced Laser Effects Research branch (ALTER) to advance the state-of the-art of laser damage testing and target system vulnerability to laser weapons.  The deliverables for this task include:  beam train design documentation, test layout design and documentation, test hardware fabrication, test diagnostic instrumentation, raw data collection and documentation, test reports in the form of monthly technical status reports as required for test operations; and incidental programming or software developed during the test analysis and experimentation.  Work will be performed at Kirtland Air Force Base, N.M., and is expected to be completed on Jan. 13, 2017.  This award is the result of a competitive acquisition advertised on Federal Business Opportunities, and four offers were received.  Fiscal 2013 research and development funds in the amount of $731,000 are being obligated at time of award.  Air Force Research Laboratory Lasers Branch, Kirtland Air Force Base, N.M., is the contracting activity (FA9451-14-C-0313).

CORRECTION:  The contract to Komada LLC, announced Dec 31, 2013, did not have the correct city and state of the contractor.  The correct announcement should read: Komada, LLC, Marysville, Calif., has been awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Simplified Acquisition of Base Engineering Requirements (SABER) to provide construction for simplified, multi-trade construction at Beale Air Force Base, Calif.  Work performed includes a broad range of maintenance, repair, alteration and minor construction on real property valued at less than $750,000.  Work will be performed at Beale AFB, Calif., and is expected to be completed by Dec. 31, 2014.  This is a single source award and is the result of a competitive acquisition in which an open market of offers were solicited and eleven offers were received.  Fiscal 2014 operations and maintenance funds will be obligated with the first task order.  The 9th Contracting Squadron, Beale AFB, Calif., is the contracting activity (FA4686-14-D-0002).

U.S. TRANSPORTATION COMMAND

Alaska Airlines Inc., Seattle, Wash., (HTC711-13-D-C001/P00006); Atlas Air Inc., Purchase, N.Y. (HTC711-13-D-C002/P00006); Federal Express Corp., El Segundo,600px-US-TRANSCOM-Emblem.svg Calif., (HTC711-13-D-C003/P00006); Kalitta Air LLC, Leesburg, Va., (HTC711-13-D-C004/P00006); Miami Air International Inc., Miami, Fla., (HTC711-13-D-C005/P00006); National Air Cargo Group Inc., Ypsilanti, Mich., (HTC711-13-D-C006/P00006); Northern Air Cargo Inc., Anchorage, Alaska, (HTC711-13-D-C007/P00006); Omni Air International, Tulsa, Okla. (HTC711-13-D-C008/P00006); United Parcel Service Co., Louisville, Ky., (HTC711-13-D-C009/P00006); U.S. Airways Inc., Tempe, Ariz., (HT711-13-D-C010/P00006); and World Airways Inc., Peachtree City, Ga. (HTC711-13-D-C011/P00006), have been awarded an estimated $146,635,339 first option-year modification under an indefinite delivery/indefinite quantity, fixed-price, economic price adjustment contract for Category A international commercial air cargo transportation service for less-than-full pallet/plane loads.  Work will be performed worldwide as specified on each individual order, and is expected to be completed Jan. 31, 2015.  Funds will be obligated through decentralized orders.  This contract was a competitive acquisition solicited using the Federal Business Opportunities Website, and 13 offers were received under the initial procurement.  The contracting activity is U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill.

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a $31,937,493 cost-plus-fixed-fee and firm-fixed-price undefinitized contract action (FA8620-10-G-3038 0080 09) for United Kingdom contractor logistics support (CLS) phase 1 and 2 effort consisting of urgent repairs and services, logistics support, field service representative support, contractor inventory control point and spares management, depot repair, flight operations support and field maintenance.  Work will be performed in Poway, Calif., and is expected to be completed by March 31, 2015.  This award is the result of a sole-source acquisition.  This requirement is 100 percent foreign military sales for the government of United Kingdom.  Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgDayton Power and Light Co., Dayton, Ohio, has been awarded a $26,102,136 firm-fixed-price contract for base wide electrical services for Wright-Patterson Air Force Base, Ohio.  Work will be performed at Wright-Patterson AFB, Ohio, and is expected to be completed by Dec. 31, 2014. Type of appropriation is fiscal 2014 operations and maintenance funds.  Air Force Life Cycle Management Center/PZIO (WPAFB Operational Contracting), Wright-Patterson AFB, Ohio, is the contracting activity (FA8601-14-C-0013).

Komada LLC, Colorado Springs, Colo., has been awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for simplified acquisition of base engineering requests (SABER) to provide construction for simplified, multi-trade construction at Beale Air Force Base, Calif.  Work performed includes a broad range of maintenance, repair, alteration and minor construction on real property estimate at less than $750,000.  Work will be performed at Beale AFB, Calif., and is expected to be completed by Dec. 30, 2014.  This is a single source award and is the result of a competitive acquisition in which an open market of offers were solicited and eleven offers were received.  Fiscal 2014 operations and maintenance funds will be obligated with the first task order.  The 9th Contracting Squadron, Beale AFB, Calif., is the contracting activity (FA4686-12-D-0002).

Gulfstream Aerospace Corp., Savannah, Ga., has been awarded an $8,365,219 firm-fixed-price modification (P00061) on an existing contract (FA8106-11-C-0001) for recurring engineering services, field service representatives, and technical publications in support of a multi-service fleet of U.S. Air Force, U.S. Army and U.S. Navy C-20 and C-37 aircraft.  The contract modification is for the exercise of option three of four one-year options to extend the term of the contract.  Work will be performed at Savannah, Ga., and is expected to be completed by Dec. 31, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $8,365,219 are being obligated at time of award.  Air Force Life Cycle Management Center/WLKLB, Tinker Air Force Base, Okla., is the contracting activity.

Lockheed Martin Corp, Information Systems and Global Solutions, Goodyear, Ariz., has been awarded an $8,283,129 firm-fixed-price modification (P00020) on an existing contract (FA8620-11-C-3007) for a 12-month follow-on support effort on the Foreign Military Sales Peace Krypton Program for the Republic of Korea.  They will be providing a continuation of the current support of the system till the end of 2014.  The support is in three major components:  a field service representative; core support, which includes all full-time equivalent workers who perform the functions and tasking which support the Peace Krypton Program; a system depot support facility which is a lab at the contractors facility which simulates the same system located in South Korea.  The contractor also provides software development and software upgrades, various spares, obsolescence mitigation, and any task associated with maintaining and upgrading a reconnaissance system.  Work will be performed at Goodyear, Ariz., and is expected to be completed on Dec. 31, 2014.  This contract is 100 percent FMS.  The Air Force Life Cycle Management Center, ISR&SOF Directorate, Sensors and Foreign Military Sales Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

KPMG LLP, Mclean, Va., has been awarded a maximum $17,019,142 firm-fixed-price contract to provide all necessary management services, personnel and documentation required to support DLA’s financial audit. This contract is a competitive acquisition and six offers were received. Location of performance is Virginia withDefense_Logistics_Agency a Jan. 15, 2015 performance completion date.  Using military service is federal civilian agencies.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Va., (SP4703-11-A-0017-0035).

Department of the ArmyARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas was awarded a $263,410,000 firm-fixed-price contract for fourteen four pack Patriot missiles and seven launcher modifications kits for the Emirate of Kuwait.  Fiscal 2014 other procurement (Army) funds in the amount of $23,808,000 were obligated at the time of the award.  Estimated completion date is June 30, 2016.  One bid was solicited with one received.  Work will be performed in Grand Prairie, Texas; Lufkin, Texas; Camden, Ark.; Chelmsford, Mass.; Ocala, Fla.; El Paso, Texas; Huntsville, Ala.; and Anaheim, Calif.  Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity (W31P4Q-14-C-0034).

General Electric Co., Cincinnati, Ohio was awarded a $65,388,516 modification (P00020) to contract W58RGZ-12-D-0015 with Corpus Christi Army Depot for technical, engineering, and logistical services and supplies for the overhaul and repair of T-700 engines.  Funding and work performance location will be determined with each order.  Estimated completion date is Dec. 31, 2014.  Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, Calif., has been awarded an $116,069,077 cost-plus-incentive-fee contract modification (P00548) on contract (F04701-02-C-0002) for Space Vehicle (SV) 4 launch operations and support to integrate the space vehicle into the launch vehicle.  SV4 launch preparation activities begin at launch minus 12 months.  During this period, the contractor performs pre-launch planning and preparation activities for the launch and early orbit operations rehearsal campaign. Work will be performed at Sunnyvale, Calif., and El Segundo, Calif., and is expected to be completed July 31, 2019.  Fiscal 2014 missile procurement funds in the amount of $2,000,000 are being obligated at time of award. The Air Force Space and Missile Systems Center, PKJ, Los Angeles Air Force Base, Calif., is the contracting activity.

Alvarez & Marsal Real Estate Advisory Services, LLC, Washington, D.C., has been awarded an $88,000,000 indefinite-delivery/indefinite-quantity contract for356px-Seal_of_the_US_Air_Force.svg Air Force privatization, post closing management 2013 (PCM-13) services.  The contract provides advisory and assistance services for long-term post closing management services in support of the Air Force’s privatization of military housing, enhanced use leasing, value-based transaction, voluntary action program for real estate and environmental issues related to Base Realignment and Closure, Real Estate Transaction, and other programs throughout the United States.  This indefinite-delivery/indefinite-quantity contract has a five-year ordering period, with one additional year performance.  Work will be performed at the contractor’s facility in Washington, D.C., and various Air Force installations, and is expected to be complete by Dec. 26, 2019.  This award is the result of a competitive acquisition, and 100 offers were solicited and two offers were received.  Fiscal 2014 operation and maintenance funds in the amount of $3,000 are being obligated at time of award.  772 Enterprise Sourcing Squadron/PKS, Joint Base San Antonio, Lackland, Texas, is the contracting activity (FA8903-14-D-0040).

Lockheed Martin Information Systems & Global Services, Colorado Springs, Colo., has been awarded a $47,347,121 modification (P00302) exercising an option to an existing contract (F19628-00-C-0019) to support critical mission operations for NORAD Cheyenne Mountain Complex/Integrated Tactical Warning/Attack Assessment in support of air, missile and space defense for the national command authority.  This sustainment effort encompasses operations, maintenance and support to maintain mission integrity for the Target System Architecture systems at Cheyenne Mountain Air Force Station, Colo., the Alternate Mission Command Center, and forward user and sensor sites, as well as maintenance of legacy systems at Peterson Air Force Base, Colo., Test Development Facility, Space Training System and Joint Space Operations at Vandenberg AFB, Calif., and the ISC2 Test and Integration Lab in Colorado Springs, Colo.  Also included are the 721 CS, the Cheyenne Mountain Communications Squadron support. Work will be performed at Colorado Springs, Colo., and Vandenberg AFB, Calif., and is expected to be completed by Sep. 30, 2014. Fiscal 2014 operations and maintenance funds in the amount of $6,520,588 are being obligated at time of award.  Air Force Life Cycle Management Center/HBQK, Peterson AFB, Colo., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

TeraRecon, Inc.,* Foster City, Calif., has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for the procurement of  radiology systems, subsystems, accessories, service, manuals and repair parts. This contract is a competitive acquisition, and fifty offers were received. Location of performance is California with a Dec. 22, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal year 2014 working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE2D1-14-D-0001).

Brothers Produce, Inc.,* Houston, Texas, has been awarded a maximum $21,474,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for the procurement of full line fresh fruit and vegetable support to non-Department of Defense customers in the Dallas-Fort Worth schools zone.  This contract is a competitive acquisition, and three offers were received. Location of performance is Texas with a July 6, 2018 performance completion date.  Using service is U.S. Department of Agriculture school customers.  Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-8607).

ARMY

CDM Federal Programs, Kansas City, Mo., was awarded a $9,500,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for civil works forDepartment of the Army the Kansas City District of the Corps of Engineers.  Funding will be determined with each order.  Work to be performed will be determined with each order, and is expected to be complete Dec. 26, 2018.  Bids were solicited via the Internet with 11 received.  The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-14-D-1003).

*Mythics, Incorporated, Virginia Beach, Va., was awarded a $19,770,292 firm-fixed-price modification (BA0415) of contract (W91QUZ-06-A-0003) in exercise of option year two for new products and support for Oracle.  Work will be performed in Alexandria, Va., and expected to be complete Dec. 31, 2014.  The contract will be incrementally funded using fiscal year 2014 operations and maintenance funds.  The U.S. Army Contracting Command, Rock Island Arsenal, Ill. is the contracting activity.

NAVY

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $574,538,664 firm-fixed-price, multi-year procurement contract (N00024-14-C-5114) for the production of the Aegis Weapon System MK 7 equipment sets in support of the DDG 51 Shipbuilding Program and an option for Aegis Ashore Missile Defense System, Host Nation Poland, and engineering services.  This procurement includes economic order quantity, advance procurement funding for production related materials for the multi-year procurement ship sets.  Work will be performed in Moorestown, N.J. (85.5 percent); Clearwater, Fla. (13.1 percent); and Akron, Ohio (1.4 percent), and is expected to be completed by September 2021.  Fiscal 2013 shipbuilding and conversion, Navy funds in the amount of $308,360,317 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was awarded as a sole-source contract authorized under 10 U.S.C. 2304(c)(1) – only one or limited number of sources and no other suppliers will satisfy the requirements.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgLockheed Martin Corp., Mission Systems and Training, Manassas, Va., is being awarded an $84,650,745 modification to previously awarded contract (N00024-13-C-6272) for fiscal 2014 Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) production.   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.   The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 14 (TI-14) for the United States submarine fleet.  This modification will purchase TI-14 System Upgrades for 12 ships including pre-cable kits.  Work will be performed in Manassas, Va. (60 percent) and Clearwater, Fla. (40 percent), and is expected to be completed by September 2018.  Fiscal 2012, 2013, 2014 shipbuilding and conversion, Navy and fiscal 2014 other procurement, Navy contract funds in the amount $81,681,413 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 Navy Yard, Washington, D.C., is the contracting activity (N00024-13-C-6272).

Raytheon Technical Services Co., Indianapolis, Ind., is being awarded $40,911,284 ceiling priced delivery order 7000 against previously issued basic ordering agreement (N00383-14-G-006D) for the repair of 40 Weapon Replaceable Assemblies of the APG 65/73 Radar System used in support of the F/A-18 aircraft.  Work will be performed in Indianapolis, Ind. (57 percent); El Segundo, Calif. (24 percent); Forest, Miss. (17 percent); Andover, Maine (2 percent), and work is expected to be completed no later than December 2015.   Fiscal 2014 Navy working capital funds in the amount of $20,455,642 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 and is issued on a sole-source basis in accordance with 10 U.S.C. 2304(c)(1).  Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

T. B. Penick & Sons, Inc., San Diego, Calif., is being awarded $18,702,988 for firm-fixed-price task order 0007 under a previously awarded multiple award construction contract (N62473-10-D-5412) for renovation of the medical clinic at Marine Corps Air Ground Combat Center, Twentynine Palms.  The work to be performed provides for replacement of a medical clinic with multi-story concrete masonry unit building on a concrete foundation to deliver primary care, physical therapy, behavioral and deployment health, and ancillary and diagnostic imaging services. Supporting facilities will include utilities, site improvements, parking, signage, and environmental protection measures.  Existing clinic and site structures will be demolished after new clinic has been completed.  The task order also contains one planned modification, which if exercised would increase cumulative task order value to $18,723,488.  Work will be performed in Twentynine Palms, Calif., and is expected to be completed by September 2015.   Fiscal 2013 military construction, Defense medical contract funds in the amount of $18,702,988 are obligated on this award and will not expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BAE Systems Information and Electronic Systems Integration (IESI), Inc., Greenlawn, N.Y., is being awarded a $16,472,873 firm-fixed-price contract for the procurement of Common Identification Friend or Foe hardware for the U.S. Army, U.S. Navy, and the governments of Korea, Taiwan, and the United Arab Emirates, including transponders, remote control units, mounts, power supplies; chasses, displays, repairs, and modification kits.  Work will be performed in Greenlawn, N.Y. (86 percent) and Scottsdale, Ariz. (14 percent), and is expected to be completed in January 2016.   Fiscal 2012, 2013 aircraft procurement, Navy; Fiscal 2013 aircraft procurement, Army; Fiscal 2012, 2013, 2014 other procurement, Navy; Fiscal 2013, 2014 research, development, test and evaluation, Navy; Fiscal 2014 aircraft procurement, Navy; Fiscal 2014 operations and maintenance, Navy; Fiscal 2014 Navy working capital funds; and Foreign Military Sales contract funds in the amount of $16,472,873 are being obligated at time of award, $722,959 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Army ($7,938,757; 48.2 percent); U.S. Navy ($6,682,819; 40.6 percent), and the Governments of Korea ($820,525; 5 percent), Taiwan ($781,676; 4.7 percent); and the United Arab Emirates ($249,096; 1.5 percent) under the Foreign Military Sales program. This contract was not competitively procured pursuant to FAR 302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0034).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

FOR MORE NEWS

BeeNetwork


PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

CONTRIBUTING SOURCE:   Kentucky Procurement Assistance Program

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

R — Persian Language Non News Show BBG50-R-14-0001 011314 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov Solicitation No. BBG50-R-14-0001
Questions and Answers
Extended – January 13, 2014

“Solicitation No. BBG50-R-14-0001 is hereby amended to extend the response deadline to Monday, January 13, 2014. There will be no further questions accepted duringBroadcasting Board of Governors this extension. All previous offerors that submitted a proposal is welcome to re-submit another proposal at your discretion and expense. In response to questions received from vendors on the subject RFQ, the Broadcasting Board of Governors (BBG) is providing responses with the following information cited below:”

Question No. 1:

For the 10 minute demo segment, are you looking for something like a screen test for analyzing the talent’s on-air appearance, language skills and delivery? Or are you looking for an actual story line with the talent, again for analysis, but also including b-roll, graphics, etc. which would be more like 1/3 of an actual program?

Answer: The 10-minute demo segment’s content is at the Offeror’s professional and creative discretion. The on-air talent will be evaluated based on the evaluation criteria outlined in the Statement of Work (SOW).

Question No. 2:

To clarify the production details, are you expecting Farsi-speaking reporters on location in LA, NY, DC London and the Middle East, as news breaks? Or are you expecting to see B-Roll from those locations with the studio host describing the events? We understand there may be two hosts, perhaps a male and a female but the question is whether they (or one of them) is supposed to “on the scene” as events unfold, or simply reporting over the b-roll seen on the studio set’s monitors.

Answer: The show is to be shot on location on the West Coast of the United States (primarily Los Angeles), per the SOW. The Agency is expecting Farsi-speaking reporters on location in Los Angeles, CA. The hosts are expected to be in studio. The episode content is at the Offeror’s professional and creative discretion and that the Offeror shall comply with the SOW.

Question No. 3:

Do you expect to have remote live conversations during the studio shooting using systems such as Skype or Google Hangouts on the Air?

Answer: The episode content is at the Offeror’s professional and creative discretion.

Question No. 4:

Is there an incumbent for this work? Who is the incumbent for this work? Is there an incumbent vendor for previous series of this type that may have worked on politics, but will now simply switch to entertainment angle?

Answer: There is no incumbent for this requirement.

Question No. 5:

What is the expected target range of the contract’s value?

Answer: The contract’s value will be determined by the competitive range of the technically acceptable offerors.

Question No. 6:

What other companies have you worked with to support similar efforts in the past?

Answer: BBG has produced similar programming in-house. BBG is seeking for the Contractor to complete a turnkey requirement in accordance with the SOW.

Question No. 7:

Since the numbers of remotes, and the locations of where relevant events are unfolding, are both extremely variable, is there a way to suggest to prospective vendors a set number of locations and specific target cities we all should use for budgeting? Without a consistent number, and representative target locations, it will be extremely difficult to compare submitted budgets.

Answer: The show is to be shot on location on the West Coast of the United States (primarily Los Angeles, CA), per the SOW. The agency is only requiring Farsi-speaking reporters on location in Los Angeles, CA. The Offeror may, in its discretion, provide remotes and reporters at other locations at its discretion, but BBG is not requiring it. Offerors will not be evaluated on their ability to provide reporters in locations outside of Los Angeles, CA.

Question No. 8:

As an alternative, is there a way to structure the proposal so travel and lodging are managed under a separate contract?

Answer: No. BBG is seeking for the Contractor to complete a turnkey requirement in accordance with the SOW.

Question No. 9:

The contract describes 55 days for production of the first program (45 days for production + 10 days for approval) followed by 4 shows per month for the next three months. This totals 13.
1. Is this the plan for the second series of 13 programs?
2. If so, then should vendors plan for the same 55 days before the 14th show is delivered? This means there will be a two-month gap between show #13 and show #14 and this is repeated on each new 13 part series.

Answer: The second series of programming is in the option period that may or may not be exercised. The deliverable schedule will be determined by the COR prior to performance.

Question No. 10:

Has the BBG considered pulling talent from the existing roster of VOA talent pool?

Answer: Hiring talent for the show that is the subject of this procurement is the responsibility of the Offeror.

US Dept Of LaborDepartment of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028

99 — Food Service – Cafeteria – Culinary Arts FS123013 011414 Annette Osborne, Buyer Horizons Youth Services, Phone 606-433-2258, Fax 606-433-5401, Email osborne.annette@jobcorps.org – Paulena Davis, Finance and Admin Director Horizons Youth Services, Phone 606-433-2259, Fax 606-433-5401, Email davis.paulena@jobcorps.org THIS IS A SUBCONTRACTING 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 be in effect until March 31, 2014

The attached spreadsheet contains a complete list of items and to be purchased. Bidders are required to enter pricing on the spreadshet provided only. Enter the quantity, pack size, and the cost in the designated columns only. Bids submitted in other formats will be disregarded.

Completed bids must be e-mailed to osborne.annette@jobcorps.org by the dealine of January 14, 2014, 4:30pm EST. Late bids will not be accepted.

Place of Performance: 478 Meadows Branch Prestonsburg, KY 41653 US URL:https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/FS123013/listing.html
OutreachSystems Article Number: 131231/PROCURE/0195
Matching Key Words: state!ky;

National Aeronautics and Space Administration, Glenn Research Center, Office of Procurement, NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

R–TECHNICAL INFORMATION ADMINISTRATION AND LOGISTICS SERVICES TIALS 2 NNC14ZCH011L 011614 Michelle A. Mader, Contracting Officer,300px-NASA_logo.svg Phone 216-433-2765, Fax 216-433-2480, Email Michelle.A.Mader@nasa.gov – Joseph Dorsey, Contract Specialist, Phone 216-433-8153, Fax 216-433-5093, Email Joseph.C.Dorsey@nasa.gov Michelle A. Mader NASA/GRC is hereby soliciting information about potential sources for a cost plus fixed fee, follow-on, onsite support services contract for the following: 1.0 LOGISTICS SERVICES Property/Equipment Management receives, tracks, stores, screens, redistributes, and disposes of Glenn property. This area maintains the system that tracks equipment; produces and maintains records for lost, damaged, or destroyed equipment; conducts annual physical inventories; tracks and documents loans of Government property; and tracks capitalized equipment. Staff members pick up, receive, inspect, redistribute, warehouse, and maintain records for all excess property, including scrap material; prepare computing equipment for reuse; process requests for the reuse or donation of excess and surplus property; conduct Internet auctions of surplus property; manage Glenns Hold Storage system for stock items; conduct an annual inventory; and maintain a website. Supply Management identifies, documents, and physically controls all inventory items by identifying storage space; managing, warehousing, and maintaining stores stock, program stock, and standby stock (including hazardous chemicals); shipping and receiving hazardous drums and cylinders; and managing returnable containers. Staff members also provide standard and clean-room laundry services and monitor, track, and control the tool cribincluding machining and fabrication test equipment, hardware, and software. Freight Traffic encompasses traffic management, shipping, and receiving. This includes ensuring custody and centralized control over inbound and outbound shipments, packing items and completing shipping documents, maintaining forms and documentation, processing and distributing freight bills, and resolving overdue notices for collect freight bills. Transportation conducts studies for proposed transportation activities; provide bus transportation for personnel; and load, unload, pick up, and deliver instruments, machinery, office equipment, printed matter, and interoffice and U.S. Postal Service mail. In addition, recyclable materials and hazardous materials and waste are picked up and transported to designated locations. Staff members maintain Glenns vehicles, operate the motor vehicle dispatch service, and operate, manage, and keep records for motor pool vehicles, other Government vehicles, fuels, and the garage. Move Operations provides technical leadership, guidance, and logistics for all Glenn personnel moves and analyzing all move requests in accordance with guidelines. 2.0 STOCK PURCHASES Stock Purchases uses the NASA Glenn Supply Management Systems to administer the Glenn supply management program consisting of stores stock and program stock. 3.0 MEDIA SERVICES Media Services helps Glenns researchers document and publish their results and achievements. Staff members provide publishing, duplicating, imaging, and educational program services for Glenn as well as computer application support for the Logistics and TechnicalInformation Division and editing and proposal support for the Research and Technology Directorate. Publishing services include editing; the preparation and manipulation of photographs, illustrations, and drawings; electronic document formatting; and information management services and a customer interface for scientific and technical documents as well as publishing not related to research. This includes illustrations and design for printing, projected visuals, exhibits, displays, presentations, three-dimensional models, and Web pages. The Imaging Technology Center provides photographic, imaging, and animation support for aeronautical research, engineering, physical science, and other programsboth to document technical research and events and to inform the public of research advances. Educational Services develops NASAs next-generation workforce by creating projects and opportunities that attract and retain students in science, technology, engineering, and mathematics disciplines. Other staff members support the Research and Technology Directorate with technical writing and editing, award nomination coordination and package preparation, and new proposal coordination and publication support. Duplicating Services duplicates, assembles, binds, addresses, and prepares documents for distribution; repairs and maintains Government-owned office equipment; sends out orders for printing by the Government Printing Office. Forms Management creates and maintains all Glenn forms. 4.0 RECORDS MANAGEMENT AND HISTORY OFFICE Records Management provides a variety of services to ensure that Glenns functions are documented adequately in accordance with regulation and business needs. The core of this function is the understanding and application of National Archives regulations as they pertain to records creation, maintenance, storage, accessibility, safeguarding, and disposition. Staff members maintain and manage their own inactive records storage facility, which requires preparing boxes for storage, tracking through a database, and retrieval whenever necessary. Records management is a customer-service-focused organization that assists employees with understanding and applying records retention schedules, developing file plans and inventories, and assisting with records clean-up activities. Records search and retrieval for Freedom of Information Act requests, audit activities, and research projects are other key services. The mission of the History Office and archives area is to ensure that the Glenn community can use and interpret historical resources to better understand current programs and culture. Responsibilities include the oversight and management of the Centers archives through collection development, appraisal of materials, description of materials, and ensuring accessibility through the creation of finding aids. The History Office provides both a basic reference service and more in-depth research of historical topics. This is done through the exploration of current archival holdings, materials held by records management, and interaction with retirees through oral history interviews. Research is documented through historical writing ranging from essays to peer-reviewed books, exhibits, and Web applications. Of particular focus is the documentation of historic facilities as required by the Historic Preservation Act. The History Office works closely with the Centers historic preservation officer and the State Historic Preservation Office to ensure that mitigation requirements are met when a historic facility is demolished or altered. 5.0 LIBRARY AND LEARNING CENTER The Glenn Science & Engineering Library provides librarians and clerical support for Glenns library, including participation on NASA teams for operating the NASA Digital Library. This includes charging and discharging materials, issuing late and recall notices, preparing materials, and routing to successive requestors, as well as receiving, processing, shelving, or filing books, journals, research reports, specifications, microfiche, and other library materials. The area acquires books, subscriptions, specifications and standards, documents, audiovisual materials, microforms, and CDROMs and other electronic materials for the Library. This involves purchasing subscriptions and maintaining library copies and records: ordering books, other documents, and audiovisual materials; and processing interlibrary loan requests to other libraries and from other NASA libraries. New and previously uncatalogued library collection materials are catalogued, and comprehensive reference services are provided. This area also provides local computer support for electronic library systems, administers Glenns Bibliographic Web database, and conducts outreach activities to promote the library and its services. The Learning Center provides about 1200 individual instruction classes for civil service and support service contractor personnel in many different disciplines. 6.0/7.0 ADMINISTRATIVE AND CLERICAL SERVICES The administrative and clerical services area is essential to the daily operations of Glenn. Services offered include standard support positions, as well as organizational-specific roles. Administrative support staff members facilitate efficient operations through exceptional customer service in allstandard business practices. Administrative Services provides qualified candidates for a wide range of support positions, enabling organizations to perform optimally. General tasks include, but are not limited to, project coordination, database and spreadsheet maintenance, data analysis, Web content maintenance, and configuration management. Clerical Services provides branch, division, and office support to accomplish an organizations clerical tasks and requirements. Clerical support candidates are proficient in the processes needed to complete tasks including, but not limited to expense reports, acquisition support, meeting support and minutes, correspondence preparation, workshop coordination, calendar management, and office coverage. 8.0 METROLOGY The Calibration Lab inspects, repairs, and calibrates instrumentation used for test and measurement. It uses standards that are traceable to the National Institute of Standards and Technology and that are derived from natural physical constants, radio measurements, or comparison to consensus standards. This service includes metrology-oriented engineering consultation, metrology networking, leveraging other Government laboratories, and maintaining compliance with NASA standards. [End Description] The contractor will required to provide an approximate workforce of 270 employees to cover the above functions. The estimated period of performance is five (5) years, with one (1) two-year base and three (3) one-year options. The estimated total contract value is $125 million. The National Aeronautics and Space Administration (NASA) Glenn Research Center is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. A link to the current contract will be provided in said synopsis. Therefore, interested offerors/vendors are asked not to request a copy at this time. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirements should submit a capability statement of ten (10) pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number). List any contract transition experiences that your company has had with contracts of this size. Explain to us how you would go about transitioning. Describe any experiences that your business has had with Collective Bargaining Agreements (CBAs) and the Service Contract Act. The requirement is not considered to be a commercial-type service. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Joseph Dorsey (Joseph.C.Dorsey@nasa.gov) no later than 4:30P.M, EST, January 16, 2014. Please reference NNC14ZCH011L in any response. Any referenced notes may be viewed at the following URLs linked below.
URL: https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14ZCH011L/listing.html
OutreachSystems Article Number: 131231/PROCURE/0208
Matching Key Words: writ*; copy; technical; standard; operating;

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166

R — Radio, Television and Multi-Media Services BBG45-S-14-OCB0001(A) 011414 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Fax 305-437-7037, Email mamps@ocb.ibb.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. BBG45-S-14-OCB0001(A) is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-071, dated November 25, 2013.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.

(v) The contractor shall provide a Firm Fixed Price proposal showing an assignment for a base period of three (3) months and two (2) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Radio, Television and Multimedia services as described in the attached Statements of Work (SOW) for Office of Cuba Broadcasting (OCB) in Miami, Florida.

(vii) The period of performance is February 1, 2014 through April 30, 2014. The Contractor shall submit a monthly 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.

Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.

2. Contractors shall submit their price proposals for base and option periods on an assignment basis. Assignments will be equivalent to either four (4) or eight (8) hours of work. Price proposals should include pricing for both timeframes. Assignments will be on an as-needed basis, subject to availability of funds and mission consideration.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(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 may not be evaluated favorably or unfavorably on past performance, and

3) A separate Price Proposal showing a breakdown of the price by the following price factors: a) 8-hour assignment; b) 4-hour assignment; and c) other costs, if applicable to the requirement. Prices for all of the listed CLIN shall be noted in English and United States dollars.

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(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 (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. (End of Clause)

(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; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program 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 (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); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases 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: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.

(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 proposals will not be accepted.

Questions must be submitted in writing and only via email to Brian Clark at bwclark@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on December 30, 2013.

ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW. Proposals are due to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, Florida 33166 before 12:00 p.m. Eastern Daylight Time on January 14, 2014.

(xvi) Contact: Mary Amps, Contracting Officer, email: mamps@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-S-14-OCB0001(A)/listing.html
OutreachSystems Article Number: 131224/PROCURE/0051
Matching Key Words: naics!711510;

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

R — Persian Language Non News Programming BBG50-R-14-0004 123013 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, EmailBroadcasting Board of Governors wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov ; sp;

Solicitation No. BBG50-R-14-0004 is hereby amended to extent the response deadline to Monday, December 30, 2013 and in response to questions received from vendors on the subject RFQ, the Broadcasting Board of Governors (BBG) is providing responses with the following information cited below:

Question No. 1: Who will be responsible for payment of musical guest Andranik Madadian?
Answer No. 1: The Contractor is responsible.

Question No. 2: What is his fee?
Answer No. 2: The Contractor negotiates his fee.

Question No. 3: Has Andranik Madadian’s availability for Norwuz been confirmed?
Answer No. 3: The Contractor confirms his availability.

Question No. 4: Will the concert be broadcast live or taped live and re-broadcast at a later date?
Answer No. 4: The event will be taped live and re-broadcast on Norwuz, March 20, 2014.

Question No. 5: Where will the concert take place? LA, New York, DC? Multiple locations?
Answer No. 5: Los Angeles

Question No. 6: Will the contractor be responsible for identifying and paying for additional talent?
Answer No. 6: The Contractor will propose any additional talent and will be responsible for negotiating and paying for any additional fees.

Question No. 7: Since this request has a specified LA location with a specific person already selected as the talent, we are unclear as to what the 10-minute demo should include.
Answer No. 7: The 10-minute demonstration video may be a newly or previously taped event. BBG is requesting the video should show the ability to perform the requirement.

Question No. 8: Can you elaborate on where this is to be televised?
Answer No. 8: This event will be broadcast on VOA Persian TV in Iran.

Question No. 9: Are you expecting a fiber or satellite feed to the Middle East, an internet broadcast or possibly a live recording distributedlater on DVD?
Answer No. 9: BBG has not determined its method of delivery for this requirement.

Question No. 10: If this is a live televised event can you confirm that no editing is required and that this will be switched live during the telecast?
Answer No. 10: This event will be recorded live, edited and taped on Nowruz, March 20, 2014.

Question No. 11: Can you describe the titles or lower thirds required for the end product?
Answer No. 11: BBG will do the lower thirds.

Question No. 12: Are you certain that this should be shot in SD?
Answer No. 12: Yes.

Question No. 13: What frame rate is this to be shot in? PAL (625 lines @ 25 frames per second) is the format required for Iranian television. In HD there is also a 25 Frame per second option.
Answer No. 13: The frame rate BBG wants is NTSE HD.

Question No. 14: Is there an incumbent for this work?
Answer No. 14: No. This is a new requirement.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0004/listing.html
OutreachSystems Article Number: 131224/PROCURE/0350
Matching Key Words: video*; edit*; produc*; you; event?; distribut*; broadcast*; naics!512110;

USABID State and Local Purchases

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

T – Massachusetts Tiered System of Supports: Massachusetts Tiered System of Supports Video Production SOL null Document Title: Massachusetts Tiered System of Supports: Massachusetts Tiered System of Supports Video Production Document Status: OPEN Version: 00000 Estimated Value (US$): 320,000.00 Estimated Units: Not Available Open Date: 12/31/2013 01:00PM Close Date: 01/22/2014 05:00PM Amendment Deadline: 01/22/2014 04:00PM Last Changed Date: 12/31/2013 01:01PM 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: 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: adeline Levine, Marcia Mittnacht, Linda Tarmy, Media, Media Production, Filming, OTSS, SEPP Description: The Department of Elementary and SecondaryEducation is seeking a vendor to film activities in schools and classrooms across Massachusetts documenting the implementation of elements of the Massachusetts Tiered System of Supports (MTSS). This vendor will be responsible for editing and producing video case studies of varying length. This vendor will also be expected to film and produce video records of training activities that can be used to help educators develop a tiered system of supports. This RFQ is only open to those vendors currently awarded a contract under the Departmental Master Agreement RFR # 14OTSLT1 in category 5.3 ONLY. Related Contract Number: 14RFQOTSLT3 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140103/BID/0011
Matching Key Words: video*; film?; edit*; produc*; train*; education*; produce?; production?; filming;

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 – Neurovascular ProductsAttachment A (.xlsx)Addendum #1 SOL UK-1322-14 Neurovascular ProductsAttachment A (.xlsx)Addendum #1 Due Date: New Date1-10-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140103/BID/0256
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=192646611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Methadose Oral Concentrate SOL IFB-3166-0-2014/KBM Methadose Oral Concentrate Due Date: 1/8/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140101/BID/0112
Matching Key Words: age:state!ky; state!ky;

Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.

R – REQUEST FOR PROPOSALS NOTICE TO NON-PROFIT COMMUNITYREQUEST FOR SOL REQUEST FOR PROPOSALS NOTICE TO NON-PROFIT COMMUNITYREQUEST FOR PROPOSALS NOTICE TO NON-PROFIT COMMUNITY HOUSING DEVELOPMENT ORGANIZATIONS (CHDO) 2012 HOME PROGRAM The City of Scranton, Office of Economic and Community Development (OECD), issues a public notice that it is requesting proposals from eligible non-profit Community Housing Development Organizations (CHDO) to develop, sponsor, own or revitalize affordable housing for income eligible households in the City of Scranton, Federal Funding form the U.S. Department of Housing and Urban Development’s HOME Investment Partnership Program will be used for this program. Please contact 348-4216 to receive a copyof the written Request for Proposal application. The minimum CHDO funding amount for 2012 is $65,000.00 and will be made available for an eligible housing related project. Sealed proposals must be received by the City of Scranton’s Controller’s Office, 2nd Floor, City Hall, 340 North Washington Avenue, Scranton, PA 18503 until 2:00 p.m. on Wednesday, January 15, 2014 at which time will be opened in the Controller’s Office. The City of Scranton’ Office of Economic and Community Development reserves the right to reject any or all bids or any part of any bid in connection with said project. Linda B. Aebli Executive Director Office of Economic and Community Development Appeared in: Scranton Times on Monday, 12/23/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131224/BID/0450
Matching Key Words: writ*; copy;

Kentucky State Procurement

Jarboe Construction, Inc., 1017 South Broadway, Lexington, KY 40504

99 — POTENTIAL CONSTRUCTION SUBCONTRACTING OPPORTUNITIES. POC Jarboe Construction, Inc. is actively seeking MBE/WBE/DBE participation for RFB-156-14 The Council of State Governments Building Complex Renovation – Fayette County – Lexington. Opportunities exist for: Plumbing, Concrete, HVAC, Casework, Doors/Frames/Hardware, Painting, Commercial Windows, Window Blinds, Electrical, Sprinklers, Casework, Epoxy Painting, Signage, Sprayfoam Insulation, Asphalt Paving and Landscaping. Project is Scale. Bids Due THURSDAY, JANUARY 23rd, 2014 By 1pm. Plans and specifications available from http://www.lynnimaging.com/distribution/. Contact Jim Tudor by phone 859-277-2403 ext. 24, email jtudor@jarboeconstruction.com, or fax 859-277-9109. This notice is provided courtesy of the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization. This notice is provided courtesy of the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 140102/KY/4715
Matching Key Words: age:state!ky; state!ky;

TEM Group, Inc., 3560 Bashford Avenue, Louisville, KY 40218

R — POTENTIAL CONSTRUCTION SUBCONTRACTING OPPORTUNITIES FOR DBE SUBCONTRACTORS. PH: 502-454-0101; Fax 502-454-0492 We will be bidding as a prime contractor to the Frankfort Plant Board, Frankfort, KY on the Generator Building project bidding January 16, 2014. Prevailing Wage Rates Apply. We are interested in receiving subcontract and supplier bids on the following categories of work: Earthwork, Hauling, Precast concrete, Retaining Wall, Paving, Sidewalks, Landscaping, Seeding, Re-steel Installation, Foundations, Miscellaneous fabricated metals, Plumbing, HVAC, Painting, Electrical, Generators, Fuel storage tanks, diesel fuel delivery, Paralleling switchgear, Electrical distribution equipment, Light fixtures and lamps, Sheet metal duct work, Surveying and Construction Staking The bidding documents for this project were prepared by GRW Engineers and may be seen at the following locations: The Frankfort Plant Board, 317 W. Second St, Frankfort, KY 40601; GRW Engineers, Inc., 801 Corporate Drive, Lexington, KY 40503; McGraw-Hill Construction Dodge, http://www.construction.com/projectcenter/, dodge_document_ca@mcgraw-hill.com, Jennifer Johnson, jennifer.hohnson@mhfi.com; Cabinet for Economic Development, Office of Entrepreneurship – Government Procurement, Old Capitol Annex, 300 West Broadway, Frankfort, KY 40601, Attn: Marilyn LeBourveau, Marilyn.LeBourveau@ky.gov, 502-782-1959, 1-800-838-3266; Builders Exchange of KY, Inc., 2300 Meadow Drive, Louisville, KY 40205, Attn: Mary Beth Hewett, (502) 459-9800, Laura Willette, lwillette@bxkentucky.com, Mary Beth Hewett, mhewett@bxkentucky.com. We would appreciate your indicating your interest in this project by Monday January 13, 2014. Please check the appropriate space and return to us by fax 502-454-0492 or by e-mail to Patrick Adams; pabrams@temelectric.com Yes, I am interested _____ No, I am not interested _____ If you are interested in some portion of the project, please contact us to discuss.
OutreachSystems Article Number: 131231/KY/4702
Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

FOR MORE NEWS

BeeNetwork


PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svg

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE:   U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

AMI Industries, Inc., doing business as Goodrich Interiors Specialty Seating, Colorado Springs, Colo., has been awarded a maximum $8,817,781 firm-fixed-priceDefense_Logistics_Agency contract for installation of aircraft ejection seats.  This contract is a sole-source acquisition.  Locations of performance are Colorado, Oman, and Iraq with an Aug. 15, 2016 performance completion date.  Using service is Oman and Iraq.  Type of appropriation is fiscal year 2015 through fiscal year 2016 foreign military sales.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-14-D-0001).

ARMY

Foresight Renewable Solutions, LLC, San Francisco, Calif. was awarded a $7,000,000,000 firm–fixed-price, indefinite-delivery/indefinite-quantity contract for use in completing and awarding power purchase agreement task orders.  Funding and work performance location will be determined with each order.  Estimated completion date is Jan. 28, 2014.  Bids were solicited via the Internet with 114 received.  Army Corps of Engineers, Huntsville, Ala. is the contracting activity (W912DY-14-D-0008).

Department of the ArmyRaytheon Co., Andover, Mass. was awarded a $107,918,011 modification (P00108) to contract W31P4Q-09-C-0057 for work on the Patriot missile system.  Fiscal 2014 research, development testing and evaluation funds in the amount of $107,819,011 were obligated at the time of the award.  Estimated completion date is July 31, 2014.  Work will be performed at Andover, Billerica, Burlington, and Tewksbury, Mass; El Segundo Cal.; El Paso Texas; Huntsville Ala.; Norfolk Va.; Pelham N.H.; and White Sands, N.M.  Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.

Trax International, Las Vegas, N.V. was awarded a $44,113,856 modification (P00119) to contract W9124R-09-C-0003 for non-personal test support services for Yuma Proving Ground, Ariz.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $44,113,856 were obligated at the time of the award.  Estimated completion date is Jun 30, 2014. Work will be performed at Yuma, Ariz. and Ft. Greely, Alaska.  Army Contracting Command, Yuma Proving Ground, Yuma, Ariz. is the contracting activity.

Martinex Construction, Inc., Charleston, S.C. was awarded a $19,244,014 firm-fixed-price contract for dredging three-to six million cubic yards of material from the Savannah and Brunswick inner harbor.  Fiscal 2014 other procurement funds in the amount of $2,500,000 were obligated at the time of the award.  Estimated completion date is Feb 16, 2015.  Bids were solicited via the Internet with two received.  Work will be performed in Savannah and Brunswick, Ga. Army Corps of Engineers, Savannah, Ga. is the contracting activity (W912HN-14-C-0005).

Accenture Federal Service, Reston, Va. was awarded $7,523,792 modification (D00347) to contract N00104-04-A-ZF12 for general fund enterprise business system onsite support and change requests. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,523,792 were obligated at the time of the award.  Estimated completion date is June 27, 2015. Work will be performed in Kingstowne, Va.  Army Contracting Command, Rock Island Arsenal, Ill. is the contracting activity.

AIR FORCE

Garrett Container Systems, Accident, Md., has been awarded a $19,541,184 indefinite-delivery/indefinite-quantity contract for common Department of Defense356px-Seal_of_the_US_Air_Force.svg civilian and military items.  This contract includes nine distinctive pieces of equipment that all security forces personnel utilize on a daily basis, including concealable body armor, Safariland 6005 SLS M-9 Berretta drop leg holster system (with Quick Locking System (QLS), mid-ride belt loop adapter, and small MOLLE adapter plate); nickel plated steel handcuffs, 21-inch expandable baton, mini-flashlight with holder, and whistle.  Work will be performed at Accident, Md., and is expected to be complete by March 2, 2019.  This award is the result of a competitive acquisition and all offerors were solicited using Federal Business Opportunities and three offers were received.  Fiscal 2014 operations and maintenance funds in the amount of $3,000 will be awarded for a post award.  771st Enterprise Sourcing Squadron, Joint Base San Antonio, Texas, is the contracting activity (FA8054-14-D-0002).

SelectTech Services Corp., Centerville, Ohio, has been awarded a $7,680,250 firm-fixed-price contract for engineering technical support services.  This contract is to provide personnel, equipment, tools, materials, and other items and services necessary to perform maintenance and fabrication of experimental processing and test equipment. The technical support shall consist of preventive and remedial maintenance, inspection, modification, overhaul, fabrication, repair, calibration, certification and transport of experimental/test equipment, and laboratory instrumentation.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Jan. 28, 2015.  This award is the result of a competitive acquisition and five offers were received.  Fiscal 2014 research and development funds in the amount of $111,000 are being obligated at time of award.  Air Force Research Laboratory/RQKE, Enterprise Contracting Branch, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-14-4016).

NAVY

600px-US-DeptOfNavy-Seal.svgLockheed Martin Corp., Lockheed Martin Aeronautics Co., Ft. Worth, Texas, is being awarded a $35,781,319 modification to a previously awarded cost-plus-fixed-fee contract (N00019-02-C-3002) to develop a Universal Armament Interface capability in the F-35 software for Small Diameter Bomb II F-35 Mission Systems Integration Laboratory, ground test only.  Work will be performed in Fort Worth, Texas, and is expected to be completed in April 2018.  Fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $4,000,000 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.

Raytheon Technical Services Co., LLC, Indianapolis, Ind., is being awarded a $17,257,960 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 28 LAU-115D/A missile launchers for the Government of Australia and 64 LAU-116-B/A missile launchers for the U.S. Navy (34) and the Government of Australia (30).  These missile launchers are in support of the F/A-18E/F and EA-18G aircraft.   Work will be performed in Indianapolis, Ind., and is expected to be completed in September 2016.  Foreign military sales and fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $17,257,960 are being obligated on this contract, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($5,819,780; 34 percent) and the Government of Australia ($11,438,180; 66 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

CoSTAR Services, Inc.*, San Antonio, Texas, is being awarded a $9,865,087 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-13-D-7700) to exercise option one for regional base operations support services at Naval Air Station, Jacksonville, Naval Station Mayport, Naval Operational Support Center (NOSC) Atlanta, Ga., NOSC Augusta, Ga., NOSC Columbus, Ga., NOSC Bessemer, Ala., NOSC Greenville, S.C., NOSC Miami, Fla., NOSC Tallahassee, Fla., NOSC West Palm Beach, Fla., and Marine Corps Reserve Center Jacksonville, Fla.  Services include, but are not limited to facility investment, custodial, pest control, integrated solid waste management, and grounds maintenance and landscaping.  This contract contains options, which if exercised, will bring the contract value to $14,483,217.  Work will be performed in Jacksonville, Fla. (90 percent); West Palm Beach, Fla. (2 percent); Atlanta, Ga. (2 percent); Augusta, Ga. (1 percent); Columbus, Ga. (1 percent); Bessemer, Ala. (1 percent); Miami, Fla. (1 percent); Tallahassee, Fla. (1 percent); and Greenville, S.C. (1 percent).  Work is expected to be completed in January 2015.   Fiscal 2014 operation and maintenance, Navy; Fiscal 2014 operation and maintenance, Navy Reserve; Fiscal 2014 operation and maintenance, Marine Corps; Fiscal 2014 Navy working capital funds; Fiscal 2014 Defense health program funds; and Fiscal 2014 family housing operation and maintenance, Navy contract funds in the amount of $5,648,935 are being obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Detyens Shipyards, Inc., North Charleston, S.C. is being awarded a $9,654,055 firm-fixed-price contract for a 55-calendar day regular overhaul and dry docking of fleet replenishment oiler USNS Leroy Grumman (T-AO 195).  Work will include port main engine clutch and coupling overhaul; antenna cleaning, inspecting and refurbishing; helicopter deck sprinkler and hose reel piping renewal; fall blocks and fairlead sheaves; hull painting and cleaning; and flight deck non-skid renewal. The ship’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers.  The contract includes options, which, if exercised, would bring the cumulative value of this contract to $11,349,714.  Work will be performed in Charleston, S.C., and is expected to be completed by April 2014.  Fiscal 2014 working capital contract funds in the amount of $9,654,055 are being 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.  The U.S. Navy’s Military Sealift Command Norfolk, Norfolk, Va., is the contracting activity (N32205-14-C-1001).

Vigor Marine LLC, Portland, Ore., is being awarded a $6,655,679 firm-fixed-price contract for a 55-calendar day regular overhaul and dry docking availability of fleet replenishment oiler USNS Yukon (T-AO 202).  Work will include port main engine overhaul, gyro replacement, number four ship’s service diesel generator overhaul, docking and undocking and underwater hull cleaning and painting.  Yukon’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers.  The contract includes options which, if exercised, would bring the total contract value to $8,092,975.  Work will be performed in Portland, Ore., and is expected to be completed by April 2014.  Fiscal 2014 working capital contract funds in the amount of $6,655,679 are being 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 two offers received.  The U.S. Navy’s Military Sealift Command Norfolk, Norfolk, Va., is the contracting activity (N32205-14-C-1009).

DEFENSE LOGISTICS AGENCY

Wright & Wright Machinery Company Inc.*, Monticello, Ky., has been awarded a maximum $776,000,000 fixed-price with economic-price-adjustment contractDefense_Logistics_Agency for the procurement of commercial type construction equipment.  This contract is a competitive acquisition and 18 offers were received.  This contract is one of up to ten contracts being issued against solicitation number SPM8EC-11-R-0003 and with requirements that specifically call for construction equipment within the product line and will be competed amongst other contractors who receive a contract under this solicitation.  This is a five-year base contract.  Locations of performance are Kentucky and Georgia with a Jan. 27, 2019 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0006).

Toshiba America Medical Systems Inc., Tustin, Calif., has been awarded a maximum $187,732,814 modification (P00101) exercising the fifth option year on a one-year base contract (SPM2D1-09-D-8322) with seven one-year option periods for radiology systems, subsystems and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is California with a Feb. 3, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Panakela LLC*, Stafford, Va., has been awarded a maximum $22,988,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for oxygen system and related accessories.  This contract is a competitive acquisition and 33 offers were received.  This is a five-year base contract.  Location of performance is Virginia with a Nov. 27, 2019 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D1-14-D-8205).

Vital Images Inc.*, Minnetonka, Minn., has been awarded a maximum $10,017,588 modification (P00100) exercising the third option year on a one-year base contract (SPM2D1-11-D-8342) with seven one-year option periods for radiology systems, subsystems and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Minnesota with a Jan. 31, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Kalmar RT Center LLC., Cibolo, Texas, has been awarded a maximum $8,211,055 firm-fixed-price contract for diesel engines, transmissions, parts and assemblies.  This contract is a sole-source acquisition.  Location of performance is Texas with a May 29, 2016 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 through fiscal 2015 Army working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Mich., (SPRDL1-14-D-0011).

ARMY

Department of the ArmyGreat Lakes Dredge and Dock LLC, Oak Brook, Ill., was awarded a $14,177,652 firm-fixed-price contract for deepening the main channel of the Delaware River.  Fiscal 2014 operations and maintenance, Army funds in the amount of $14,177,652 were obligated at the time of the award.  Estimated completion date is Nov. 30, 2014.  Bids were solicited via the Internet with four received.  Work will be performed at Philadelphia, Pa.  Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-14-C-0008).

AIR FORCE

PLEXSYS Interface Products Inc., Camas, Wash., has been awarded an $8,254,297 sole-source, firm-fixed-price, follow-on contract for commercial training simulation services (CTSS) on contractor owned equipment for the AWACS MTC follow-on program.  The purpose of this acquisition is to deliver continued AWACS MTC356px-Seal_of_the_US_Air_Force.svg Block 30/35 CTSS on contractor owned equipment until the trainers are replaced by Block 40/45 Mission Crew Training Systems.  Block 30/35 simulation training services consist of:  availability of effective high-fidelity AWACS E-3 Block 30/35 training capability; concurrency with ramp aircraft; and compliance with Distributed Mission Operations Standards.  Work will be performed at Tinker Air Force Base, Okla., Elmendorf Air Force Base, Alaska, and Kadena Air Base, Japan, and will be completed by Dec. 31, 2014.  Fiscal 2014 operations and maintenance, Air Force funds in the amount of $2,072,264.25 will be obligated at time of award.  Air Force Life Cycle Management Center, Agile Combat Support/WNSK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8621-14-C-6310).

NAVY

Marvin Engineering Co., Inc., Inglewood, Calif., is being awarded a $7,373,028 modification to a previously awarded firm-fixed-price contract (N00421-13-C-0002) to exercise an option for the procurement of 156 BRU-32 Ejector Bomb Racks in support of the F/A-18 E/F and EA-18G aircraft.  Work will be performed in Inglewood, Calif., and is expected to be completed in July 2016.  Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $7,373,028 will be obligated on this award, none of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ARMY

Department of the ArmyAMEC Environment and Infrastructure Inc., Plymouth Meeting, Pa. (W9133L-14-D-0002); CH2M Hill Inc, Atlanta, Ga., (W9133L-14-D-0003); AECOM Technical Services Inc. Alexandria, Va., (W9133L-14-D-0001); EA Engineering, Science And Technology Inc.*, Hunt Valley, Md., (W9133l-14-D-0004); Earth Resources Technology Inc.*, Laurel, Md., (W9133l-14-D-0005); J. M. Waller Associates Inc.*, Fairfax, Va., (W9133l-14D-0006); SAIC, McLean, Va., (W9133l-14-D-0007); Tec-Weston Joint Venture, Charlottesville, Va., (W9133L-14-D-0008); Tetra Tech, Inc., Pittsburgh, Pa., (W9133l-14-D-0009); URS Group Inc., Herndon, Va., (W9133L-14-D-0010) were awarded a $243,000,000 firm-fixed-price contract for environmental engineering support services.  Funding and location will be determined with each order.  Estimated completion date is Jan. 23, 2017.  Bids were solicited via the Internet with 21 received.  National Guard Bureau, Arlington, Va., is the contracting activity.

General Dynamics C4 Systems, Orlando, Fla., was awarded a $48,000,000 modification (P00014) to contract W900KK-10-D-0001 to continue the existing project manager for training devices live training transformation product line until the next consolidated product line management award.  Funding and location will be determined with each order.  Estimated completion date is Feb. 28, 2015.  Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity.

Five Stones Research Corp.*, was awarded a $43,653,541 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for headquarters and directorate support services for the Army Test and Evaluation Command, Redstone Test Center.  Funding and location will be determined with each order.  Estimated completion date is Jan. 31, 2019.  Sixty-three bids were solicited with six received.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-14-D-0002).

Arcadis Inc., Highlands Ranch, Colo., (W912DR-14-D-0003); Nova Consulting Inc.*, Washington, D.C., (W912DR-14-D-0004); CH2M Hill Inc., Chantilly, Va., (W912DR-14-D-0005); Black and Veatch Inc., Overland Park, Kan., (W912DR-14-D-0006) were awarded a $9,900,000 firm-fixed-price contract for architectural and engineering services for the Washington Aqueduct.  Funding and location will be determined with each order.  Estimated completion date is Jan. 23, 2017.  Bids were solicited via the Internet with six received.  Army corps of Engineers, Baltimore, Md., is the contracting activity.

AIR FORCE

Northrop Grumman Guidance and Electronics Company Inc., Woodland Hills, Calif., has been awarded a $200,000,000 indefinite-delivery/indefinite-quantity contract to perform acquisition and sustainment for the Embedded Global Positioning System Inertial Navigation System (EGI).  The acquisition and sustainment will consist of platform integration, modernization, diminishing manufacturing sources, flight test support, technical support following integration efforts, 356px-Seal_of_the_US_Air_Force.svgtraining, engineering support/studies, contractor depot repair, spares, and data for the standard EGI.   Work will be performed at Woodland Hills, Calif., and is expected to be complete by Dec. 31, 2018.  This award is the result of a sole-source acquisition.  This contract allows for orders to support foreign military sales countries; it is estimated that unclassified FMS sales will account for approximately 45 percent of the total contract ceiling.  Contract contains five ordering periods in total.  The first order placed against this IDIQ contract will obligate $2,027,004 of FMS funding in support of unclassified Iraq EGI sales and $722,192 of FMS funding in support of unclassified Thailand EGI sales.  Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity (FA8540-14-D-0001).

B3H Corp., Shalimar, Fla., has been awarded a $6,856,100 firm-fixed-price task order (SK02) for an existing contract (FA4890-12-D-0014) for English language instructors and an English language training program using Defense Language Institute English Language Center courseware, methodology and processes.  This modification provides for the exercise of the first option year.  Work will be performed at King Abdul Aziz Air Base, Dhahran, and is expected to be completed by Jan. 31, 2015.  This contract is 100 percent foreign military sales for the government of Saudi Arabia.  338 SCONS, Joint Base San Antonio, Texas, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Orlando, Fla., has been awarded a $20,618,247 modification to cost-plus-fixed-fee contract HR0011-09-C-0096 to perform risk reduction and technical maturity efforts associated with the Long Range Anti-Ship Missile program, design to engineering, manufacturing and development phase.  The contractor will execute Systems Requirement Review 2 and support a preliminary design review.  Lockheed will conduct demonstration and performance assessment of all subsystems through testing, analysis, simulation and analogy.  Work will be performed in Orlando, Fla., (69.92 percent); Nashua, N.H., (26.35 percent) and Palm Bay, Fla., (3.73 percent).  The estimated completion date is Dec. 31, 2014.  Fiscal 2013 research and development funds are being obligated at time of award.  The contracting activity is DARPA, Arlington, Va.

Goodrich Corp., Jacksonville, Fla., has been awarded a $7,598,764 cost contract for engineering design services and fabrication of a full scale prototype submarine rotor component under the Hybrid Demonstration program.  Work will be performed in Jacksonville, Fla., (38 percent); Groton, Conn., (13 percent); Arvonia, Va., (17 percent) and Huntsville, Ala., (32 percent).  The estimated completion date is April 15, 2015.  Fiscal 2013 research and development funds are being obligated at time of award.  The contracting activity is DARPA, Arlington, Va., (HR0011-14-C-0054).

NAVY

600px-US-DeptOfNavy-Seal.svgWolf Creek Federal Services Inc.*, Anchorage, Alaska, is being awarded a $12,960,577 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for housing operations and maintenance services and change of occupancy maintenance services at Naval Base Guam and Andersen Air Force Base, Commander Joint Region Marianas.  The contract contains four option years, which if exercised, would bring the contract value to $95,323,477.  Work will be performed in Santa Rita, Guam (60 percent) and Yigo, Guam (40 percent), and is expected to be completed by October 2014.  Fiscal 2014 family housing operation and maintenance, Navy; fiscal 2014 quarter operations, Navy; fiscal 2014 sustainment, Navy; and fiscal 2014 family housing operation and maintenance, Air Force contract funds in the amount of $8,362,773 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities Online website, with three proposals received.  The Naval Facilities Engineering Command Marianas, Guam, is the contracting activity (N40192-14-D-9000).

Patriot Contract Services LLC, Concord, Calif., is being awarded a $7,236,660 modification under a previously awarded firm-fixed price contract (N0003-10-C-5301) to exercise a one-year option period for the operation and maintenance of four large, medium-speed, roll-on/roll-off ships.  These four ships support the deployed military forces worldwide.  Work will be performed worldwide at sea and is expected to be completed by January 2015.  Working capital contract funds in the amount of $7,236,660 are obligated for fiscal 2014, and 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.

MISSILE DEFENSE AGENCY

CORRECTION:  The contract modification announced Jan. 22, 2014 had incorrect dollar values associated with the award and obligated amounts.  The correct amounts600px-US-MissileDefenseAgency-Seal.svg are:  Lockheed Martin Space Systems Co. (LMSSC) of Huntsville, Ala., was awarded a $31,674,868 modification (P00004) to firm-fixed-price and cost-plus-fixed-fee contract HQ0147-14-C-0004 to provide highly specialized services to support Ballistic Missile Defense System flight test activities using LMSSC developed target hardware.  The work will be performed at several LMSSC facilities, and government test sites and is expected to be completed Dec. 31, 2014.  Fiscal 2014 research, development, test and evaluation funds in the amount of $6,582,845 are being obligated at time of award.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyMetals USA, I-Solutions Group, Fort Washington, Pa., has been awarded a maximum $99,253,923 modification (P00049) exercising the third option year period of a two-year base contract with three one-year option periods for various metal items in support of the Metals Prime Vendor West Region.  This is a fixed-price-with economic-price adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a Jan. 25, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM8EG-09-0013).

Voto Manufacturing Sales Company,* Steubenville, Ohio, has been awarded a maximum $10,000,000 modification (P00008) exercising the fourth option year period of a five-year base contract (SPM8EE-10-D-0001) with four one-year option periods for multiple leg slings.  This base is a fixed-price-with economic-price adjustment contract.  Location of performance is Pennsylvania with a Jan. 28, 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

MIL-Base Industries,* New Cumberland, Pa., has been awarded a maximum $10,000,000 modification (P00007) exercising the fourth option year period of a five-year base contract (SPM8EE-10-D-0002) with four one-year option periods for multiple leg slings.  This base is a fixed-price-with economic-price adjustment contract.  Location of performance is Pennsylvania with a Jan. 28, 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

BAE Systems Hawaii Shipyards, Honolulu, Hawaii, is being awarded a $37,439,506 not-to-exceed, firm-fixed-price contract for fiscal 2014 USS Chung Hoon (DDG600px-US-DeptOfNavy-Seal.svg 93) dry-docking selected restricted availability.  The availability will include maintenance and modernization efforts.  This contract will complete the FY14 Dry-Docking Selected Restricted Availability (DSRA) on the USS Chung Hoon (DDG 93). Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by August 2014.  Fiscal 2014 operation and maintenance, Navy funding in the amount of $10,929,436 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-4411).

Kemron Environmental Services, Inc.,* Atlanta, Ga. (N69450-14-D-0008); Sovereign Consulting, Inc.,* Robbinsville, N.J. (N69450-14-D-0009); Bhate Environmental Associates, Inc.*, Birmingham, Ala. (N69450-14-D-0010); North Wind, Inc.,* Greenville, S.C. (N69450-14-D-0011); Zapata, Inc.,* Charlotte, N.C. (N69450-14-D-0012); PPM Consultants,* Spanish Fort, Ala. (N69450-14-D-0013) are being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for remedial actions at environmentally contaminated sites located primarily within the Naval Facilities Engineering Command Southeast area of responsibility.  The work to be performed provides for environmental remedial actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial action systems operation and maintenance; and other related activities associated with returning sites to safe and acceptable levels of contamination.  Remedial actions may include, but are not limited to capping landfills, pump-and treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, thermal treatment, phytoremediation, soil washing, and free product recovery.  Work will be performed in South Carolina (40 percent); Texas (30 percent); Mississippi (10 percent); Alabama (5 percent); Georgia (5 percent), and Louisiana (5 percent).  Work may also be performed in the remainder of the United States (U.S.) and outside continental U.S. (5 percent).   Sovereign Consulting, Inc.* is being awarded task order 0001 at $159,594 for the removal of debris from Solid Waste Management Unit at Marine Corps Air Station Beaufort, S.C.  Work for this task order is expected to be completed by July 2015.  The term of the contract is not to exceed 36 months, with an expected completion date of January 2017.  Fiscal 2014 environmental restoration, Navy funds in the amount of $184,594 are obligated at the time of 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 16 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

L-3 Corp. Systems West, Salt Lake City, Utah, is being awarded a $17, 611,443 modification to a previously awarded indefinite-delivery, indefinite-quantity contract (N00019-13-D-0001) for supplies and services associated with Surface Terminal Equipment for Hawklink Tactical Common Data Link (TCDL) and the Littoral Combat Ship configurations, and the Vortex Mini-TCDL Shipset components.  These supplies and services are in support of the Vertical Take-off and Landing Unmanned Aerial Vehicle Fire Scout MQ-8B/8C.  Work will be performed in Salt Lake City, Utah (90 percent), Point Mugu, Calif. (5 percent), and the Patuxent River Naval Air Station, Md., (5 percent), and is expected to be completed in December 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 Systems Command, Patuxent River, Md., is the contracting activity.

Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Va., is being awarded a not to exceed, $9,800,000 unpriced contract action to previously awarded contract (N00024-08-C-2110) for onboard repair parts in support of the USS Gerald R. Ford (CVN 78) construction.  This contract action is necessary to begin the procurement of onboard repair parts in advance of contract award.  The funding of warehouse labor is a separate contract action; this contract action is for material only.  Work will be performed in Newport News, Va., and is expected to complete by September 2014.  Fiscal 2011 shipbuilding and conversion, Navy funding in the amount of $3,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyThomas Instrument,* Brookshire, Texas, has been awarded a maximum $48,702,626 firm-fixed-price contract for aircraft winches.  This contract is a sole-source acquisition.  Location of performance is Texas with a May 2016 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal year 2014 Air Force working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-14-D-0002).

Coast Citrus Distributors,* San Diego, Calif., has been awarded a maximum $35,158,808 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and four offers were received.  This is an eighteen-month base contract with two eighteen-month option periods.  Location of performance is California with a Jul. 20, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P244).

Freeman Holdings of California, LLC, doing business as Million Air Victorville,* Victorville, Calif., has been awarded a maximum $28,455,164 fixed-price with economic-price-adjustment contract for into-plane jet fuel.  This contract is a competitive acquisition, and one offer was received.  Location of performance is California with a Mar. 31, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0007).

Valley Fruit and Produce,* Los Angeles, Calif., has been awarded a maximum $14,691,191 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and five offers were received.  This is an eighteen-month base contract with two eighteen-month option periods.  Location of performance is California with a Jul. 20, 2015 performance completion date.  Using military services are non-Department of Defense schools and reservations.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-S606).

Rockwell Collins-ESA Vision Systems (formerly Vision Systems International LLC), Fort Worth, Texas, has been awarded a maximum $14,666,736 firm-fixed-price contract for replenishment spare parts in support of the A/24A-56 joint helmet mounted cueing system.  This contract is a sole-source acquisition.  Location of performance is Texas, Oregon and Israel with a July 31, 2015 completion date.  Using military services are Navy, Air Force, and Air National Guard.  A portion of this contract is in support of foreign military sales for Canada, Chile, Pakistan, Portugal, Thailand and Iraq.  Type of appropriation is Air Force fiscal 2013 investment funds, Air Force and Air National Guard fiscal 2014 operations and maintenance funds, Navy fiscal 2013 and fiscal 2014 aircraft procurement funds and FMS funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-11-D-0007-0009).

AIR FORCE

General PAE Applied Technologies, LLC, Fort Worth, Texas, has been awarded a $28,070,424 modification (P00027) on an existing contract (FA3010-13-C-0007) exercising the option for Keesler Air Force Base, Miss., base operations support services.  Work will be performed at Keesler AFB, and is expected to be completed356px-Seal_of_the_US_Air_Force.svg on Jan. 31, 2015.  Fiscal 2014 operations and maintenance funds will be obligated incrementally upon availability.  The 81st Contracting Squadron, Keesler AFB, Miss., is the contracting activity.

Isometrics, Inc., Reidsville, N.C., has been awarded a $7,100,835 indefinite-delivery, requirements contract for the design and production of A/S32 R-11 aircraft refueling/defueling/hydrant servicing trucks.  Work will be performed at Reidsville, N.C., and is expected to be completed by Sep. 30, 2015.  This award is the result of a competitive acquisition, small business set-aside, and three offers were received.  No funds are being obligated at time of award.  Air Force Life Cycle Management Center/WNKBBB, Robins Air Force Base, Ga., is the contracting activity (FA8533-14-D-0001).

NAVY

The Boeing Co., Jacksonville, Fla., is being awarded a $17,820,844 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity delivery order contract for remanufacturing activities and associated maintenance and sustainment capabilities in support of the F/A-18 A-F Depot Level Service Life Extension Program.  Work will be performed in Jacksonville, Fla. (92 percent) and St. Louis, Mo. (8 percent), and is expected to be completed in September 2014.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $249,399 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 (N00019-14-D-0001).

600px-US-DeptOfNavy-Seal.svgBell Helicopter Textron, Inc., Hurst, Texas, is being awarded $13,495,182 for cost-plus-fixed-fee delivery order 0001 under a previously awarded contract (N00383-14-D-015N) for repair/overhaul work of five high priority items for the UH-1Y and AH-1Z helicopters.  Work will be performed in Hurst, Texas, and is expected to be completed by January 2017.  Fiscal 2014 Navy working capital funds in the amount of $6,747,591 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

EFW, Inc., Fort Worth, Texas, is being awarded an $11,666,579 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0037) to exercise an option for the installation and procurement of helmet display tracker system (HDTS) kits for AH-1W aircraft, including nine HTDS P-kits, 29 AH-1W Helmet kits, and installation of 54 HDTS.  Work will be performed in Fort Worth, Texas (42 percent); Camp Pendleton, Calif. (30 percent); and Cherry Point, N.C. (28 percent), and is expected to be completed in December 2014.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $11,666,579 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.

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded an $8,022,845 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 15 C-12561A/ARC; 65 MT-6567/ARC; 15 MT-7006/ARC; 15 AM-7526/ARC; 15 MX-11641/ARC; 50 AS-3972/A; 50 CV-4092/A, and 65 RT-1939(C)/ARC.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in November 2014.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $8,022,845 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.

Cortana Corp.,* Falls Church, Va., is being awarded a $7,760,214 modification to a previously awarded cost-plus-fixed-fee contract (N00421-09-C-0028) to exercise an option for the research and development of sensors and systems in support of the Advanced Sensor Application Program and the Remote Environmental Sensor Program.  Sensors and systems support a variety of naval aviation missions, including air-under-sea warfare, defense suppression, electronic attack, naval warfare and amphibious, strike and anti-surface warfare.  Work will be performed in Falls Church, Va., and is expected to be completed in September 2014.  Fiscal 2014 research, development, test, and evaluation, Navy funds in the amount of $525,000 are being obligated at time of 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.

ARMY

L-3 Communications Corp, Madison, Miss., was awarded a $129,000,000 modification (P00106) to contract W58RGZ-10-C-0107 for maintenance and modification of Department of the Armythe Army C-12/RC-12/UC-35 fixed wing aircraft fleet. Fiscal 2014 operations and maintenance (Army) funds in the amount of $88,076,758 were obligated at the time of the award.  Estimated completion date is Jan. 31, 2015. Work will be performed in Madison, Miss. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.

Great Lakes Dredge and Dock, LLC, Oak Brook, Ill., was awarded a $14,177,652 firm-fixed-price contract for deepening the Delaware River main channel.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,177,652 were obligated at the time of the award. Estimated completion date is Nov. 30, 2014.  Bids were solicited via the Internet with four received.  Work will be performed in Philadelphia, Pa.  Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-14-C-0008).

Zyscovich, Inc., Miami, Fla., (W91236-14-D-0012); Reynolds, Smith and Hills, Inc., Jacksonville, Fla., (W91236-13-D-0044); and Schenkel & Shultz, Inc. Orlando, Fla., (W91236-13-D-0043) were awarded a $10,000,000 firm-fixed-price, indefinite-delivery contract for architectural and engineering services to support DoD elementary and secondary schools within the continental United States and overseas trust territories, and in Europe, Cuba, Japan, and Korea.  Funding and work performance location will be determined with each order.  Estimated completion date is June 26, 2017.  Bids were solicited via the Internet with forty-five received. Army Corps of Engineers, Norfolk, Va., is the contracting activity.

American International Contractors, Inc., Arlington, Va., was awarded a $9,788,000 firm-fixed-price, foreign military sales contract for construction of the United Kingdom Maritime Component Command (UKMCC) including constructing a forward support unit warehouse and headquarters facility at Mina Salman Port, NSA II, Kingdom of Bahrain.  Funds in the amount of $9,788,000 were obligated at the time of the award.  Estimated completion date is April 7, 2015. Bids were solicited via the Internet, with eight received.  Work will be performed in Bahrain.  Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-14-C-0002).

EADS-NA, Herndon, Va., was awarded a $9,454,370 modification (00757) to contract W58RGZ-06-C-0194 for Lakota helicopter logistics support.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,454,370 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014.  Work will be performed in Herndon, Va.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

160px-Special_Operations_Specops_Army.svgNEK Services, Inc., San Diego, Calif., is being awarded an $8,232,079, firm-fixed-price task order in support of the Joint Exploitation Training Center (JETC), C. Company, 6th Battalion, 1st Special Warfare Training Group (Airborne), Fort Bragg, N.C.  The contractor shall provide instructors and role players to support the JETC advanced skills training.  The work will be performed in Fort Bragg, N.C, and is expected to be completed by January 2019.  Contract funds will not expire at the end of the current fiscal year.  Fiscal 14 operations and maintenance funds in the amount of $1,646,415 are being obligated at time of award.  This contract was awarded utilizing procedures at FAR 8.405-6. A best value determination was made based on evaluation of qualifying criteria, technical, past performance and price.  The requirement was posted via GSA E-buy seeking full and open competition under GSA Mission Oriented Business Integrated Services (MOBIS) Federal Supply Schedule.  Two offers were received.  United States Army Special Operations Command, Fort Bragg, N.C., is the contracting activity (H92239-14-F-0001).

MISSILE DEFENSE AGENCY

Lockheed Martin Space Systems Co., (LMSSC) Huntsville, Ala., is being awarded a $33,018,000 modification (P00004) to firm-fixed-price and cost-plus-fixed-fee600px-US-MissileDefenseAgency-Seal.svg contract HQ0147-14-C-0004 to provide essential, highly specialized services to support Ballistic Missile Defense System flight test activities using LMSSC developed target hardware.  The work will be performed at several LMSSC facilities, and government test sites and is expected to be completed Dec. 31, 2014.  Fiscal 2014 research, development, test and evaluation funds in the amount of $7,000,000 are being obligated at time of award.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity.

ARMY

Department of the ArmyCDM Constructors Inc., Bellevue, Wash., was awarded a $77,476,628 firm-fixed price contract to design and build a ‘Class A’ waste water treatment plant with nutrient removal and redundant process equipment to support the population of Joint Base Lewis-McChord. Fiscal 2013 military construction funds in the amount of $77,476,628 were obligated at the time of the award. Estimated completion date is March 1, 2016. Bids were solicited, via the Internet with 12 received. Work will be performed at Joint Base Lewis-McChord, Wash. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-14-C-0002).

DEFENSE LOGISTICS AGENCY

KPMG LLP, McLean, Va., has been awarded a maximum $36,243,243 firm-fixed-price contract to provide all necessary management services, personnel and documentation required to support DLA’s financial audit. This contract is a competitive acquisition, and there were six offers received. Location of performance is Virginia with a Jan. 15, 2015 performance completion date. Using military services are federal civilian agencies. Type of appropriation is fiscal 2014 defense working Defense_Logistics_Agencycapital funds. The contracting activity is the Defense Logistics Agency Contracting Services, Richmond, Va., (SP4703-11-A-0017-0037).

Brit Systems*, Dallas, Texas, has been awarded a maximum $20,297,132 modification (P00007) exercising the first option year on a two-year base contract (SPM2D1-12-D-8309) with one two-year option and one one-year periods for digital imaging network-picture archive communication system. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas with a Jan. 19, 2016 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Safety Kleen, Richardson, Texas, has been awarded a maximum $12,930,214 fixed-price with economic-price-adjustment contract for re-refined motor oil program parts. This contract is a competitive acquisition and there was one offer received. Location of performance is Texas with a Jan. 15, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPE4A6-14-D-0076).

St. Michaels Inc.**, Woodbridge, Va., has been awarded a maximum $10,490,323 firm-fixed-price contract to provide necessary support of management services, personnel and documentation required to support DLA’s financial audit. This contract is a competitive acquisition and there were six offers received. Location of performance is Virginia with a Jan. 15, 2015 performance completion date. Using military services are federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services, Richmond, Va., (SP4703-14-A-0001-0007).

NAVY

600px-US-DeptOfNavy-Seal.svgGeneral Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $29,848,059 modification to a previously awarded contract (N00024-11-C-2109) to exercise an option for engineering and technical design services to support research and development (R&D) of advanced submarine technologies for current and future submarine platforms. Advanced submarine R&D includes studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability. Work will be performed in Groton, Conn., and is expected to be completed by October 2014. Fiscal 2014 research, development, test and evaluation funding in the amount of $625,000 will be obligated at time of award. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

General Dynamics C4 Systems, Scottsdale, Ariz., has been awarded a $6,886,969 cost-plus-fixed-fee modification (P00051) to an existing contract (FA8307-06-C-356px-Seal_of_the_US_Air_Force.svg0010) for design and development of a CAROUSEL Applicable Specific Integrated Circuit solution. This modification adds the design, development, and testing of CAROUSEL crypto engines. Work will be performed at Scottsdale, Ariz., and is expected to be completed by March 21, 2016. Fiscal 2013 research and development funds in the amount of $831,000 are being obligated at time of award. Air Force Life Cycle Management Center, Cryptologic Systems Contracting Division, Lackland Air Force Base, Texas, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyBluewater Defense Inc., San Lorenzo, Puerto Rico, has been awarded a maximum $108,083,360 modification (P00013) exercising the first option year on a one-year base contract (SPM1C1-13-D-1020) with four one-year option periods for various types of permethrin uniform trousers.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Puerto Rico with a Jan. 17, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Intercomp Co.*, Medina, Minn., has been awarded a maximum $60,000,000 modification (P00102) exercising the fourth option year on a one-year base contract (SPM8EF-10-D-0001) with four one-year option periods for various weight set commercial scales.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Minnesota with a Feb. 15, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

KPMG LLP, McLean, Va., has been awarded a maximum $10,730,426 firm-fixed-price contract to all necessary management services, personnel and documentation required to support DLA’s financial audit.  This contract is a competitive acquisition, and there were six offers received.  Location of performance is Virginia with a Jan. 15, 2015 performance completion date.  Using services are federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Contracting Services, Richmond, Va., (SP4703-11-A-0017-0038).

AIR FORCE

Northrop Grumman Systems Corp., Northrop Grumman Information Systems, Herndon, Va., has been awarded a $52,298,661 firm-fixed-price cost-reimbursement modification (P00013) to exercise option contract line items on an existing contract (FA8726-13-C-0001) to continue performance of comprehensive356px-Seal_of_the_US_Air_Force.svg tasks and provide personnel, facilities, aircraft subsystems and support equipment for the Battlefield Airborne Communications Node E-11A platform.  Work will be performed at Kandahar Air Base, Afghanistan, as well as Wichita, Kan., and is expected to be completed by Jan. 23, 2015.  Fiscal 2014 operations and maintenance funds in the amount of $31,778,000 are being obligated at time of award.  Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

NAVY

600px-US-DeptOfNavy-Seal.svgBell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $26,682,561 for cost-plus-fixed-fee, cost reimbursable delivery order 0067 against a previously issued basic ordering agreement (N00019-12-G-0006) in support of the V-22 aircraft.  This order provides for on-site flight test management, flight test engineering, design engineering, and related efforts for the Naval Rotary Wing Aircraft Test Squadron.  Work will be performed at Patuxent River Naval Air Station, Patuxent River, Md. (53 percent); Philadelphia, Pa. (32 percent); and Fort Worth, Texas (15 percent), and is expected to be completed in December 2014.  Fiscal 2013 aircraft procurement and fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $26,682,561 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.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a $25,485,600 modification to a previously awarded contract (N00024-10-C-5126) for fiscal 2014 class services engineering efforts in support of DDG 1000 Zumwalt Class Destroyer Program.  These efforts include class engineering, integration and production, and training and life cycle support services.  Work will be performed in Portsmouth, R.I. (29 percent); Tewksbury, Mass. (26 percent); Sudbury, Mass. (26 percent); Moorestown, N.J. (10 percent); Marlboro, Mass. (6 percent); Herndon, Va. (1 percent); Houston, Texas (1 percent); Leesburg, Va. (0.5 percent), and Minneapolis, Minn. (0.5 percent), and is expected to be completed by December 2014.  Fiscal 2014 research, development, test and evaluation; fiscal 2014 operations and maintenance, Navy, fiscal 2008 and 2014 shipbuilding and conversion, Navy funding in the amount of $10,829,922 will be obligated at time of award.  Contract funds in the amount of $200,000 will 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., is being awarded a $13,556,862 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to provide 17,226 engine flight hours in support of the MV-22 aircraft.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $13,556,862 are being obligated on this 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.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES 

FOR MORE NEWS

BeeNetwork


PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

Jacobs Field Services North America Inc., Oak Ridge, Tenn., has been awarded a $45,000,000 cost-plus-fixed-fee contract for interim Remedial Action Contract for the New Bedford Harbor Superfund Site.  The base year and two six-month option periods will be exercised at the time of award.  Funding is from fiscal year 2013 other appropriations.  The performance location is New Bedford, Mass., with an estimated completion date of Aug. 13, 2015.  One bid was solicited and oneDepartment of the Army received.  The U.S. Army Corps of Engineers New England District, Concord, Mass., is the contracting activity (W912WJ-14-D-0002).

Northrop Grumman Systems Corporation, Herndon, Va., has been awarded a $12,430,650 firm-fixed-price contract for Spectrum Monitoring Subsystem to be installed at U.S. Army Remote Monitor Control Equipment locations.  Funding is from fiscal year 2013 and 2014 other procurement Army appropriations.  The performance location is Herndon, Va., with an estimated completion date of Feb. 13, 2016.  One bid was solicited and one received.  The U.S. Army Contracting Command Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-14-C-0021).

Plateau Software, Inc.*, Issaquah, Wash., has been awarded a $9,000,000 firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract for support and maintenance of existing information technology systems that support the Environmental Protection and Sustainment program.  Funding and performance location will be determined with each order.  The estimated completion date is Feb. 12, 2017.  One bid was solicited and one received.  The U.S. Army Corps of Engineers Mobile District, Mobile, Ala., is the contracting activity (W91278-14-D-0018).

AMERICAN ORDNANCE LLC, Milan, Tenn., has been awarded a $7,547,742 cost-plus-fixed-fee contract for calendar year 2014 care, maintenance and surveillance of field service stocks and packaging, crating and handling of field service stocks at Milan Army Ammunition Plant.  Funding is from fiscal year 2014 operations and maintenance Army appropriations.  Work is to be performed at Milan, Tenn., with an estimated completion date of Dec. 31, 2014.  One bid was solicited with one received.  The U.S. Army Contracting Command Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-09-G-0001).

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgAAR Manufacturing, Inc., doing business as AAR Mobility Systems, Cadillac, Mich., has been awarded a $133,024,408 indefinite-delivery/indefinite-quantity contract for the repair and production of 463L cargo pallets.  Work will be performed at Cadillac, Mich., and is expected to be complete by Feb. 13, 2016.  This award is the result of a competitive trade-off source selection acquisition, and five offers were received.  Fiscal 2014 and 2015 operations and maintenance funds coming from the Transportation Working Capital Fund (TWCF) and Centralized Asset Management Fund (CAM) will be utilized on each order issued against this IDIQ contract.  Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-14-D-0002).

COLSA Corp., Huntsville, Ala., has been awarded a $55,705,947 indefinite-delivery/indefinite-quantity modification (19) on an existing firm-fixed-price contract (FA9200-10-D-0166) for technical and acquisition management support services.  This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands, Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ, Eglin AFB, Fla., is the contracting activity.

Oasis Systems, LLC, Lexington, Mass., has been awarded a $55,705,947 modification (22) for an existing firm-fixed-price contract (FA9200-10-D-0173) for technical and acquisition management support services. This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to 100 percent unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands,  Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Information Systems and Global Solutions, Gaithersburg Md., has been awarded a $16,421,355 modification (P000064) for an existing cost-plus-incentive-fee contract (FA8726-09-C-0006)for Global Broadcast Service (GBS) Defense Enterprise Computing Center (DEC C) Software Sustainment and GBS Operations Center (GBSOC) Operations. This contract modification adds software sustainment to maintain the GBS DECC software baseline and provide personnel to staff the GBSOC 24 hours a day, seven days a week, 365 days a year in support of worldwide GBS operations.  Work will be performed in Gaithersburg, Md., and Colorado Springs, Colo., and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 research and development funds in the amount of $788,648 and operations and maintenance funds in the amount of $9,542,004 are being obligated at time of award. Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $56,967,490 undefinitized contract action as a modification to a previously awarded contract (N00024-11-C-4403) for USS Monterey (CG 61) fiscal 2014 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 technical600px-US-DeptOfNavy-Seal.svg capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by January 2015.  Fiscal 2014 operations & maintenance, Navy funds in the amount of $44,959,750 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 administrative contracting activity.

Navmar Applied Sciences Corp.,* Warminster, Pa., is being awarded a $44,695,815 cost-plus-fixed-fee, firm-fixed-price contract for a Phase III Small Business Innovation Research (SBIR) effort in support of the Copperhead Unmanned Air Systems, specifically Tigershark Unmanned Aerial Vehicle (UAV).  This project is for the improvement of sensor and platform capabilities, expansion to additional detachments and sustainment of current detachments.  This contract includes continued improvements of the Tigershark UAV airframe, incorporation of improved sensors, and integration of improved command and control systems to current and future Copperhead platforms.  Work will be performed in Afghanistan (50 percent); Patuxent River, Md. (25 percent); and Yuma, Ariz. (25 percent), and is expected to be completed in December 2014.  Fiscal 2014 operation and maintenance, Army funds in the amount of $21,000,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This Phase III SBIR contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-C-0131).

Sierra Nevada Corp., Sparks, Nev. (M67854-14-D-2521) and Northrop Grumman Corp., Herndon, Va. (M67854-14-D-2522) are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the counter radio-controlled improvised explosive device (IED) electronic warfare Marine Expeditionary Unit Special Operation capable (CREW MEU (SOC), dismounted systems.  The CREW MEU (SOC) program addresses an urgent and compelling need for a capability to counter the threat posed by IEDs.  The maximum ceiling for both contracts is $90,000,000, with the two contractors having an opportunity to compete for individual orders under the terms and conditions of the awarded contracts throughout the 60-month ordering period of the contracts.  The contractors will deliver five initial production systems each for testing under the first delivery orders and the remaining 360 production systems and contract requirements will be competed for each subsequent delivery order.  Work will be performed in Sparks, Nev. and Herndon, Va., and work is expected to be completed in February 2019.  Fiscal 2013 procurement Marine Corps contract funds in the total amount of $11,008,795 will be obligated at the time of award and will not expire at the end of the current fiscal year.   These contracts are the result of a full and open competition solicitation via the Federal Business Opportunities website, with two offers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded a $9,522,446 modification to a previously awarded firm-fixed-price contract (N68836-13-C-0084) for the full design, manufacture, and installation of test equipment, associated testing, and training to standup an organic depot maintenance facility to support the AN/APY-10 Radar.  Work will be performed in Jacksonville, Fla., and work will be completed by March 31, 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $9,522,446 will be obligated at the time of award, and will not expire at the end of this 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.   NAVSUP Fleet Logistics Center, Jacksonville, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyLockheed Martin Corp., Owego, N.Y., has been awarded a maximum $30,814,317 firm-fixed-price contract for receiver transmitters.  This contract is a sole-source acquisition.  This is a four-year base contract with no option year periods.  Location of performance is New York with a Feb. 28, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRWA1-13-D-2000-THAC).

Lockheed Martin, Orlando, Fla., has been awarded a maximum $16,584,869 firm-fixed-price contract for turret assemblies.  This contract is a sole-source acquisition.  This is a 31-month base contract with no option year periods.  Location of performance is Florida with a Sep. 30, 2016 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 through fiscal 2016 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-C-W009).

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI, Inc. – Federal, Chantilly, Va., is being awarded a $10,803,390 modification to previously awarded firm-fixed-price contract (HC1028-08-D-2016-9R01) to provide on-site operational support to the mission systems of the Office of the Under Secretary of Defense (Comptroller) in the areas relating to system maintenance, system conversion and migration, report generation and documentation, training and guidance on the Comptroller Mission Systems as well as service desk and network operations.  This contract modification exercises the fourth option year of

a five-year contract period.  Work will be performed in Chantilly and is expected to be completed Feb. 15, 2015.  Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity.

U.S. TRANSPORTATION COMMAND

Two contract modifications are being awarded under firm-fixed-price contracts for international airlift services.  The Alliance Contractor Team,600px-US-TRANSCOM-Emblem.svg Leesburg, Va., is being awarded an estimated $635,517,611 modification (P00019) to previously awarded contract HTC711-13-D-CC01.  Team members include: American Airlines, Inc., Fort Worth, Texas; North American Airlines, Inc., Jamaica, N.Y.; US Airways, Inc., Phoenix, Ariz.; and World Airways, Inc., Peachtree City, Ga.  The Patriot Team, Tulsa, Okla., is being awarded an estimated $804,788,084 modification (P00010) under previously awarded contract HTC711-13-D-CC04.  Team members include: ABX Air Inc., Wilmington, Ohio; JetBlue Airways Corp., Long Island City, N.Y.; Kalitta Air LLC, Ypsilanti, Mich.; Northern Air Cargo, Anchorage, Alaska; Omni Air International Inc., Tulsa, Okla.; Sky Lease I, Greensboro, N.C.; Southern Air, Inc., Norwalk, Conn.; United Airlines Inc., Elk Grove Village, Ill.; and United Parcel Service, Louisville, Ky.  Work will be performed at worldwide locations and is expected to be completed Sept. 30, 2014.  Fiscal 2014 transportation working capital funds are being obligated on individual task orders.  The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgExelis Systems Corp., Systems Division, Patrick Air Force Base, Fla., has been awarded a $38,299,490 cost-plus-award-fee modification (P00928) on an existing contract (F04701-01-C-0001) for launch and test range system support functions to the Eastern Range and Western Range:  range sustainment, external user support, projects and engineering services.  The modification extends the basic contract with a maximum period of performance for six months.  Work will be performed at Patrick Air Force Base, Fla., and the work is expected to be completed by July 31, 2014.  Fiscal 2014 research and development and operations and maintenance funds in the amount of $9,196,476 are being obligated at time of award.  Space and Missile Systems Center/PKL, Peterson Air Force Base, Colo., is the contracting activity.

L-3 Communications Corp., Communication Systems West, Salt Lake City, Utah, has been awarded a $17,919,946 delivery order (0003) on an existing firm-fixed-price and cost-reimbursable contract (FA8620-13-G-4051) for supply of SATCOM Terminals, Test and Monitor Sub-Systems, Satellite Earth Terminal Sub-Systems (SETTS) Site Monitor and Radomes for the United States, United Kingdom and France.  Work will be performed in Salt Lake City, Utah, and the work is expected to be completed by Feb. 11, 2016.  This award is the result of a sole-source acquisition.  This contract award supports 67 percent unclassified foreign military sales and 33 percent fiscal 2012 and 2013 aircraft procurement funds on a multi-year contract.  Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Aeronautics, Marietta, Ga., has been awarded a $8,049,493 modification (P00199) on an existing firm-fixed-price contract (FA8625-11-C-6597) for contractual support including Technical/Engineering/Logistics Support Data, Reliability & Maintainability Program, field service, logistics support, ground maintenance system administrator representatives, contractor maintenance teams, tech manual contract requirements, and aircrew teachback training courses.  Work will be performed at Marietta, Ga., and is expected to be completed by Jan. 31, 2016.  Fiscal 2013 aircraft procurement and 2014 research and development funds in the amount of $8,049,493 are being obligated at time of award.  Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

Data Link Solutions LLC, Cedar Rapids, Iowa, is being awarded a $24,996,802 firm-fixed-price-incentive, firm-fixed-price, cost-plus-incentive-fee and cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Multi-functional Information Distribution System (MIDS) on Ship (MOS) Modernization (MOS MOD).600px-US-DeptOfNavy-Seal.svg  This contract covers the development, fabrication, integration, testing and delivery of MOS MOD systems, which will be developed to support both the MIDS Joint Tactical Radio System and the MIDS low volume terminal four for shipboard applications.   This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $66,294,150.  Work will be performed in Wayne, N.J. (52 percent) and Cedar Rapids, Iowa (48 percent), and is expected to be completed by February 2017.  If all options are exercised, work could continue until February 2022.  Fiscal 2013 research, development, test and evaluation funds in the amount of $8,184,972 will be placed on contract and obligated at the time of award.  These funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with two offers received.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-14-D-0004).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $10,906,165 modification to an existing delivery order against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) for security and integrated logistic support in support of the VH assistant program manager for logistics for the VH-3D and VH-60N presidential helicopters.  Work will be performed in Stratford, Conn. (88 percent) and Quantico, Va. (12 percent), and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of 10,906,165 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.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyVermilion Valley Produce Company Inc.*, Danville, Ill., has been awarded a maximum $12,937,595 fixed-price with economic-price-adjustment contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and four offers were received.  This is an 18-month base contract with two 18-month option periods.  Locations of performance are throughout Illinois with an Aug. 9, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture schools.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P246).

Racoe, Inc.**, Celina, Tenn., has been awarded a maximum $8,709,452 modification (P00009) exercising the first option year on a one-year base contract (SPM1C1-13-D-1022) with four one-year option periods for Marine Corps combat utility uniform trousers.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Tennessee and Mississippi with a Feb. 13, 2015 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Alion Science and Technology Corp., McLean, Va., has been awarded a $12,851,147 modification (P00116) on an existing cost-plus-award-fee and cost-reimbursable contract (FA7014-07-C-0009) value estimated at $970,000,000 for technical and analytical support.  This contract provides the following acquisition support services:  programmatic analyses; policy analyses; budget analyses; administrative technical support; facilities engineering services; business reengineering analyses; database development; internet/intranet development; software application development; legislative analyses; engineering/technical consulting support; and356px-Seal_of_the_US_Air_Force.svg acquisition consulting services.  Government customers include the assistant secretary of the Air Force for acquisition, Joint Strike Fighter Program Office, SAF/FML (Congressional), Air Force Program Executive Office, Aircraft & Space Launch, Air Force Life Cycle Management Center, the Air Force Scientific Advisory Board and other Headquarters Air Force organizations.  This modification rebaselines the current program for the last option period four (Jan. 1 2013 through July 31, 2015) and reinstitutes the original, intended period of performance to Jan. 1, 2001 through Dec. 31, 2015, increasing the estimate.  Option period four was exercised and announced in 2012; however, due to the period of performance extension as a result of the rebaselining effort, this announcement is reporting new work.  Work will be performed at Arlington, Va., and Washington, D.C., and is expected to be completed by Dec. 31, 2015.  The following fund types will be incrementally funded onto this contract:  Air Force research and development, procurement, operations and maintenance and foreign military sales to Israel, Japan, Korea, Saudi Arabia, Singapore, and Spain.  The Air Force District of Washington Contracting Directorate, Strategic Sourcing Division, Joint Base Andrews, Md., is the contracting activity.

ARMY

Department of the ArmyHELLFIRE SYSTEMS, LLC, Orlando, Fla., was awarded a $157,362,903 modification (P00068) to firm-fixed-price contract W31P4Q-11-C-2042, to exercise option for fiscal 2014 Hellfire II missile production requirements.  This contract involves foreign military sales to Saudi Arabia, Jordan and Indonesia.  Fiscal years 2012, 2013 and 2014 funds in the amount of $157,362,903 are being obligated on award.  The performance location is Orlando, Fla., with an estimated completion date of Nov. 30, 2016.  The U.S. Army Contracting Command Redstone Arsenal (Missile), Redstone, Ala., is the contracting activity.

Weeks Marine, Inc., Covington, La., was awarded a $9,570,000 firm-fixed-price contract for work consisting of furnishing one fully crewed and equipped ‘cutterhead’ dredge, with a dredge discharge size of 30-inches inside diameter complete in all respects, including all attendant plant and crew.  Fiscal 2014 operations and maintenance funds in the amount of $9,570,000 are being obligated on award.  The contract was solicited via the Web with two bids received.  The performance location is Pilottown, La., with an estimated completion date of July 25, 2014.  The U.S. Army Corps of Engineers New Orleans District, New Orleans, La., is the contracting activity (W912P8-14-C-0023).

U.S. SPECIAL OPERATIONS COMMAND

Oregon Iron Works, Inc., of Clackamas, Oregon was one of two companies previously awarded indefinite-delivery/indefinite-quantity contract H92222-11-D-0080 in September 2011 in support of the Combatant Craft Medium Mark One (CCM Mk1). The CCM Mk I Program is an  acquisition program to develop, test, produce,160px-Special_Operations_Specops_Army.svg field, and sustain a modern, clandestine, agile, adaptive, technically relevant, reliable, and operationally capable combatant craft system in support of U.S. Special Operations Command.  The government has tested and evaluated the test articles provided by the two Phase II CCM Mk 1 awardees during Phase III of this evaluation, evaluated final proposal revisions and has made a final down select decision awarded to Oregon Iron Works, Inc.  The total IDIQ contract ceiling, previously announced, remains $400,000,000, and the period of performance inclusive of all options and ordering periods is through December 2021.  Funds in the amount of $17,500,290 will be obligated at this time for test article refurbishment as well as support the purchase of long lead items and low rate initial production units.  The majority of the work will be performed in Clackamas, Oregon.  This contract was originally solicited through the Web as a 100 percent set aside for small business in accordance with Federal Acquisition Regulation 19.502-2 with six proposals received.  U.S. Special Operations Command, Tampa, Fla., is the contracting activity.

ARMY

Department of the ArmySauer Inc., Jacksonville, Fla., was awarded a $56,038,640 contract to build an operational readiness training complex at Fort Hunter Liggett, Calif.  Fiscal 2014 military construction funds in the amount of $56,038,640 were obligated at the time of the award.  Estimated completion date is April 30, 2016.  Bids were solicited via the Internet with 22 received.  Work will be performed at Fort Hunter Liggett.  Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-C-0006).

Sundt Construction Inc., Tempe, Ariz., was awarded a $25,750,000 firm-fixed-price contract to design and construct a battalion headquarters complex.  Fiscal 2013 military construction funds in the amount of $25,750,000 were obligated at the time of the award.  Estimated completion date is Aug. 14, 2015.  Bids were solicited via the Internet with 22 received.  Work will be performed at Fort Campbell, Ky.  Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-C-0007).

Gearhart Brothers Services*, Lancaster, Pa, was awarded an $8,629,223 firm-fixed-price contract to provide sand, stone and gravel to Aberdeen Proving Ground.  Funds and work location will be determined with each order.  Estimated completion date is Feb. 9, 2017.  Bids were solicited via the Internet with seven received.  Army Contracting Command, Aberdeen Proving Ground Md., is the contracting activity (W56ZTN-14-D-0001).

DEFENSE LOGISTICS AGENCY

Produce One Inc.*, Dayton, Ohio, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for freshDefense_Logistics_Agency fruit and vegetable support.  This contract is a competitive acquisition and three offers were received.  This is an 18-month base contract with two 18-month option periods.  Location of performance is Ohio with an Aug. 5, 2015 performance completion date.  Using military services are non-Department of Defense, Department of Agriculture school customers.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.; (SPE300-14-D-S608).

DEFENSE THREAT REDUCTION AGENCY

600px-US-DefenseThreatReductionAgency-Seal.svgNorthern Arizona University, Flagstaff, Ariz, is being awarded a $6,988,284 cost-reimbursable contract for the characterization of antibody responses to melioidosis in humans and in animal models for the Defense Threat Reduction Agency in support of the Research and Development Enterprise.  Bids were solicited and nine received.  Work will be performed in Flagstaff, Ariz., and Darwin, Australia, and is expected to be completed February 2019.  The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Va, (HDTRA1-14-C-0022).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

FedBizOpps – Procurements 

 CONTRIBUTING SOURCE:   Kentucky Procurement Assistance Program

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

R — VOA English Division-News Column Reporter (Embassy) BBG50-R-14-0010 022614 Patrice Abner, Contract Specialist, Phone 2023827837, Email pabner@bbg.gov nbsp;

(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;Broadcasting Board of Governors PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation is issued as a Request for Proposal  (RFP) to establish a Blank Purchase Agreement (BPA). 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. The Government intends to award a Blanket Purchase Agreement. Any resultant Blank Purchase Agreement will be for one year.

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Web Column Reporter (Embassy)-Special Assignments Combination Services  described in the attached Statement of Work (SOW) for the Voice of America’s English Division -Web Service in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(iii) The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000 in average receipts for the past three (3) years. This is 100% total small business set-aside.

(iv) The period of performance will begin on or about March 3, 2014 through  March 2, 2015 (one year from date of award).

(v) 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.

(vi) The Government will award a Commercial Item, Firm-Fixed-Price, Blank Purchase Agreement   resulting from this RFP to the responsible offeror(s) whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price.

Proposal Submission:

Interested contractors are required to submit two (2) separate written documents (proposals) to the BBG.

1) Technical Proposal – The Offeror shall provide their resume/Curruliam Vitae that includes work experience, education and specialized training.  The technical Proposal (resume) includes the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

a) Past Performance References   – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the references with the following information:

(i) reference’s name and address, email and telephone  number of contact person

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 may not be evaluated favorably or unfavorably on past performance

2) Price Proposal :  A price proposal that states the Offeror’s proposed annual Total Price based on the number of assignments   listed in the Statement of Work under the section “Blanket Purchase Agreement Duration and Approximate Assignment Number per Annum” that will be negotiated with the BBG. Total number of assignments per annum is 52.

3) Copy of US Citizenship, work permit, photo ID and/or visa .

4) Copy of active CCR Registration in SAM. https://www.sam.gov

a) In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.

In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.

To ensure consideration for the intended position, please reference the solicitation number on each of your proposals.

The contract labor categories are considered professional labor and creative services and generally exempt from the Service Contract Act.

EVALUATION FACTORS

Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.

Factor #1 – Technical ability to include work experience, education and specialized training

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award

The procurement is being conducted under FAR Part 13. 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 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.

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.

Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov .

Written questions must be submitted before  February 21, 2014 at 5PM  (EST)

Responses to questions will be posted by February 24, 2014 .

DEADLINE FOR PROPOSALS: February 26, 2014 at 4PM EST

ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE to: Patrice Abner at pabner@bbg.gov . Proposals are due to Patrice Abner, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237

Set-Aside: Total Small Business Place of Performance: Locations: Various stateside foreign embassies and 330 Independence Ave, SW washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0010/listing.html
OutreachSystems Article Number: 140219/PROCURE/0065
Matching Key Words: naics!711510; 


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

Department of the ArmyR–Leads Generation/Recruitment Support Services (LGRSS) for the US Army Medical Recruitment Brigade (USAMRB), US Army Recruiting Command (USAREC), Fort Knox, KY 40121 W9124D-14-Q-5033 030714 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation for a firm-fixed-price (FFP) contract with two, one-year option periods. The expected contract period may include a phase-in of 27 February 2015 – 26 March 2016 and base period of 27 March 2015 through 26 February 2016. The purpose of this synopsis is to gather interest, capabilities, and past performance (i.e., relevant and recent) of interested vendors capable of supporting an acquisition for LGRSS for the USAMRB, USAREC, Fort Knox, KY 40121.

BACKGROUND: Bringing quality young men and women into the Army – people who will complete their tours of duty and make a contribution to the Nation’s defense – is the objective of USAREC as it goes about the mission of providing the strength for America’s Army.

The USAMRB’s Highlander Brigade recruits highly qualified and motivated healthcare professionals through: aggressive, synchronized marketing campaigns, relentless recruiting operations, and focused, cutting edge training throughout the Brigade’s worldwide footprint in order to provide the US Army with state-of-the-art healthcare and achieve its mission. The USARMB continues as USAREC’s elite recruiting organization focused on mission accomplishment. For example:

Maximizing technological advances and relevant, creative training methods to empower all leaders to be self-adaptive and decisive in the pursuit of understanding and dominating their profession and their market;

Providing the Highlander Brigade with the administrative, operational, and logistical support required to assess new healthcare professionals into the Army Reserves within 90 days.

Fostering an ethical, moral and professionally sound command climate that will produce leaders who possess the interpersonal, conceptual, technical and tactical skills to lead under ambiguous and complex conditions

OBJECTIVES: The LGRSS would include the following: providing all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government; performance of specific tasks and processing and submitting deliverables leading to the commissioning of Army Reserve (AR) medical doctors.

CONTRACTOR MANPOWER REPORTING: Required.
US CITIZENSHIP: Required.
GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES
CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES
THE SERVICE CONTRACT ACT of 1965, as amended (41 U.S.C. 351, et seq.): APPLICABLE.

Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. 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 (EST-Fort Knox Time), FRIDAY, 7 March 2014: 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/or SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include physical 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. If the interested vendor is an existing GSA Schedule or Army Enterprise contract holder, include the following: contract number, NAICS Code, and issuing agency’s name. 4. Capabilities Statement. An interested vendor should demonstrate its ability to:

a. Provide all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government as Government-Furnished Property (GFP) and Services.

b. Perform services and produce deliverables for specific tasks such as, but not limited to: Area of Concentration (AOC) for specific medical doctor skill sets; Waiver Process; Lead Generation/Market Penetration; Selection Board Packet Preparation; Selection Board.

c. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than or equal to $2 million per year); nature of work/scope as related to LGRSS; and recency-ongoing services or must have been performed during the past three years. For example:

(1) How many contracts did your company have as the prime contractor for LGR-related support services?

(2) What was the duration of cited contracts?
(2a) For whom (i.e., academic, industry, public, or government groups)?
(2b) What was each contract’s price range (i.e., minimum greater than or equal to $2 million per year)?
(2c) If quality awards received, include title, issuing agency, and date received.
(2d) If certifications are held, include description, date received, and expiration date.
(2e) References for cited examples should include: company’s full, legal name and address; contract number; 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 (EST-Fort Knox time), TUESDAY, 25 February 2014. 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/1a1db3cc417c4707ab1d3ebe984ea0ed
OutreachSystems Article Number: 140219/PROCURE/0358
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–Leads Generation/Recruitment Support Services (LGRSS) for the US Army Medical Recruitment Brigade (USAMRB), US Army Recruiting Command (USAREC),Department of the Army Fort Knox, KY 40121 W9124D-14-Q-5033 030714 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox AMD 01: Current Contract #: W9124D-10-C-0044; Current Contractor: MEDIACROSS, INC.

Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation for a firm-fixed-price (FFP) contract with two, one-year option periods. The expected contract period may include a phase-in of 27 February 2015 – 26 March 2016 and base period of 27 March 2015 through 26 February 2016. The purpose of this synopsis is to gather interest, capabilities, and past performance (i.e., relevant and recent) of interested vendors capable of supporting an acquisition for LGRSS for the USAMRB, USAREC, Fort Knox, KY 40121.

BACKGROUND: Bringing quality young men and women into the Army – people who will complete their tours of duty and make a contribution to the Nation’s defense – is the objective of USAREC as it goes about the mission of providing the strength for America’s Army.

The USAMRB’s Highlander Brigade recruits highly qualified and motivated healthcare professionals through: aggressive, synchronized marketing campaigns, relentless recruiting operations, and focused, cutting edge training throughout the Brigade’s worldwide footprint in order to provide the US Army with state-of-the-art healthcare and achieve its mission. The USARMB continues as USAREC’s elite recruiting organization focused on mission accomplishment. For example:

Maximizing technological advances and relevant, creative training methods to empower all leaders to be self-adaptive and decisive in the pursuit of understanding and dominating their profession and their market;

Providing the Highlander Brigade with the administrative, operational, and logistical support required to assess new healthcare professionals into the Army Reserves within 90 days.

Fostering an ethical, moral and professionally sound command climate that will produce leaders who possess the interpersonal, conceptual, technical and tactical skills to lead under ambiguous and complex conditions

OBJECTIVES: The LGRSS would include the following: providing all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government; performance of specific tasks and processing and submitting deliverables leading to the commissioning of Army Reserve (AR) medical doctors.

CONTRACTOR MANPOWER REPORTING: Required.
US CITIZENSHIP: Required.
GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES
CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES
THE SERVICE CONTRACT ACT of 1965, as amended (41 U.S.C. 351, et seq.): APPLICABLE.

Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. 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 (EST-Fort Knox Time), FRIDAY, 7 March 2014: 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/or SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include physical 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. If the interested vendor is an existing GSA Schedule or Army Enterprise contract holder, include the following: contract number, NAICS Code, and issuing agency’s name. 4. Capabilities Statement. An interested vendor should demonstrate its ability to:

a. Provide all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government as Government-Furnished Property (GFP) and Services.

b. Perform services and produce deliverables for specific tasks such as, but not limited to: Area of Concentration (AOC) for specific medical doctor skill sets; Waiver Process; Lead Generation/Market Penetration; Selection Board Packet Preparation; Selection Board.

c. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than or equal to $2 million per year); nature of work/scope as related to LGRSS; and recency-ongoing services or must have been performed during the past three years. For example:

(1) How many contracts did your company have as the prime contractor for LGR-related support services?

(2) What was the duration of cited contracts?
(2a) For whom (i.e., academic, industry, public, or government groups)?
(2b) What was each contract’s price range (i.e., minimum greater than or equal to $2 million per year)?
(2c) If quality awards received, include title, issuing agency, and date received.
(2d) If certifications are held, include description, date received, and expiration date.
(2e) References for cited examples should include: company’s full, legal name and address; contract number; 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 (EST-Fort Knox time), TUESDAY, 25 February 2014. 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/f6124d6334a2bb96d767750f4dee32db
OutreachSystems Article Number: 140219/PROCURE/0441
Matching Key Words: age:state!ky; state!ky; 

Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

600px-US-DeptOfJustice-Seal.svgU — Parenting Program- FCI Edgefield, South Carolina RFQP03031300070 030514 Lori Wehling, Contracting Officer, Phone (972) 352-4525, Fax (972) 352-4545, Email lwehling@bop.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; quotes are being requested and a written solicitation will not be issued.

The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish an indefinite-delivery, requirements type contracts for the provision of a Parenting Program to be rendered for the inmate population incarcerated at the Federal Correctional Institution (FCI) located in Edgefield, South Carolina. FCI Edgefield is a medium security prison housing male inmates. Additionally, FCI Edgefield operates a satellite prison camp that houses minimum security inmates. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at http://www.bop.gov. A description of the services required is attached to this posting and labeled as RFQ Attachment 001 – Description of Requirement.

CONTRACT CLAUSES:
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 FAR clause may be accessed electronically at this address: http://www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.
52.212-4 Contract Terms and Conditions–Commercial Items (SEP 2013) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.203-3 Gratuities (APR 1984)
52.203-12 Limitation on Payments To Influence Certain Federal Transactions (OCT 2010)
52.204-4 Printed or Copied Doubled-Sided on Post-Consumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.223-5 Pollution Prevention and Right to Know Information (MAY 2011)
52.224-1 Privacy Act Notification (APR 1984)
52.224-2 Privacy Act (APR 1984)
52.228-5 Insurance – Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury.
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
52.242-13 Bankruptcy (JUL 1995)
52.253-1 Computer Generated Forms (JAN 1991)

The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:
52.216-18 Ordering (OCT 1995) – (a) from the first day of the effective performance period through the last day of the effective performance period
52.216-19 Order Limitations (OCT 1995) – (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days
52.216-21 Requirements (OCT 1995) – (f) after the last day of the effective performance period
52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period
52.217-9 Option to Extend the Term of the Contract (MAR 2000) – prior to expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years.
52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) – beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
52.27-103-72 DOJ Contractor Residency Requirement – BOP (JUN 2004)
52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
Department of Justice Order 2640.2F (NOV 2008)
2852-223-70 Unsafe Conditions due to the Presence of Hazardous Material (JUN 1996)
52.21-603-70 Contracting Officer’s Representative (JUN 2012)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2014) – (b) 1, 4, 6, 7, 10, 14, 23, 26, 28-34, 38, 42, and 48; (c) 1- WD 2005-2135 Revision 14, 2- $21.07 (exclusive of benefits) for occupational code 15090; and 3.

OTHER CONTRACT TERMS AND CONDITIONS:

Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in April 2014.

Performance Period: The periods of performance of the resulting contract shall be Base Year – Effective Date of Award (EDOA) thru 12 months; Option Year 1 – 13 months from EDOA thru 24 months; Option Year 2 – 25 months from EDOA thru 36 months; Option Year 3 – 37 months from EDOA thru 48 months; Option Year 4 – 49 months from EDOA thru 60 months.

The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 5 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCI Edgefield.

Ordering Official: Task orders may be issued only by the Contracting Officer or a warranted Contracting Official from the Contract Administration Office. Orders may be issued orally, faxed, electronically, or via mail.

Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution.

The program manager at FCI Edgefield is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed:

1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage)

By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.

Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for adult education records. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or designee for proper disposition.

Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance.

Pricing Methodology- The contract rate for service will be on a per session basis, where a session is defined as one hour in duration. Pricing shall be inclusive of all charges (i.e., wages, insurance, overhead, profit, etc.). Please note that there will be minimal processing time required to enter the institution that should be reflected in the price quoted.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72.

SOLICITATION PROVISIONS:

52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more 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. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov
52.212-1 Instructions to Offerors – Commercial Items (JUL 2013) tailored to delete paragraphs at c, d, h, and i, as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to “Offer” and “Offeror” are changed to “Quote” and “Quoter” respectively.
52.204-7 System for Award Management (JUL 2013)
52.212-3 Offeror Representations and Certifications – Commercial Items (NOV 2013)
52.217-5 Evaluation of Options (JUL 1990)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications (DEC 2012)
52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534
52.237-1 Site Visit (APR 1984)
Protests Filed Directly with the Department of Justice (JAR 2852.233-70)
Faith-Based and Community- Based Organizations (AUG 2005) – can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.

Common Law Employee Provision (OCT 2003)- The status of contract persons providing these services has been determined to be that of a common law employee, when contract award is made to an individual. Therefore, the following applies: Individuals, other than corporations, shall submit a fully completed W-4, Employees Withholding Allowance Certificate, along with their quotation.

When award is made to an individual, the provision of these services has been determined to meet certain criteria for creating a common law employment relationship. Therefore, the BOP is responsible for the payment of FICA taxes (7.65 percent) and the withholding of the individual employees taxes. These responsibilities apply only when award of this solicitation is made to an individual. It does not apply to companies or individuals who are incorporated. For evaluation purposes, an additional 7.65 percent will be added to the price submitted by individuals who are not incorporated. An award made to an individual resulting from this solicitation is not subject to FAR 52.212-4(l), Prompt Payment Act.

In addition, to any security requirements, the following forms will be provided to the contractor for completion prior to contract award:- Direct Deposit (SF-1199A)- Federal/State/City/County Tax forms (as applicable)- Employee Locator Form (DOJ-233)- Race and National Origin Identification (SF-181)- Self-Identification of Handicap (SF-256)- Employment Eligibility Verification (I-9). [End of Provision]

Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 – Acquisition of Commercial Items and Part 13 – Simplified Acquisition Procedures. Quoters must demonstrate that they can provide a Parenting Program with qualified service providers who meet qualifications listed in the Description of Requirement document to be determined technically acceptable. In addition to price, the Government intends to evaluate quotes considering technical merit and past performance. Award will be made in accordance with FAR 52.212-1(g).

Pursuant to FAR 17.203(b), the Government’s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal.

Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award.

Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.

The North American Industrial Classification (NAICS) code is 611710, Education Support Services and the applicable small business size standard is $14.0 million dollars.

SUBMISSION OF QUOTATIONS:

On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.

(1) Contractors DUNS Number
(2) Quoted price per session (session is defined as one hour in duration) for an estimated maximum requirement of 850 sessions per contract year. Example format: Base Year – Estimated 850 sessions x $ ________ per session $ ________. Responses must include a price quote per session for the Base Year, Option 1, Option 2, Option 3, and Option 4.
(3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items if different from entry made to the System for Award Management record at http://www.sam.gov.
(4) For each service provider proposed, the contractor must submit documentary evidence of qualification as stated in RFQ Attachment 001.
(5) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your organization which are of a related nature, size, and scope. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete).
(6) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. If your references will require a Release of Information statement – provide it with your quote submittal.
(7) W-4, Employees Withholding Allowance Certification (Individuals only – other than corporations)

Quote Submission Information:

Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Wednesday, March 5, 20144.

Written quotes will be accepted by mail, hand-carried delivery, fax, or email.

Mailed or Hand-carried quotes must be delivered to the attention of Lori Wehling, Contracting officer at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base.

Faxed quotes must be faxed to 972-352-4545, Attn: Lori Wehling, Contracting Officer. Quotes should be clearly marked with the RFQ number and include all required information.

Emailed quotes must be sent in .pdf format only to lwehling@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP03031300070. Quotes must include all required information.

Questions regarding this requirement may be directed in writing to Lori Wehling, Contracting Officer at lwehling@bop.gov.

Place of Performance: 501 Gary Hill Road Edgefield, SC 29824 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03031300070/listing.html
OutreachSystems Article Number: 140215/PROCURE/0073
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

R–Media Mix Modeling (M3) requirements for the Army Marketing and Research Group (AMRG), a field operating agency of the Assistant Secretary of the Army (Manpower & Reserve Affairs) (ASA (M&RA)), Alexandria, VA 22332 W9124D-14-Q-5086 031414 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox SourcesDepartment of the Army sought for a commercial, performance-based services acquisition, which may result in a solicitation for a firm-fixed-price (FFP) contract with two, one-year option periods. The expected period of performance is 1 September 2014 through 31 August 2015. The purpose of this synopsis is to gather interest, capabilities, and past performance (i.e., relevant and recent) of small business capable of supporting M3 requirements for the AMRG, an FOA of the ASA(M&RA), Alexandria, VA 22332.

Each contract period may include the following functional tasks: current and forecasted core markets profile; current and forecasted US Army market penetration with core markets and influencers; current and forecasted gaps in media coverage; resource allocation review and analysis to maximize coverage; and sensitivity analysis of resource allocations to budget reductions (i.e., 10%, 20%, 30%, etc.).

BACKGROUND: AMRG generates interest in Army service options through targeted marketing campaigns in order to motivate well-qualified candidates to join the Army. The AMRG’s primary responsibility is to support the ASA(M&RA) through national marketing, marketing analysis, and accessions analysis. It employs enterprise marketing strategies and processes via the Enterprise Army Brand (EAB) in support of the Active Army and US Army Reserve (USAR) recruiting activities for officers, enlisted, and Department of the Army Civilians (DACs).
Other AMRG responsibilities include: informs the ASA(M&RA) on strategic issues and directions; provides policy, programming and supervision of the Army’s marketing and advertising strategy and programs; establishes, maintains and monitors performance evaluation of the ASA(M&RA); management and performance evaluation of the Army’s advertising contract; ensures policies, and programs within the Human Capital (HC) arena are consistent with statutes and the Secretary of the Army’s objectives; and operational control of the US Army Accessions Support Brigade (USAASB) and its subordinate units.

The EAB connects America with the Army and promotes the positive value of Army service. It represents the reputation and ideals of the United States Army, and educates and promotes the positive value of Army service options to service-age citizens and their influencers. The EAB unifies key message elements of each of the Army service options: Enlisted, Officer, Special Missions, and Civilian sub-brands. Key messaging goals of the Army Brand are to: showcase the Army as a unique American institution that is representative of the country it serves during periods of peace and war; highlight the multiple paths of service available within the United States Army and distinguish from other services; promote the training, educational, financial, and career benefits offered by the Army in order to attract the most qualified candidates to Army service opportunities; educate influencers about the positive impacts and opportunities offered to America’s youth by today’s modern, technological Army; provide a focal point for marketing, advertising, and trade marking activities to reinforce positive associations with prestige, protection of the nation, technology and opportunity; influence qualified professionals to explore service opportunities offered by the Judge Advocate General’s Corps, Army Medical Department, and Chaplain Corps by highlighting opportunities for valuable training and rewarding careers; and promote Reserve and DAC opportunities in order to retain highly qualified personnel who are transitioning from Active Duty service.

OBJECTIVES: The Army Brand and Marketing Program supports the Army Brand by delivering consistent messaging through national level advertising, marketing events, partnerships with external organizations, trademarking, and other internal and external communications. The objectives of the Army Brand and Marketing program are to: increase the propensity for Army service; improve the Army’s image so that it is the top service choice; strengthen partnerships between the Army and American educators; attract top prospects in support of accessions and hiring goals; and develop institutional processes that support targeted marketing campaigns.

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 THE SERVICE CONTRACT ACT: APPLICABLE.

Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. 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), FRIDAY, 14 MARCH 2014: 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 physical 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. If vendor is a small business concern with an existing GSA Schedule Contract, an Army Enterprise Contract, and/or an Army Computer Hardware, Enterprise Software and Solutions (CHESS) Information Technology Enterprise Solutions-2 Services (ITES-2S) or Information Technology Services-Small Business (ITS-SB) contract, include the following: contract number, NAICS Code, and issuing agency’s name. 4. Capabilities Statement. An interested vendor should demonstrate its ability to: a. Provide external evaluation in all areas of current US Army marketing and advertising efforts to include but not limited to Brand Image development, national and local advertising, national and local public relations events, sponsorships, social media, goarmy.com, and other media assets. Evaluation should: (1) Determine current and forecasted core market profiles. (2) Determine current and forecasted US Army market penetration with core markets and influencers. (3) Determine current gaps in media coverage and forecasted gaps. (4) Provide resource allocation recommendations to maximize coverage. (5) Provide Sensitivity Analysis of optimize resource allocation to budget reductions (10%, 20%, 30%, etc.). (6) Recommend significant variables for inclusion in the Army’s mixed marketing model (M3). (7) Provide ability to add/update additional data sets from current managed Army databases. (8) Include digital media, social media and event sponsorships into analysis of market penetration. (9) Include sales force analysis of US Army recruiting and reserve stations as part of mixed media modeling. (10) Display M3 results through a dynamic quote mark Dashboard quote mark display. Display should include: (a) Ability to conduct trend analysis [record and export variables over time (day, month, quarter, year)]; (b) Ability to graph output M3 model results geospatially; (c) Ability view results based upon filtered variables; (d) Real-time access to reports and results; and (e) Ability for the US Army to update and modify. (11) Army retains proprietary ownership of modeling efforts. (12) Identify any other information or capabilities not mentioned that could contribute to AMRG marketing success. b. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than or equal to $1 million per year); nature of work/scope as related to M3 services; and recency-ongoing services or must have been performed during the past three years, e.g., (1) How many contracts did your company have as the prime contractor for M3-related services? (2) What was the duration of cited contracts? (2a) For whom (i.e., academic, industry, public, or government groups)? (2b) What was each contract’s price range (i.e., minimum greater than or equal to $1M per year)? (2c) If quality awards received, include title, issuing agency, and date received. (2d) If certifications are held, include description, date received, and expiration date. (2e) References for cited examples should include: company’s full, legal name and address; contract number; 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 (EST-Fort Knox time), FRIDAY, 21 FEBRUARY 2014. 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 Knox Building 1109B Fort Knox KY 40121-5720 US URL:https://www.fbo.gov/notices/1bde12a2fcad7567a5bbe2dac4fa04bf
OutreachSystems Article Number: 140214/PROCURE/0425
Matching Key Words: age:state!ky; state!ky; 


Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD , VICKSBURG, MS 39180-6199

190px-United_States_Army_Corps_of_Engineers_logo.svgR–MOD 2 ENVIRONMENTAL RESEARCH, SCIENCE AND ENGINEERING – CHANGED NAICS CODE TITLE AND SIZE STANDARD W81EWF40178182 022514 Amanda Andrews, 601-634-5249 USACE ITL, GSL, EL, CHL, Vicksburg This is a REQUEST FOR INFORMATION – SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The type of solicitation issued in the future will depend upon the responses to this sources sought synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of Small Business community to compete and perform a Service Contract.
The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is issuing this request for information (RFI) announcement as part of a market survey for Environmental Research, Science and Engineering.
Below are descriptions of the tasks and deliverables required by the Environmental Systems and the Ecological Resources Branches, at the U.S. Army Engineer Research and Development Center (ERDC), Environmental Laboratory (EL), located in Vicksburg, Mississippi.

The contractor shall complete tasks and provide deliverables associated with science, engineering, and research and development related to environmental sensing, characterization and monitoring, military sensor simulation, environmental assessment, risk management, environmental restoration planning and engineering, natural resources management, and environmental sustainability. An Indefinite Delivery Indefinite Quantity (IDIQ) contract will be executed to fulfill the needs of this service requirement.

The overall objective of this procurement is to have tasks orders completed and obtain deliverables for Civil Works Direct/Reimbursable and Military Direct/Reimbursable work areas. The tasks shall be executed with very limited interaction between the government and the contractor. Specific deliverables and products will be defined in applicable task orders.

This IDIQ contract will have a four-year ordering period. The contract will include research and development (R&D) tasks in both the civil and military arenas. These tasks relate to the R&D work being executed by two branches of the ERDC-EL’s Ecosystem Evaluation and Engineering Division: the Environmental Systems Branch and the Ecological Resources Branch. Execution of the work will occur at the Vicksburg, MS, location and at remote field sites as is applicable. A Contracting Officer Representative (COR) will be appointed to oversee tasks at all locations. The contract will be written as a performance-based acquisition to satisfy Army and DoD service contract requirements. Contractor should have knowledge of, be trained to conduct, or be able to obtain required training to allow for field and laboratory safety, handling of environmental materials, animal care and use, First aid and CPR, basic bioinformatics and statistics, plant and wildlife identification, basic GIS, and familiarization or certification of some data collection equipment used by the branches.

The Environmental Systems Branch conducts research involving the identification, mapping, and modeling of environmental conditions in the execution of diverse civil and military requirements. The branch focuses on the development and application of environmental sensing, characterization, and monitoring capabilities necessary to quantify environmental site conditions. The branch also conducts research focused on model development to create tools that allow for the prediction and visualization of dynamic environmental characteristics for civil and military applications.

The Ecological Resources Branch provides a full range of research, tool development, and guidance for watershed and ecosystem planning, restoration, and stewardship management for the USACE, the Army, and the nation. Branch research includes work in stream restoration, design, and engineering; ecological effects assessment; human effects, perception, and valuation; wildlife and riparian effects, protection, and management; study design, data management, and study facilitation and conceptual, habitat, watershed, and climate change modeling.

Security Clearance: Tasks that require a SECRET level security clearance will be specified in the task order. Contractor personnel must be a U.S. citizen and capable of obtaining and maintaining appropriate security clearances up to the SECRET level. Contractor must provide their classified CAGE code at the time of proposal submittal. If no security clearance is required for a particular task, then a non-U.S. citizen may be provided by the contractor. Additional details about Security and Safety are located in Item 11 of this document.

The Contractor shall complete research, development, and evaluation tasks in the civil and military arenas. The contractor shall perform research in all areas previously referenced; be capable of understanding related activities; theoretical studies; laboratory and field experimental work; computational modeling, remote sensing imagery acquisition and processing; and technology transfer. The contractor shall be responsive to subsequent task orders. Specific research activities, medical monitoring and training will be outlined in each task and may include: field data collection, laboratory research, etc. Examples of research activities include:

A. Environmental Sensing and Characterization – The Contractor shall complete R&D tasks and provide deliverables that relate to the identification, mapping, and modeling of environmental conditions in order to fulfill diverse research objectives. This could include the emplacement and collection of diurnal data using specialized equipmentoperating as passive or active sensors, including visible, near-infrared, thermal, ground penetrating radar, ground-based LIDAR, or other similar types of sensors. Data shall be gathered concerning background environmental conditions and also for targets of interest. These targets of interest can include disturbed areas. The Contractor shall also make use of global positioning system equipment to document site information and the Contractor shall be able to configure, set up, operate, and disassemble sensing equipment and related computing and recording hardware. Travel and field work are often required and will be defined at the task order level.
B. Testing of Sensors – The Contractor shall complete R&D tasks and provide deliverables related to the development and execution of tests designed to determine the effectiveness of sensors to detect objects of interest. This work can include test layout design and implementation, including the emplacement and removal of targets and the detailed characterization of the environmental adjacent to those targets of interest. Travel and field work are often required and will be defined at the task order level.
C. Geospatial data acquisition, analysis, and modeling – The Contractor shall complete R&D tasks and provide deliverables that relate to the collection, synthesis, analysis, and modeling of remotely sensed imagery and geospatial data related to environmental investigations. Custom software or scripting solutions are often required.
D. Development of Custom Sensing Systems – The Contractor shall complete R&D tasks and provide deliverables related to the construction of custom systems for monitoring environmental phenomena, including meteorological stations, and other systems designed to further knowledge of background soil, geology, vegetation and meteorological conditions.
E. Recreation & Natural Resources – The Contractor shall complete R&D tasks and provide deliverables associated with statistical analysis; visitation and meter data analysis; data verification and trend analysis; Natural Resource Management (NRM) communities of practice; and data analyses to the software business line systems of the NRM program and Operations and Regulatory Gateways.
F. Ecosystem Restoration and Planning – The Contractor shall complete R&D tasks and provide deliverables related to ecosystem restoration and USACE Planning including model development, implementation, and monitoring of restoration and planning projects.
G. Wildlife Habitat and Stewardship – The Contractor shall complete R&D tasks and provide deliverables related to wildlife resources assessment and protection, including natural resource inventories and wildlife habitat assessment and monitoring. Travel and field work are often required and will be defined at the task order level.
H. Medical Monitoring may be required for persons conducting laboratory research or field research: The contractor shall conduct research occurring under office, laboratory, and field settings. The contractor shall be able to work in these settings and in some cases may be required to operate outdoors in remote locations, be capable of safely negotiating steep and uneven terrain, lift 50 pounds, and exhibit a fitness level required in adverse environmental conditions.
Minimum Requirements for Labor Categories:
Technical Subject Matter Expert
Highly educated, experienced, and renowned professionals are available to solve the most difficult and forward-looking problems. These professionals, in their respective concentrations, apply sound expertise and practices to solve a wide variety of technical problems. These may include developing and applying advanced scientific and engineering technologies in systems, experiments, and demonstrations; and introducing into the systems the application of leading edge technological developments. May have published articles or books in field of expertise and made presentations at professional conferences. Specialized experience is directly applicable to the task requirements.

Level l: Level I subject matter expert has completed a Bachelor’s degree or has equivalent work-related experience in the area of task execution. Knowledge, Skills, and Abilities (KSAs) in report writing; technical presentations, laboratory and field experimental work; data collection, reduction, and analysis; geographic information systems (GIS) are highly desirable. Desired experience: 2-4 years

Level II: The Level II subject matter expert has completed a Master’s degree in the required area of expertise or has at least 3 years of documented experience in related professional field related to the ERDC Mission. Desired Experience: 4-6 years.

Level Ill: The Level Ill professional has completed a PhD degree in the required area of expertise or has at least 6 years of documented experience in related professional field related to the ERDC Mission. Desired Experience: 6 years or more

Technical Subject Matter Specialist

General Skills and Tasks: Applies subject matter knowledge to high level analysis, collection, assessment, design, development, modeling, simulation, integration, installation, documentation, and implementation. Resolves scientific or engineering problems which require an intimate knowledge of the related technical subject matter. Applies principles and methods of the subject matter to specialized solutions.

Level I: BA/BS/equivalent plus 2-4 years of experience preferred. Applies technical expertise to data collection, processing, analysis and final product preparation. Familiarity and comfort with computers and technical equipment is required. Experience in data collection in the field in a variety of environmental conditions is preferred.

Level II: BA/BS/equivalent plus 4-6 years of experience preferred, MA/MS desired. Should exhibit high level of familiarity with at least one technical area of specialization. Applies technical expertise to data collection, processing, analysis and final product preparation. Familiarity and comfort with computers and technical equipment is required. Experience in data collection in the field in a variety of environmental conditions is preferred.

Level III: BA/BS required at a minimum. MA/MS desired. 6 or more years of experience desired. Applies technical knowledge at a high level of competence. Should be able to conduct scientific or engineering studies independently. At this level, should have either authored or co-authored technical articles or been involved with scientific presentations, workshops, or conferences.

Technical Analyst

Performs field data collection and laboratory analyses associated with the environment studies. Functions as a member of an interdisciplinary team and requires technicalexpertise of the environment or associated complementary disciplines. May manage complex tasks and staff from the same vendor performing environmental, technical, or scientific activities. May provide technical guidance on environmental task under the general supervision of contractor environmental, scientific, or technical staff.

Level l: The Level l technical analyst is not required to have a degree in the area of expertise. Ability to perform manual tasks (heavy lifting) is preferred and ability to be trained in other skill areas. KSAs that are desirable at this level include: Associate’s degree from a community college; GIS and GPS experience; solid mathematics skills; basic computer skills. Ability to work well with others; willingness to travel to remote field sites; good driving skills and ability to obtain a commercial driver’s license are preferable.

Level II: The Level II technical analyst is not required to have a degree but must have at least 2 years of documented experience in some of the desired skills that could be equated to an Associate’s degree or higher. Technician must have the physical ability to perform manual tasks (heavy lifting) and ability to be trained in other skill areas. Required KSAs for this level include: basic computer skills; experience working with and leading small groups of people on projects; clean driving record and ability to obtain a commercial driver’s license; good verbal and writing communication skills; good mathematics skills; ability to accurately gather and reduce technical data; GIS and GPS experience is preferable.

Level Ill: The Level III technical analyst is not required to have a degree, but a BA/BS is strongly preferred unless the individual has exhibited an extremely high level of expertise in their technical field. Must have at least 10 years of documented experience demonstrating the skills necessary to perform the research tasks for ERDC. A college degree at or above the Bachelor’s level will be counted toward experience criteria. Technician must have the physical ability to perform fieldwork or lab analysis and the ability to be trained in other skill areas. Required KSAs for this level include: basic computer skills; experience working with and leading small groups of people on projects; clean driving record and ability to obtain a commercial driver’s license; good verbal and writing communication skills; good mathematics skills; ability to accurately gather and reduce technical data; ability to synthesize results into format for presentations and reports; GIS and GPS experience is preferable.

Contractor personnel may be required to travel within the Continental United States (CONUS) to perform temporary duty as required by specific Task Orders. The contractor will be reimbursed for travel in accordance with FAR 31.205-46.

Contractor personnel shall primarily perform their day to day assignments at the ERDC in Vicksburg, MS, although, work at other locations may occasionally be required. Place of performance will be specified in each Task Order.
Contract period of performance will initiate upon contract award and will consist of a four year ordering period. Each task order will include a specific period of performance.

Specific deliverables will be outlined in each Task Order issued. A typical deliverable may include, but not be limited to, progress reports, technical report/papers, bioinformatic, and statistical results, etc. Deliverables will typically be specified in individual task orders.

Specific deliverables will be outlined in each Task Order issued. In general, the contractor shall conduct research and development studies to include, modeling, simulation, material selection, testing, laboratory and field data gathering, data analysis, report preparation, and report presentation. A typical deliverable may include providing data suitable for inclusion in technical reports and papers, numerical simulation results, datasets, and status reports. Specific deliverables will be defined in the individual task orders.

The contractor shall perform work as specified by the Task Orders. Each Task Order will include, as a minimum, a PWS for the work to be performed and any travel, misc. costs and deliverables as appropriate.

Contractor shall provide information on proposed personnel to satisfy a specific task order two (2) weeks in advance of the beginning of the task, so appropriate internal administrative functions can begin.

North American Industrial Classification System (NAICS) Code applicable to this sources sought is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). The Small Business Size Standard for this sources sought is 500 Employees.

Interested organizations having access to demonstrated research and capabilities in this area are invited to submit literature, which describes the general approach, previous related work, and a response per the submission instructions below. After review of the response submissions, the Government may contact select respondents to further clarify the candidate materials.
If you have an interest in participating in this type of contract, please provide the following information:

1. Cage code or DUNS number
2. Company information: (type of small business: 8(a), SDB, SDVOSB, etc) Please indicate contact information and email address.
3. Capability Statement: Please include a capability statement not to exceed ten pages.

Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at http://www.fbo.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed below.
All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement no later than 25 February, 2014 at 1:00 pm CST to:

E-mail amanda.andrews@usace.army.mil
Set-Aside: Total Small Business Place of Performance: USACE EL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS 39180-6199 US URL:https://www.fbo.gov/spg/USA/COE/329/W81EWF40178182/listing.html
OutreachSystems Article Number: 140214/PROCURE/0430
Matching Key Words: writ*; technical; standard; operating; 

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

R — Broadcaster Combination Services BBG50-Q-14-0047 022014 LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov – J.R. HILL, Contract Specialist, Phone 202-382-7846, Fax 202-382-7877, 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 forBroadcasting Board of Governors 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. The Government intends to award three Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.
The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Combination Services as described in further detail below for the South and Central Asia Division (Turkish Service) in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
SAM: 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).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 541840 and 51930 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.

Period of Performance:
One year from award

Contract Type:
Firm- Fixed Price

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

Applicable Provisions: See Attachment

Proposal Submission:
Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.

1. A Price Proposal that states the Offeror’s proposed hourly rate. The rate will be negotiated with the BBG.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

3. Copy of US Citizenship, work permit, photo ID and/or visa.

4. References (three)

5. Copy of active CCR Registration in SAM. https://www.sam.gov

To ensure consideration for the intended position, please reference the solicitation number on your proposal. Also indicate the Statement of Work (SOW) you are applying for. The SOW’s are named as the following:
Statement of Work 307
Statement of Work 309
Statement of Work 310

Proposal must be submitted electronically to lkwashin@bbg.gov. The due date is Thursday, February 20, 2014 at 4PM EST. All proposals as well as inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Contracting Office Address:

Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award three Blanket Purchase Orders 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:

EVALUATION FACTORS

(Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.).
Factor #1 – Technical ability to include work experience, education and specialized. training
Factor #2 – Price
Factor #3 – Past Performance

Basis for Award
The procurement is being conducted under FAR Part 13. 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 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.
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.

Deadline to submit question: February 14, 2014, 4:00 pm EST.

Responses to questions will be posted on February 18, 2014.

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-14-0047/listing.html
OutreachSystems Article Number: 140213/PROCURE/0069
Matching Key Words: naics!711510; 

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 — Radio Script Translator, Swahili Service BBG50-Q-14-V00100445TE 022414 Theresa D. Elliott, Contract Specialist, Phone 2023827841, Email thelliott@bbg.gov Multi Media Specialist: Radio Script Translator, Swahili Service
- Produce Ready to Air Video Products
- Covers news events related to East Africa news

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 (RFP) to establish a Non-Personal Services Contract.
There will be a guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized Call Orders placed against the resulting Non-Personal Services Contract. The Government intends to award this Non- Personal Services Contract; however, the Government reserves the right not to award this Non-Personal Services Contract. Any resultant Non-Personal Services Contract will be for one year.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Non-Personal Services Contract for Multimedia services as described in further detail below for the Africa Division in Washington D.C. (See attachment A). This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

SAM: 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).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 512191with a small business size standard of $29.5M 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.

Period of Performance: One Year from Date of Award

Contract Type: Firm- Fixed Price

Time of Performance:

VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The program manager will make determination at the time of award.

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.

*FAR clause 52.213-4, Contract Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items), applies to this acquisition. (see attached)

Applicable Provisions: See below

Proposal Submission: Interested independent contractors are required to submit two written documents (price & resume) to the BBG.

1. A Price Proposal that states the Offeror’s proposed price based on an hourly rate that will be negotiated with the BBG.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

3. Copy of US Citizenship, work permit, photo ID and/or visa.

4. References (three)

5. Copy of active CCR Registration in SAM. https://www.sam.gov

6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications - Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.

To ensure consideration for the intended position, please reference the solicitation number and title of the position on your proposal.

Proposal must be submitted electronically to thelliott@bbg.gov. The due date is Monday, February 24, 2014 at 12PM EST. All proposals as well as inquiries should be sent electronically to Theresa Elliott @ thelliott@bbg.gov

Contracting Office Address:
300 C St. SW
Switzer Bldg. Rm. 4300
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation – Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Agreement 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:

EVALUATION FACTORS

Factor #1 – Technical ability to include work experience, education and specialized training

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award

The procurement is being conducted under FAR Part 13. 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 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.

Only one 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.

NOTE: All questions regarding this solicitation are due by Noon on February 18, 2014. Responses to questions will be posted by February 21, 2014. E-mail questions to thelliott@bbg.gov.

Set-Aside: Total Small Business Place of Performance: Africa Division, Swahili Service 330 Independence Avenue, SW Cohen Building, Room 1700 Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-V00100445TE/listing.html
OutreachSystems Article Number: 140212/PROCURE/0081
Matching Key Words: video*; produc*; train*; you; website; education*; business*; event?; produce?; commercial?; 


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

R — Broadcaster Combination Services BBBG50-Q-14-0045 021814 LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov – J.R. HILL, Contract Specialist, Phone 202-382-7846, Fax 202-382-7877, 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 forBroadcasting Board of Governors 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. The Government intends to award one Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.
The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Combination Services as described in further detail below for the South and Central Asia Division (Uzbek Services) in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
SAM: 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).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 541840 and 51930 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.

Period of Performance:
One year from award

Contract Type:
Firm- Fixed Price

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

Applicable Provisions: See Attachment

Proposal Submission:
Interested independent contractors are required to submit two (3) separate written documents (proposals) to the BBG. And include an audio sample.

1. A Price Proposal that states the Offeror’s proposed houly rate. The rate will be negotiated with the BBG.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

3. Submit a one-page Uzbek language text in Latin alphabet.

4. Submit an audio sample in Uzbek by reading the same text.

5. Copy of US Citizenship, work permit, photo ID and/or visa.

6. References (three)

7. Copy of active CCR Registration in SAM. https://www.sam.gov

To ensure consideration for the intended position, please reference the solicitation number on your proposal.
Proposal can be submitted electronically to lkwashin@bbg.gov , in person or by mail. The due date is Monday, February 18, 2014 at 4PM EST. All inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Contracting Office Address:

Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket 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:

EVALUATION FACTORS

(Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.).
Factor #1 – Technical ability to include work experience, education and specialized. training
Factor #2 – Price
Factor #3 – Past Performance

Basis for Award
The procurement is being conducted under FAR Part 13. 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 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.
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.

Deadline to submit question: February 13, 2014, 4:00 pm EST.

Responses to questions will be posted on February 17, 2014

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/BBBG50-Q-14-0045/listing.html
OutreachSystems Article Number: 140212/PROCURE/0083
Matching Key Words: naics!711510; 


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 — Craft Editor BBG50-R-14-0009 022514 Patrice Abner, Contract Specialist, Fax 202-382-7870, Email pabner@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-14-000X is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072, dated January 1, 2014.

(iv) This is a one hundred percent (100%) total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.

(v) The contractor shall provide a Firm Fixed Price proposal for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding multiple Non-Personal Services Purchase Orders with Independent Contractors for Radio, Television and Multimedia services as described in the attached Statement of Work (SOW) subject to the availability of funding. The Offerors selected for an award must be able to successfully pass a BBG security investigation.

(vii) The Government anticipates making multiple award under this Solicitation on/or about on March 1, 2014 and no later than August 31, 2014. The Base Period of award will be three (3) months with three (3) subsequent three (3) month Option Periods that , if exercised, will follow sequentially for a total contract duration not to exceed twelve (12) months.   The Contractor shall submit a monthly invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instructions 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 their ability and experience in providing the required services.

Offeror’s minimum qualifications shall include but not be limited to:
1) Offeror’s Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training necessary to provide the required services under this solicitation. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language;

2) Experience – The Offeror shall demonstrate experience in providing the required services under this solicitation to Governmental and/or commercial customers.

INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). The Price Proposal must contain a copy of Attachment A entitled “Price Schedule” which must be filled out by the interested contractor as well as either a copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.

(ix) The Government will award Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Orders resulting from this RFP to the responsible offerors whose offer conforming to the RFP will provide the best value to the Government, based on technical, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. THE FOLLOWING EVALUATION AND PAST PERFORMANCE FACTORS LISTED IN ORDER OF IMPORTANCE MUST   BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ PROPOSALS: 1)   A narrative detailing the approach that they will take to meet the requirement. The offeror must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The offeror must submit a brief description of its company’s business and provide a company point of contact including address, e-mail address, telephone number, fax number and if applicable, the company’s web-page address. (Technical Approach); 2) Recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience)   3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) 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 may not be evaluated favorably or unfavorably on past performance. Offerors shall use Attachment B – Past Performance References to submit their past performance references. (Past Performance) and 4) A Separate Price Proposal showing a price breakdown for the services under solicitation. The prices shall be provided in United States dollars. The Price Proposal must contain Attachment A entitled “Service and Price Schedule” which must be filled out by the offeror.    Offerors are cautioned that failure to address each of the above evaluation 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 which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO AWARD.

(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:
I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (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. (End of Clause)

II. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to unilaterally exercise the options in Attachment A entitled “Price Schedule.” The Parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise.

In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable.   Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered   by the Contractor to BBG hereunder. (End of Clause)

(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; 52.219-6 Notice of Total Small Business Set-Aside (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program 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 (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); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (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: 52.217-9 Option to Extend the Term of the Contract.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted . Please note that questions must be submitted in writing to Patrice Abner by email (pabner@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Daylight Time on February 18, 2014. Technical Proposals shall be submitted as an original and three (3) copies and Price Proposals shall be submitted as an original and one (1) copy. All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 on February 25, 2014 , at 12:00PM, Eastern Daylight Time.

(xvi) Contact: Patrice Abner, Contracting Officer, email: pabner@bbg.gov.

All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 330 Independence Avenue Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0009/listing.html
OutreachSystems Article Number: 140212/PROCURE/0084
Matching Key Words: naics!711510; 

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 ; Daniel Stafford 817-850-8278 GS07F133BA $500,000 021814 541 3,541 4F,541 1000,541 4B CHITRA PRODUCTIONS 4948 LAUDERDALE AVE VIRGINIA BEACH VA USA 23455-1328 No140px-US-GeneralServicesAdministration-Logo.svg Description Provided
URL: https://www.fbo.gov/notices/2a8c5eac7300bea14191aa6036967c9f
OutreachSystems Article Number: 140219/AWARDS/0588
Matching Key Words: naics!512110; 

FedBizOpps – Special Notes

Department of the Air Force, Air Force Materiel Command, AFLCMC – Hanscom, 9 Eglin Street Hanscom AFB MA 01731

356px-Seal_of_the_US_Air_Force.svg99 — Air Force Life Cycle Management Center – Hanscom AFB – Small Business Event 0-00013 Gregory T. Ketcham, Phone 7812250118, Email gregory.ketcham@us.af.mil Hanscom Air Force Base is hosting a Small Business event at the Courtyard Marriot on 26 Feb 2014 located in Newton, Massachusetts (2345 Commonwealth Ave). The event will start at 1:30 PM EST in the Charles River Room with a one-hour panel focused on “Teaming Up to Achieve Success”. The five-member panel will be comprised of senior leaders from the AFLCMC C3I&N and Battle Management directorates, senior contracting leadership, and Small Business Administration representatives. The panel portion will be followed by an additional 30 minutes for questions & answers from audience participants. Due to limited seating, companies must limit attendance to no more than three representatives per company. Registration is not necessary, and seating will be on a first-come, first-served basis.
Companies do not need to attend the larger New Horizons Symposium to be admitted to this Small Business Panel event. The panel discussion will be video recorded, to be provided on FedBizOpps at a later date. Unlike last year’s event, a “Reverse Matchmaking” session will not follow the Small Business Panel.

The NAICS Codes listed below represent the types of companies that best match the acquisitions at Hanscom AFB. However, your company does not need to be registered for one of these NAICS codes to attend.

334111 – Electronic Computer Manufacturing
334112 – Computer Storage Device Manufacturing
334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
517110 – Wired Telecommunications Carriers
517410 – Satellite Telecommunications
541511 – Custom Computer Programming Services
541512 – Computer Systems Design Services
541519 – Other Computer Related Services
541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
561621 – Security Systems Services (except Locksmiths)

URL: https://www.fbo.gov/spg/USAF/AFMC/ESC/0-00013/listing.html
OutreachSystems Article Number: 140212/SPECIAL/0869
Matching Key Words: video*; business*; event?; 

USABID State and Local Purchases

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

R – Actuarial Services RFP : 1400000064 Department For Medi SOL Actuarial Services RFP : 1400000064 Department For Medicaid Services Published On : 2/14/14 Amended On : Closing On : 3/7/14 2:00 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140219/BID/0009
Matching Key Words: age:state!ky; state!ky; 


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

R – Equine Show Ring Footing Blend_ KY Horse Park RFB : 1400000598 SOL Equine Show Ring Footing Blend_ KY Horse Park RFB : 1400000598 Office Of The Controller Ashley Kirk Published On : 2/17/14 Amended On : Closing On : 3/4/14 1:30 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140219/BID/0011
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 – Vehicle Decals and Wraps (rebid) SOL RCSB-3190-0-2014/TN Vehicle Decals and Wraps (rebid) Due Date: 2/26/2014 3:00 PM Eastern Contact: Tracey Neathery For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140219/BID/0258
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 – Post-Acute Patient Services SOL UK-1346-14 Post-Acute Patient Services Due Date: 3-28-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140219/BID/0260
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 – Highview Neighborhood Plan SOL RFP-3189-0-2014/MBB Highview Neighborhood Plan Due Date: 3/12/2014 3:00 PM Eastern Contact: Max Bradley For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0263
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 – Capital Campaign Consultation Questions & Answers Attachment AAtta SOL UK-1338-14 Capital Campaign Consultation Questions & Answers Attachment A Attachment B Attachment C Attachment D Due Date: 2-28-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0265
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 – Public Relations Marketing and Advertising SOL UK-1344-14 Public Relations Marketing and Advertising Due Date: 3-14-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0267
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 – University of Kentucky Athletics Multi-Media Marketing Rights SOL UK-1345-14 University of Kentucky Athletics Multi-Media Marketing Rights Due Date: 4-1-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0268
Matching Key Words: age:state!ky; state!ky; 


New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – Request For Proposal (RFP) New Jersey Public Broadcasting Auth SOL Public Notice ID: 21051253.HTM Request For Proposal (RFP) New Jersey Public BroadcastingAuthority Educational Broadband Service Lease WLX-250, Trenton, NJ (C1) Notice is hereby given that the New Jersey Public Broadcasting Authority (NJPBA) is requesting proposals from qualified entities who would lease excess capacity on the NJPBA Educational Broadband Service (EBS) system (System). The RFP solicits proposals for financial, technical and operations (but not programmatic) support for the NJPBA and its educational use of the EBS System with the purpose of selecting a lessee that intends to develop promptly an advanced wireless network serving the Trenton, NJ market. The bidder shall propose how, when and where it will utilize the excess EBS capacity to construct and operate an advanced wireless service network while also permitting the NJPBA to utilize the reconstructed system, transmission equipment and operations so that the NJPBA can provide required educationally oriented services in accordance with the rules of the Federal Communications Commission (FCC). The selected lessee shall pay for System reconstruction, transmission equipment, and operations, and to pay royalties (rent) to the NJPBA. The Lessee will provide and maintain all necessary facilities, hardware, software operating systems, security, network connectivity, and authentication resources to construct, maintain, and operate a digital wireless internet service. No NJPBA services, facilities, or resources, other than excess capacity on the System, will be provided. The NJPBA desires to select a Lessee that can provide the financial resources, operational plan, technology, and expertise to build a competitive and fully functional regional digital wireless service. Proposals and the operations of the Lessee must adhere to all spectrum-leasing rules. Respondents should reference, as appropriate, FCC rules concerning spectrum leasing. The NJPBA notes that the FCC has posted a list of its requirements related to leasing spectrum at: http://wireless.fcc. gov/services/index.htm?job=licensing_1& id=ebs_brs If for any reason that link is not operative it shall be respondents’ obligation to secure access to applicable FCC rules and policies. All firms submitting proposals for this project must have related experience of a similar magnitude. The NJPBA is requesting proposals from firms with the intention of entering into a lease agreement with the organization whose qualifications and proposal best serves the needs of the NJPBA, price and other factors considered. The RFP is available on NJPBA’s website at: http://www.state.nj. us/treasury/njpba/ publicinfo.shtml, under the title, WLX-250 RFP. Proposals must be responsive to the RFP and must be received no later than 2:30PM, Friday March 14, 2014, and sent to the address identified below: New Jersey Public Broadcasting, PO Box 777, Trenton, NJ 08625-0777, ATTN: Mr. Richard Williams, EBS EXCESS CAPACITY LEASE PROPOSAL (WLX-250). Street Address for courier or overnight delivery is New Jersey Public Broadcasting, 25 South Stockton Street, Trenton, NJ 08608-1832, ATTN: Mr. Richard Williams, EBS EXCESS CAPACITY LEASE PROPOSAL (WLX-250). Reliance upon the U.S. Mail or other carriers is at firm’s risk. Late proposals will not be considered. Faxed or e-mailed proposals will not be accepted. 2/12/2014 $53.07 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0531
Matching Key Words: broadcast*; education*; 

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

R – Legal Services RFP : 1400000207 CHFS – Office Of The Se SOL Legal Services RFP : 1400000207 CHFS – Office Of The Secretary Legal Services Published On : 2/10/14 Amended On : Closing On : 2/17/14 12:00 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140212/BID/0007
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 – Design of a Voice of Customer Program SOL RFP-3187-0-2014/KBM Design of a Voice of Customer Program Due Date: 2/21/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140212/BID/0313
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 – Ross Video Production Switcher SOL 102-134 Ross Video Production Switcher Due Date: 2/24/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140212/BID/0457
Matching Key Words: video*; produc*; production?; 


New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – Request For Proposal (RFP) New Jersey Public Broadcasting Auth SOL Public Notice ID: 21048035.HTM Request For Proposal (RFP) New Jersey Public BroadcastingAuthority Educational Broadband Service Lease WLX-250, Trenton, NJ (C1) Notice is hereby given that the New Jersey Public Broadcasting Authority (NJPBA) is requesting proposals from qualified entities who would lease excess capacity on the NJPBA Educational Broadband Service (EBS) system (System). The RFP solicits proposals for financial, technical and operations (but not programmatic) support for the NJPBA and its educational use of the EBS System with the purpose of selecting a lessee that intends to develop promptly an advanced wireless network serving the Trenton, NJ market. The bidder shall propose how, when and where it will utilize the excess EBS capacity to construct and operate an advanced wireless service network while also permitting the NJPBA to utilize the reconstructed system, transmission equipment and operations so that the NJPBA can provide required educationally oriented services in accordance with the rules of the Federal Communications Commission (FCC). The selected lessee shall pay for System reconstruction, transmission equipment, and operations, and to pay royalties (rent) to the NJPBA. The Lessee will provide and maintain all necessary facilities, hardware, software operating systems, security, network connectivity, and authentication resources to construct, maintain, and operate a digital wireless internet service. No NJPBA services, facilities, or resources, other than excess capacity on the System, will be provided. The NJPBA desires to select a Lessee that can provide the financial resources, operational plan, technology, and expertise to build a competitive and fully functional regional digital wireless service. Proposals and the operations of the Lessee must adhere to all spectrum-leasing rules. Respondents should reference, as appropriate, FCC rules concerning spectrum leasing. The NJPBA notes that the FCC has posted a list of its requirements related to leasing spectrum at: http://wireless.fcc.gov/services/index.htm?job=licensing_1&id=ebs_brs If for any reason that link is not operative it shall be respondents’ obligation to secure access to applicable FCC rules and policies. All firms submitting proposals for this project must have related experience of a similar magnitude. The NJPBA is requesting proposals from firms with the intention of entering into a lease agreement with the organization whose qualifications and proposal best serves the needs of the NJPBA, price and other factors considered. The RFP is available on NJPBA’s website at:http://www.state.nj.us/treasury/njpba/publicinfo.shtml, under the title, WLX-250 RFP. Proposals must be responsive to the RFP and must be received no later than 2:30PM, Friday March 14, 2014, and sent to the address identified below: New Jersey Public Broadcasting, PO Box 777, Trenton, NJ 08625-0777, ATTN: Mr. Richard Williams, EBS EXCESS CAPACITY LEASE PROPOSAL (WLX-250). Street Address for courier or overnight delivery is New Jersey Public Broadcasting, 25 South Stockton Street, Trenton, NJ 08608-1832, ATTN: Mr. Richard Williams, EBS EXCESS CAPACITY LEASE PROPOSAL (WLX-250). Reliance upon the U.S. Mail or other carriers is at firm’s risk. Late proposals will not be considered. Faxed or e-mailed proposals will not be accepted. 2/11/2014 $174.00 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140212/BID/0490
Matching Key Words: broadcast*; education*; 

Other Federal Procurements (Small)  

FedBizOpps Grants http://www.grants.gov/web/grants/search-grants.html Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

99 — Kentucky NRCS EQIP CIG Grant 2014 SOL USDA-NRCS-KYSO-14-1 Due Date: 04/25/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/SMALL/1146
Matching Key Words: state!ky; 

Kentucky State Procurements

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 — MEDIA MIX MODELING (M3) REQUIREMENTS FOR THE ARMY MARKETING AND RESEARCH GROUP (AMRG), a field operating agency of the Assistant Secretary of the Army (Manpower & Reserve Affairs) (ASA (M&RA)), Alexandria, VA 22332 W9124D-14-Q-5086 031414 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation for a firm-fixed-price (FFP) contract with two, one-year option periods. The expected period of performance is 1 September 2014 through 31 August 2015. The purpose of this synopsis is to gatherDepartment of the Army interest, capabilities, and past performance (i.e., relevant and recent) of small business capable of supporting M3 requirements for the AMRG, an FOA of the ASA(M&RA), Alexandria, VA 22332. Each contract period may include the following functional tasks: current and forecasted core markets profile; current and forecasted US Army market penetration with core markets and influencers; current and forecasted gaps in media coverage; resource allocation review and analysis to maximize coverage; and sensitivity analysis of resource allocations to budget reductions (i.e., 10%, 20%, 30%, etc.). BACKGROUND: AMRG generates interest in Army service options through targeted marketing campaigns in order to motivate well-qualified candidates to join the Army. The AMRG’s primary responsibility is to support the ASA(M&RA) through national marketing, marketing analysis, and accessions analysis. It employs enterprise marketing strategies and processes via the Enterprise Army Brand (EAB) in support of the Active Army and US Army Reserve (USAR) recruiting activities for officers, enlisted, and Department of the Army Civilians (DACs). Other AMRG responsibilities include: informs the ASA(M&RA) on strategic issues and directions; provides policy, programming and supervision of the Army’s marketing and advertising strategy and programs; establishes, maintains and monitors performance evaluation of the ASA(M&RA); management and performance evaluation of the Army’s advertising contract; ensures policies, and programs within the Human Capital (HC) arena are consistent with statutes and the Secretary of the Army’s objectives; and operational control of the US Army Accessions Support Brigade (USAASB) and its subordinate units. The EAB connects America with the Army and promotes the positive value of Army service. It represents the reputation and ideals of the United States Army, and educates and promotes the positive value of Army service options to service-age citizens and their influencers. The EAB unifies key message elements of each of the Army service options: Enlisted, Officer, Special Missions, and Civilian sub-brands. Key messaging goals of the Army Brand are to: showcase the Army as a unique American institution that is representative of the country it serves during periods of peace and war; highlight the multiple paths of service available within the United States Army and distinguish from other services; promote the training, educational, financial, and career benefits offered by the Army in order to attract the most qualified candidates to Army service opportunities; educate influencers about the positive impacts and opportunities offered to America’s youth by today’s modern, technological Army; provide a focal point for marketing, advertising, and trade marking activities to reinforce positive associations with prestige, protection of the nation, technology and opportunity; influence qualified professionals to explore service opportunities offered by the Judge Advocate General’s Corps, Army Medical Department, and Chaplain Corps by highlighting opportunities for valuable training and rewarding careers; and promote Reserve and DAC opportunities in order to retain highly qualified personnel who are transitioning from Active Duty service. OBJECTIVES: The Army Brand and Marketing Program supports the Army Brand by delivering consistent messaging through national level advertising, marketing events, partnerships with external organizations, trademarking, and other internal and external communications. The objectives of the Army Brand and Marketing program are to: increase the propensity for Army service; improve the Army’s image so that it is the top service choice; strengthen partnerships between the Army and American educators; attract top prospects in support of accessions and hiring goals; and develop institutional processes that support targeted marketing campaigns. 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 THE SERVICE CONTRACT ACT: APPLICABLE. Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. 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), FRIDAY, 14 MARCH 2014: 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 physical 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. If vendor is a small business concern with an existing GSA Schedule Contract, an Army Enterprise Contract, and/or an Army Computer Hardware, Enterprise Software and Solutions (CHESS) Information Technology Enterprise Solutions-2 Services (ITES-2S) or Information Technology Services-Small Business (ITS-SB) contract, include the following: contract number, NAICS Code, and issuing agency’s name. 4. Capabilities Statement. An interested vendor should demonstrate its ability to: a. Provide external evaluation in all areas of current US Army marketing and advertising efforts to include but not limited to Brand Image development, national and local advertising, national and local public relations events, sponsorships, social media, goarmy.com, and other media assets. Evaluation should: (1) Determine current and forecasted core market profiles. (2) Determine current and forecasted US Army market penetration with core markets and influencers. (3) Determine current gaps in media coverage and forecasted gaps. (4) Provide resource allocation recommendations to maximize coverage. (5) Provide Sensitivity Analysis of optimize resource allocation to budget reductions (10%, 20%, 30%, etc.). (6) Recommend significant variables for inclusion in the Army’s mixed marketing model (M3). (7) Provide ability to add/update additional data sets from current managed Army databases. (8) Include digital media, social media and event sponsorships into analysis of market penetration. (9) Include sales force analysis of US Army recruiting and reserve stations as part of mixed media modeling. (10) Display M3 results through a dynamic quote mark Dashboard quote mark display. Display should include: (a) Ability to conduct trend analysis [record and export variables over time (day, month, quarter, year)]; (b) Ability to graph output M3 model results geospatially; (c) Ability view results based upon filtered variables; (d) Real-time access to reports and results; and (e) Ability for the US Army to update and modify. (11) Army retains proprietary ownership of modeling efforts. (12) Identify any other information or capabilities not mentioned that could contribute to AMRG marketing success. b. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than or equal to $1 million per year); nature of work/scope as related to M3 services; and recency-ongoing services or must have been performed during the past three years, e.g., (1) How many contracts did your company have as the prime contractor for M3-related services? (2) What was the duration of cited contracts? (2a) For whom (i.e., academic, industry, public, or government groups)? (2b) What was each contract’s price range (i.e., minimum greater than or equal to $1M per year)? (2c) If quality awards received, include title, issuing agency, and date received. (2d) If certifications are held, include description, date received, and expiration date. (2e) References for cited examples should include: company’s full, legal name and address; contract number; 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 (EST-Fort Knox time), FRIDAY, 21 FEBRUARY 2014. 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 Knox Building 1109B Fort Knox KY 40121-5720 US URL:https://www.fbo.gov/notices/c67b41ea0a240ce261862fcd969640a8
OutreachSystems Article Number: 140212/KY/4994
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES


PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Draeger Medical Inc., Telford, Pa., has been awarded a maximum $140,000,000 modification (P00067) exercising the third option period on a five-year base contract (SPM200-07-D-8003) with five one-year option periods for anesthesia machines, monitors, ventilators and related accessories.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a March 11, 2015 performance completionDefense_Logistics_Agency date.  Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and Department of Veterans Affairs.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Genesis Vision, doing business as Rochester Optical*, Rochester, N.Y., has been awarded a maximum $50,000,000 fixed-price with economic-price-adjustment contract for optical frames.  This is a three-year base contract with two one-year option periods.  Location of performance is New York with a March 10, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DE-14-D-7559).

NAVY

600px-US-DeptOfNavy-Seal.svgComputer Systems Center Inc.*, Springfield, Va., is being awarded a $12,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the development and fielding of command, control, intelligence, surveillance, reconnaissance and targeting systems for Deployable Tactical Operations Center Components.  Work will be performed in Springfield, Va., and is expected to be completed in March 2018.  Fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $1,200,000 will be 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 Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-D-0013).

Mikel, Inc.*, Fall River, Mass., is being awarded a $6,689,497 modification to previously awarded contract (N00024-11-C-6295) to exercise options for engineering and technical services for combat systems of the future.  Work will be performed in Middletown, R.I. (77 percent), Fall River, Mass. (10 percent), Manassas, Va. (10 percent); Pearl Harbor, Hawaii (2 percent) and North Kingstown, R.I. (1 percent), and is expected to be completed by September 2014.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $365,000 will be obligated at time of award and contract funds will expire at the end of the current fiscal year.  This contract was not competitively procured, as award is being made 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 System Command, Washington D.C., is the contracting activity.

AIR FORCE

The Boeing Co., Defense, Space and Security, Kent, Wash., has been awarded a $10,814,354 modification (001) on an existing indefinite-delivery/indefinite-quantity356px-Seal_of_the_US_Air_Force.svg contract (F19628-01-D-0016) for trade studies and analysis for the Japan AWACS mission computing upgrade DMS 3.X requirements planning and hardware procurement to procure end of life hardware.  This contract action is implemented as a modification to delivery order #0097 under the AWACS modernization and sustainment support basic contract.  Work will be performed at Kent, Wash., and is expected to be completed by Dec. 31, 2014.  This is an unclassified foreign military sales contract for Japan.  Air Force Life Cycle Management Center/HBSK, Hanscom Air Force Base, Mass., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Tactical & Survival Specialties Inc.**, Harrisonburg, Va., (SPM8EJ-14-D-0003); W.S. Darley & Co.*, Itasca, Ill., (SPM8EJ-14-D-0004); ADS Inc.*, Virginia Beach, Va., (SPM8EJ-14-D-0005); Federal Resources Supply Co.*, Stevensville, Md., (SPM8EJ-14-D-0006); Source One Distributors Inc.***, Wellington, Fla., (SPM8EJ-14-D-0007); H Squared Inc., doing business as Quantico Tactical**, Aberdeen, N.C., (SPM8EJ-14-D-0008), have been awarded a maximum $10,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for support of special operational equipment tailored logistics support program.Defense_Logistics_Agency  This is a two-year base contract with three one-year option periods.  This contract is a competitive acquisition and 20 offers were received.  Locations of performance are Virginia, Illinois, Maryland, Florida, and North Carolina with a March 6, 2016 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2016 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tactical & Survival Specialties, Inc.**, Harrisonburg, Va., (SPM8EJ-09-D-0001); W.S. Darley & Co.*, Itasca, Ill., (SPM8EJ-09-D-0002); Atlantic Diving Supply, Inc.*, Virginia Beach, Va., (SPM8EJ-09-D-0002); Source One Distributors Inc.***, Wellington, Fla., (SPM8EJ-09-D-0004), have been awarded a maximum $84,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of tactical, survival, and rescue equipment.  This is a two-month base contract with no option periods.  This contract is a competitive acquisition, and 14 offers were received.  Locations of performance are Virginia, Illinois, and Florida with a May 8, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 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 $39,375,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support.  This contract is a competitive acquisition and one offer was received.  This is a two-year base contract with one one-year option and one two-year option periods.  Location of performance is Florida with an April 16, 2019 performance completion date.  Using military services are Army, Navy, Air Force, and Job Corps.  Subsistence outside of the continental United States (OCONUS) prime vendors will order from this contract in support of OCONUS military customers.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3000).

Shore Terminals LLC, doing business as NuStar, San Antonio, Texas, has been awarded a maximum $32,333,197 modification (P00075) exercising the third option period on a five-year base contract (SP0600-99-C-5926) with three five-year option periods for petroleum storage services.  This is a firm-fixed-price contract.  Locations of performance are Texas and California with a March 6, 2019 performance completion date.  Using military services are Army, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Pentaq Manufacturing Corp.****, Sabana Grande, Puerto Rico, has been awarded a maximum $27,244,510 modification (P00102) exercising the first option period on a one-year base contract (SPM1C1-13-D-1036) with four one-year option periods for various coats.  This is a firm-fixed-price contract.  Locations of performance are Puerto Rico and Mississippi with a March 17, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Raytheon Co., Space and Airborne Systems, El Segundo, Calif., has been awarded a maximum $8,970,000 firm-fixed-price contract for aircraft circuit card assemblies.  This contract is a sole-source acquisition.  This is a five-year base contract with no option periods.  Location of performance is California with a Nov. 30, 2016 performance completion date.  Using military service is Navy, Canada, and Australia.  Type of appropriation is fiscal 2013 through fiscal year 2016 Navy and foreign military sales funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-11-G-003X-5006).

Imperial Sales Co.*, Watsonville, Calif., has been awarded a maximum $8,152,137 modification (P00202) exercising the third option period on a one-year base contract (SPM3S1-11-D-Z188) with four one-year option periods for various commercial components for unitized group rations.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is California with a March 10, 2015 performance completion date.  Using military services are Army and Marine Corps.  Type of appropriation is fiscal 2013 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

600px-US-DeptOfNavy-Seal.svgBell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $76,100,722 modification to the previously awarded V-22 fixed-price-incentive-fee lot 17-21 multiyear contract (N00019-12-C-2001).  This modification exercises an option for the manufacture and delivery of one CV-22 tiltrotor aircraft for the U.S. Air Force.  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 percent); Ontario, Canada (.9 percent); Tempe, Ariz. (.8 percent); Rome, N.Y. (.7 percent); Torrance, Calif. (.7 percent); Luton, United Kingdom (.6 percent); Clifton, N.J. (.6 percent); Salisbury, Md. (.6 percent); Los Angeles, Calif. (.6 percent); Cobham, United Kingdom (.6 percent); Irvine, Calif. (.6 percent); San Diego, Calif. (.5 percent); Yakima, Wash. (.5 percent); Brea, Calif. (.5 percent); Rockmart, Ga. (.5 percent); McKinney, Texas (.4 percent); Albuquerque, N.M. (.4 percent); Whitehall, Mich. (.4 percent); Wolverhampton, United Kingdom (.4 percent); Tucson, Ariz. (.4 percent); Erie, Pa. (.3 percent); Vergennes, Vt. (.3 percent); Kilgore, Texas (.3 percent); Shelby, N.C. (.3 percent); Avon, Ohio (.2 percent); Santa Clarita, Calif. (.2 percent); Garden City, N.Y. (.2 percent); El Cajon, Calif. (.2 percent); Corinth, Texas (.2 percent); Sylmar, Calif. (.2 percent); Westbury, N.Y. (.1 percent); and various other locations inside and outside the United States (21.8 percent), and is expected to be completed in December 2016.  Fiscal 2014 aircraft procurement, Air Force and Special Operations Command funds in the amount of $76,100,722 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.

Vigor Shipyards Inc., Seattle, Wash., is being awarded a $30,703,417 cost-plus-incentive-fee, cost-plus-award-fee contract to definitize a previously awarded undefinitized contract action (N00024-11-C-4401) for repair and alteration of naval assets.  This body of work is being awarded under an existing five-year contract for planning and execution of repair and alteration to surface ships while in drydock. The USS Momsen (DDG 92) will be undergoing a docking selected restricted availability which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne.  Work will be performed in Seattle, Wash., and is expected to be completed by October 2014.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $8,405,188 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Wash., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $7,696,166 undefinitized modification to the previously awarded low rate initial production lot 6 advanced acquisition contract (N00019-11-C-0083) for the F-35 Lightning II Joint Strike Fighter aircraft.  This modification provides for the procurement of non-recurring sustainment activities for the government of the United Kingdom, to include procurement of site activation planning efforts for Royal Air Force Marham.  Work will be performed in Warton, United Kingdom (65 percent); and Fort Worth, Texas (35 percent), and is expected to be completed in June 2014.  International partner funds in the amount of $3,848,083 will be obligated at time of award, none of which expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ARMY

Department of the ArmyD&S Consultants Inc., doing business as DSCI, Eatontown, N.J., has been awarded an $8,734,140 firm-fixed-price, sole-source contract for Information Technology operations and maintenance support services for United States Southern Command Joint Task Force-Guantanamo Bay, Cuba.  Work will be performed in Cuba with Sept. 6, 2014 estimated completion date.  Fiscal 2014 operations and maintenance Army funds in the amount of $6,833,026 were obligated at time of award.  U.S. Army Contracting Command Fort Sam Houston, Texas is the contracting activity (W912CL-14-C-0008).

Ronal Industries Inc.*, Troy, Mich. was awarded a $7,422,150 firm-fixed-price, multi-year indefinite-delivery/indefinite-quantity contract for 2,075 fan vaneaxials for the M109 howitzer.  Funding and work performance location will be determined with each order.  Estimated completion date is July, 31, 2019.  Bids were solicited via the Internet with two received.  Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-14-D-0042).

NAVY

General Electric, Lynn Mass., was awarded a $79,737,730 firm-fixed-price contract for the repair of 20 T-64 engine (CH53D/E and MH53E helicopters) components, along with manufacturing, engineering, and technical support to the Fleet Readiness Center East, Cherry Point, N.C., with a goal of improving monthly output.  Work will be performed in Cherry Point, N.C. (80 percent), and Lynn, Mass. (20 percent), and work is expected to be completed by Sept. 30, 2015.  No funds600px-US-DeptOfNavy-Seal.svg will be obligated at the time of award and will not expire before the end of the current fiscal year.  Fiscal 2014 and 2015 Navy working capital funds will be used on the delivery orders as they are issued.  This contract was competitively procured through full and open competition and solicited via the Federal Business Opportunities website, with one offer received.  The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-004M). (Awarded March 4, 2014)

Science Applications International Corp., Mclean, Va., was awarded a potentially estimated $35,265,817 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to support Space and Naval Warfare Systems Center Pacific’s Training Development and Support Center to provide training for a range of program offices.  This is one of four contracts awarded.  Each awardee will have the opportunity to compete for task orders during the ordering period.  Work will be performed in San Diego, Calif., and work is expected to be completed March 4, 2017.  Fiscal 2014 operations and maintenance, Navy; other procurement, Navy and research, development, test and evaluation funds in the amount of $50,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open competition via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with seven proposals received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0108). (Awarded March 5, 2014)

Kratos Technology & Training Solutions Inc., San Diego, Calif., was awarded a potentially estimated $35,211,430 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to support Space and Naval Warfare Systems Center Pacific’s Training Development and Support Center to provide training for a range of program offices.  This is one of four contracts awarded.  Each awardee will have the opportunity to compete for task orders during the ordering period.  Work will be performed in San Diego, Calif., and work is expected to be completed March 4, 2017.  Fiscal 2014 operations and maintenance, Navy; other procurement, Navy and research, development, test and evaluation funds in the amount of $50,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open competition via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with seven proposals received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0106). (Awarded March 5, 2014)

Salient Federal Solutions, Fairfax, Va., was awarded a potentially estimated $34,647,083 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to support Space and Naval Warfare Systems Center Pacific’s Training Development and Support Center to provide training for a range of program offices.  This is one of four contracts awarded.  Each awardee will have the opportunity to compete for task orders during the ordering period.  Work will be performed in San Diego, Calif., and work is expected to be completed March 4, 2017.  Fiscal 2014 operations and maintenance, Navy; other procurement, Navy and research, development, test and evaluation funds in the amount of $50,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open competition via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with seven proposals received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0107). (Awarded March 5, 2014)

Mantech Systems Engineering Corp., Fairfax, Va., was awarded a potentially estimated $33,607,344 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to support Space and Naval Warfare Systems Center Pacific’s Training Development and Support Center to provide training for a range of program offices.  This is one of four contracts awarded.  Each awardee will have the opportunity to compete for task orders during the ordering period.   Work will be performed in San Diego, Calif., and work is expected to be completed March 4, 2017.  Fiscal 2014 operations and maintenance, Navy; other procurement, Navy and research, development, test and evaluation funds in the amount of $50,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open competition via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with seven proposals received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0105). (Awarded March 5, 2014)

Science Applications International Corp., McLean, Va., was awarded a $33,003,618 modification under a previously awarded firm-fixed-price contract (N39430-13-C-1201) to exercise option period one for anti-terrorism/force protection global sustainment at Navy regions, worldwide.  The work to be performed provides for preventative and corrective maintenance, repair and replacement, service calls, and systems/software upgrades for anti-terrorism/force protection ashore equipment.  The total contract amount after exercise of this option will be $60,169,948.  Work will be performed worldwide and work is expected to be completed March 2015.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $33,003,618 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity. (Awarded March 4, 2014)

Alutiiq Pacific LLC*, Anchorage, Alaska (N39430-13-D-1264); Securityhunter Inc.*, Baltimore, Md. (N39430-13-D-1265); and Split Pine Technologies LLC*, Tallahassee, Fla. (N39430-13-D-1266), are each being awarded option year one under a previously awarded firm-fixed-price, multiple-award contract for physical security access control at Navy shore installations throughout the world, including joint bases assigned to the Navy.  The work to be performed provides for the design, procurement, installation, integration, testing and initial training for anti-terrorism force protection hardware and software.  The combined total value for all three contractors is $33,000,000.  No task orders are being issued at this time.  The total contract amount after exercise of this option will be $66,000,000.  All work on this contract will be performed at Navy shore installations throughout the world, including joint bases assigned to the Navy.  The term for this option is from March 2014 to March 2015.  No funds will be obligated at time of award.  Operation and maintenance, Navy and other procurement, Navy funds will be obligated on individual task orders as they are issued.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

Concurrent Technologies Corp., Johnstown, Pa., was awarded a $15,338,026 cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract to provide engineering services in support of the continued modification of the carriage, stream, tow and recovery system to incorporate airborne countermeasures capabilities.  The overall objectives of the carriage, stream, tow and recovery program are to design, fabricate, test and integrate a system for the carriage, stream, tow and recovery of all five airborne mine countermeasures (AMCM) sensors to support the organic AMCM mission of the MH-60S helicopter.  Work will be performed in Johnstown, Pa., and is expected to be completed by March 2015.  Fiscal 2014 research, development, test and evaluation and fiscal 2014 aircraft procurement, Navy funding in the amount of $5,034,148 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 in accordance with FAR 6.302 – no other supplies or services would satisfy agency requirements.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity (N61331-14-D-0010). (Awarded March 4, 2014)

Raytheon Co., McKinney, Texas, was awarded a $12,814,344 firm-fixed-price contract for 16 turret units and eight electronics units for the Multi-Spectral Targeting Systems for Navy MH-60 aircraft.  The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for the HELLFIRE missile, and for all tri-service and North Atlantic Treaty Organization laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by July 2015.  Navy working capital funds in the amount of $12,814,344 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 the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-12-G-JQ66).  (Awarded March 5, 2014)

Arête Associates, Tucson, Ariz., was awarded a $10,228,983 cost-plus-fixed-fee modification to previously awarded contract (N6133-11-C-0007) for Coastal Battlefield Reconnaissance and Analysis (COBRA) Program Systems Support for the AN/DVS-1 COBRA Block 1 System and support equipment.  The primary mission of AN/DVS-1 COBRA is to conduct unmanned aerial tactical reconnaissance in littoral battlespace for detection and localization of mine fields and obstacles in the surf zone and beach zone.  Work will be performed in Tucson, Ariz., and is expected to be completed by February 2015.  Fiscal 2014 research, development, test and evaluation funding in the amount of $1,400,000 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(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity. (Awarded March 5, 2014)

Raytheon Co., McKinney, Texas, is being awarded a $10,072,556 firm-fixed-price contract for 10 Multi-Spectral Targeting Systems for Air Force HC/MC-130J aircraft.  The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for the Hellfire missile, and for all tri-service and North Atlantic Treaty Organization laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by April 2015.  Fiscal 2012 aircraft procurement, Air Force contract funds in the amount of $10,072,556 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 the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Crane Division, Crane, Ind., is the contracting activity (N00164-12-G-JQ66-0045).

L-3 Communications MariPro Inc., Goleta, Calif., was awarded a $6,764,229 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N66604-12-C-2838) to exercise an option for the Sea Shore Interface Installation, Highly Accelerated Life Test, and integrated logistics services in support of the Undersea Warfare Training Range, located off the coast of Jacksonville, Fla.  Work will be performed in Goleta, Calif. (85 percent), Newington, N.H. (10 percent), and Mayport, Fla. (5 percent), and is expected to be completed in May 2019.  Fiscal 2014 other procurement, Navy funds in the amount of $6,764,229 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center, Training Systems Division, Orlando, Fla., is the contracting activity.  (Awarded March 5, 2014)

ARMY

Department of the ArmyColt Defense LLC, West Hartford, Conn. (W15QKN-14-D-0027) and FN Manufacturing LLC, Columbia, S.C. (W15QKN-14-D-0026), were awarded a $16,321,305 firm-fixed-price, multi-year contract for M4 rifle bolts for the M4 product improvement program.  Funding and work location will be determined with each order.  Estimated completion date is Feb. 28, 2018.  Bids were solicited via the Internet with six received.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Raytheon Southeast Asia Systems Co., Andover, Mass., was awarded a $7,287,470 modification (P00004) to firm-fixed-price, foreign military sales contract W31P4Q-12-C-0142 for technical assistance to the United Arab Emirates (UAE) Hawk Missile System program.  Fiscal 2014 other procurement funds in the amount of $7,287,470 were obligated at the time of the award.  Estimated completion date is Feb. 28, 2015.  Work will be performed in the UAE.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

AIR FORCE

Textron Defense System, Wilmington, Mass., has been awarded a $17,175,606 firm-fixed-price, five-year requirements contract for the ICBM Flight MK 12A Mod 5F midsections.  The contract award is to provide the government with up to 21 Mod 5F midsections over a five-year ordering period.  Work will be performed at Wilmington, Mass., and is expected to be completed by March 5, 2020.  Fiscal 2014 missile procurement funds in the amount of $3,663,047 are being obligated at time356px-Seal_of_the_US_Air_Force.svg of award.  Air Force Nuclear Weapons Center/PZBE, Hill Air Force Base, Utah, is the contracting activity (FA8204-14-D-0001).

Leidos Inc., El Segundo, Calif., has been awarded $7,850,000 firm-fixed-price contract for Global Positioning Systems Directorate Systems Engineering and Integration (SE&I) Bridge 4.0 which provides for SE&I support services to the GPS Directorate.  Work will be performed at Los Angeles Air Force Base, El Segundo, Calif., and is expected to be completed by Sept. 2, 2014.  This award is a result of a sole-source acquisition.  Fiscal 2014 research and development and fiscal 2014 missile procurement funds in the amount of $4,120,000 are being obligated at time of award.  This is not a multiyear effort.  GPS Directorate, Space and Missile System Center, Los Angeles Air Force Base, El Segundo, Calif., is the contracting activity (FA88078-14-C-0005).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES


PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

FedBizOpps – Procurements

CONTRIBUTING SOURCE:   Kentucky Procurement Assistance Program

Department of the Interior, U. S. Geological Survey, USGS – All Offices, USGS OAG SACRAMENTO ACQUISITION BR.MODOC HALL, CSUS3020 STATE UNIVERSITY DRIVE EASTSACRAMENTOCA95819-6027US

R–Science Outreach Services G14PS00218 041014 Donald Shannon dshannon @usgs.gov The United States Geological Survey (USGS) is a science organization that provides impartial information on the health of our ecosystems and environments, the natural hazards that threaten us, the natural resources we rely on, the impacts of climate and land-use change, and the core science systems that help us provide timely, relevant, and useable information. USGS is a bureau of the U.S. Department of Interior (DOI). The USGS Pacific Coastal and Marine Science Center (PCMSC, http://walrus.wr.usgs.gov; CMGP, http://marine.usgs.gov) conducts multidisciplinary scientific research in the coastal and offshore areas of California, Oregon, Washington, Alaska, Hawaii, and other U.S. Pacific Islands, and in other waterways of the United States.
The prospective contract concerns science outreach services relating to the mission and programs of the USGS PCMSC. Contractor shall provide non-personal professional science communication and consultation services for the U.S. Geological Survey (USGS), Pacific Coastal and Marine Science Center, Santa Cruz, CA. This600px-US-DeptOfTheInterior-Seal.svg activity will help make USGS science activities, processes, and results accessible, understandable, and meaningful to non-scientists, including the public, partners, and other stakeholders. The contractor will not represent the government in any manner, place, or forum.
Contractor will consult, develop, and provide outreach methods such as Fact Sheets or other written outreach products, web-pages, photos, podcasts, videos, articles for local, regional, or national media outlets, articles for in-house outreach products such as USGS Sound Waves, posters and (or) displays, presentations, or similar products. Topics may include integrated Center research interests, Center capabilities and tools, selected project activities, highlights of research results, human-interest stories, disaster response stories, or similar subjects. It is desirable that Contractor maintain or establish a presence in the Santa Cruz, CA geographic area in order to more effectively interact with PCMSC management, projects, and activities; and, have specific experience in similar or closely related science communication/outreach services, with a strong preference for coastal and marine science specialization. This solicitation process is being conducted under FAR Part 12, Commercial Items and FAR Part 13, Simplified Acquisition Procedures. See solicitation package for full details, the SOW, and the applicable evaluation criteria.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/USGS/USGS/G14PS00218/listing.html
OutreachSystems Article Number: 140314/PROCURE/0093
Matching Key Words: video*; produc*; web; page?; business*; commercial?; 


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

69–Transport Medical Trainer Laboratory (TMTL) Synopsis W900KK-14-R-0040 032814 Karen Sorapuru, 407-208-3430 PEO STRI Acquisition Center OVERVIEW

peostri_org_banner_v09292010The U.S. Army, Program Executive Office Simulation, Training and Instrumentation (PEO STRI), Project Manager for combined Arms Tactical Trainers (PM CATT), Product Manager for Medical Simulation (PM MedSim) intends to procure and field all of the requisite equipment, simulators, and ancillary classroom items needed to establish the Transport Medical Trainer Laboratory (TMTL). The TMTL is a customer-funded initiative in support of the US Army Medical Department Center and School (AMEDD C&S) Critical Care Flight Paramedic Program.

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 333318, with a size standard of 1000 employees. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be recognized as a Small Business Concern under NAICS Code 333318, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself with the Limitations on Subcontracting requirements under FAR 52.219-14.
The resultant TMTL contract will be a 2-year (base year plus one option) standalone, Firm-Fixed-Price contract. Contract years are based on design, build, installation, and training.

This is a SYNOPSIS FOR CONTRACTING BY NEGOTIATION in accordance with Federal Acquisition Regulations (FAR) Part 15, as supplemented with additional information included in this notice. This effort will be solicited as a 100% small-business-set-aside under NAICS Code 333318 with a small business size standard of 1000 employees.

This synopsis is provided for informational purposes and is not to be considered a request for proposal.

Key Milestone Dates of the acquisition are as follows:

Issue DRAFT RFP 28 March 2014
Issue Final RFP 30 April 2014
Proposals Due 30 May 2014
Contract Award 30 July 2014

Questions and or concerns regarding this synopsis shall be directed to Karen Sorapuru, Contract Specialist, at 407-208-3430 or via e-mail at karen.m.sorapuru.civ@mail.mil or to Dan Veenstra, Contract Specialist, at 407-208-3308 or via e-mail at dan.veenstra@us.army.mil. The Contracting Officer for this acquisition is Felix Marrero who may be contacted at 407-208-3267 or via e-mail at felix.r.marrero@us.army.mil.

DRAFT STATEMENT OF WORK
For the Transport Medical Trainer Laboratory

1. SCOPE
This Statement of Work (SOW) defines the effort required for designing, developing, integrating, testing, managing, documenting, and delivering the Transport Medical Trainer Laboratory (TMTL). The TMTL is a customer-funded initiative in support of the US Army Medical Department Center and School (AMEDD C&S) Critical Care Flight Paramedic Program.

1.1 Background
The U.S. Army Program Executive Office Simulation, Training and Instrumentation (PEO STRI) has a requirement to assist in the elevation of the medical capability on the battlefield by increasing the number of Flight Medics, ensuring that all receive further education to become Nationally Registered Paramedics with critical care training. The focus of this Critical Care Flight Paramedic Program initiative is to provide a Transport Medical Trainer Laboratory (TMTL) at Fort Sam Houston. The US Army Medical Department Center & School (AMEDD C&S) will be responsible for the facility; PEO STRI will procure and field all of the requisite equipment, simulators, and ancillary classroom items. This project is a US Army Medical Command priority and is supported by the AMEDD C&S Commanding General, Army Surgeon General and the Army Chief of Staff.
The TMTL will be incorporated into the third phase of training as part of the eight week Critical Care Clinical Skill rotations. Flight Paramedics attend three phases of training:
Phase 1. Flight Medic Course (4 weeks)
Phase 2. National Registry of Emergency Medical Technician-Paramedic certification (26 weeks)
Phase 3. Critical Care training/clinical skill rotations (8 weeks)
The TMTL will be a dynamic indoor setting that will provide realistic, high fidelity training to flight medics on patient loading, unloading, and treatment and transfer of patients requiring intensive or critical care. The TMTL will consist of the following five areas:
Transport Medical Trainer Room
Instructor Control Room (ICR)
Student Classroom (Debrief Area)
Student Training Area
Forward Surgical Team (FST) Training Laboratory

2. APPLICABLE DOCUMENTS
The following documents are applicable to this SOW to the extent specified herein. In the event of a conflict between documents referenced herein and the contents of this SOW, the contents of this SOW shall be the governing requirement.

2.1 Department of Defense Documents
DoDI 5000.2 Operation of the Defense Acquisition System
DoDI 8500.2 Information Assurance Implementation
DoDI 8510.01 DoD Information Assurance Certification and Accreditation Process (DIACAP)

Copies of the DoD documents are available on the World Wide Web (www) at
URL: http://www.dtic.mil/whs/directives/.

2.2 Other Government Documents
MIL-STD-130N Identification Marking of U.S. Military Property
MIL-STD-31000 Technical Data Packages
GEIA-STD-0007 Logistics Product Data
AR 25-2 Information Assurance
ISO 9001:2000 Quality Management and Quality Assurance

PEO STRI Basic Accreditation Manual (BAM v6.0 30 September 2011) – Appendix D
DIACAP Stand-alone System IA C&A Process.

DIACAP Implementation Plan (DIP) for Standalone System for Mission Assurance Category (MAC) III, Confidentially Level Sensitive. The Standalone DIP has 32 controls.

Stand Alone IS and Closed Restricted Networks Information Assurance Certification & Accreditation (IA C&A) requirements Version 1.0 08-DC-M-0010 10 OCT 2008.

3. REQUIREMENTS
Data Rights. Software, technical data, and products direct from the prime contractor shall be provided with Government Purpose Rights (GPR) in accordance with applicable clauses contained in the Defense Federal Acquisition Regulation Supplement (DFARS). This includes software, technical data, and products developed by a sub-contractor to support this effort. Any licensed COTS software and technical data shall be provided with a transferable license that allows distribution and use for any PM MEDSIM purpose by any DoD contractor at no additional cost.

3.1 Program Management
The Contractor shall design, build, integrate and deliver a TMTL that meets the requirements as defined in this SOWand Systems Requirement Document (SRD) PRF-PT-00619.

The Contractor shall provide all efforts, resources, facilities, equipment, and personnel necessary to complete the tasks in this SOW. The Contractor shall perform all activities to integrate and assemble the hardware and software to achieve a fully functional system, with all support systems, that performs and operates in accordance with the system specifications and contractor generated specifications.

The Contractor shall provide the overall management and administrative efforts necessary to ensure that the requirements of this contract are accomplished. The Contractor shall track program progress utilizing metrics. The Contractor shall plan, implement, and maintain a Life Cycle Cost (LCC) management process to minimize the system cost and use LCC to conduct trade studies, evaluate design and support alternatives, and select the resource support requirements. The Contractor shall define and monitor metrics and technical performance measures (TPMs) to evaluate the performance of each critical technical and management process and conformance of the evolving products with contract requirements and objectives including cost requirements and objectives.

The Contractor shall develop, implement, manage to, update, and maintain the contract Integrated Master Schedule (IMS). The Contractor shall conduct critical path analysis of the tasks and identify problem areas and corrective actions required to eliminate or reduce schedule impacts. The Contractor’s Progress, Status and Management Report shall contain the IMS in Microsoft Project like format.
DI-MGMT-80227 Contractor’s Progress, Status, and Management Report

3.1.1 Configuration Management
The Contractor shall plan and implement an automated configuration management function to perform configuration control, configuration identification, audits, and status accounting in a system engineering environment. The Contractor shall develop, maintain, and update configuration management procedures and processes for control of all hardware and software baselines. The process shall allow simultaneous access to the common product data model coupled with the ability to coordinate and update immediate changes to the product definition data. The configuration management process must handle all levels of product and process integration to build and support the product as well as manage the sequence of significant events. The Government will maintain control of the functional baseline defined by the system performance specification, interface control documents, and software requirement specifications.

3.1.1.1 Configuration Management Planning and Management
The Contractor shall establish processes and tools to establish and maintain consistency between system requirements, system configuration information, and all relevant information about the system. The configuration management process shall include changes made to the IA configuration and associated documentation.

3.1.1.2 Configuration Identification
The Contractor shall identify unique identifiers for selected system attributes, system information and components to be used as the basis for configuration management.

3.1.1.3 Configuration Change Management
The Contractor shall establish a systematic and measurable configuration change management process for managing product configuration changes and variances. Once the system requirements have been approved by an authorized management activity, the Contractor shall effect changes to the baseline requirements only after the proposed change has been approved using the change process.

3.1.1.4 Configuration Verification and Audit
The Contractor shall verify and audit the system configuration information to ensure that requirement attributes are met and accurately documented.

3.1.1.4.1 Request for Deviation (RFD)
After PDR, the Contractor shall document the rationale and obtain the Government’s written approval before deviating from any Government approved baseline.

3.1.2 Risk Management
The Contractor shall prepare, implement, and maintain a risk management process that includes identification, analysis, mitigation planning, mitigation plan implementation, and tracking. The Contractor shall develop and implement IA risk management, which will include security safeguards. These safeguards shall include but are not limited to, local policy and guidance; identification of threats, problems and requirements, and an adequate plan for the required resources. The Contractor’s risk management process shall measure future uncertainties in achieving program goals within defined cost, schedule, and performance constraints. The IA risk shall be addressed across the risk management process and can be addressed in multiple areas.

3.1.3 Management Reviews

3.1.3.1 Start of Work Meeting / Post Award Conference (PAC)
The contractor shall conduct a combined Start of Work Meeting / PAC, to be held within 15 working days after contract award. The purpose of the conference shall be to establish the framework of the Contractor and Government interaction during the performance period of the contract. The Contractor shall place emphasis on the operating procedures, methodologies, and processes to be used in the execution of the contract. The meeting shall include the Contractor’s key team members identified in the proposal with emphasis on top-level management of the program, agreement on metrics that will be used as management indicators during the program, and partnering approach to be implemented. The Contractor shall present the program Integrated Master Schedule, IPT structure, management concept, organizational structure, and the interfaces with the Government that are employed to perform the TMTL mission. The Contractor shall document action items and due dates, coordinate resolution, and track action items until closure. Action item closure shall require Contractor and Government approval.

3.1.3.2 Program Management Reviews (PMR)
The Contractor shall conduct program management reviews on a monthly basis in accordance with the IMS. The first PMR shall be no more than 30 calendar days after the combined Start of Work Meeting / PAC. The program management review shall provide a program overview and shall include as a minimum:
a. Hardware and software design status
b. Risk Assessment
c. Subcontract management/progress
d. Data collection and modeling
e. Production planning and status
f. Logistics planning
g. Test planning
h. Training and technical publications status
i. Schedule status
j. Pre-selected topics of interest
k. I/A Security
l. Human Factors Engineering

Status and information at the review shall reflect currency since the previous review. Other program reviews such as technical reviews, technical manual reviews, etc shall be combined into the PMR when possible. The Contractor shall also be responsible for generating minutes of the meetings and provide them to the Government for approval. The Contractor shall document action items due dates, coordinate resolution, and tracking of action items until closure. Action item closure shall require Contractor and Government approval.

3.1.3.3 DIACAP Implementation Plan (DIP) Review
The Contractor shall assist PEO STRI with the DIACP Implementation Plan (DIP) Review. The DIP Review shall be held no less than 30 days prior to the Preliminary Design Review (PDR) to ensure IA requirements are agreed upon and allocated in the system design.

3.1.3.4 Integrated Product Team (IPT) Meetings.
The Contractor shall establish an IPT structure to address major areas of system development (e.g., systems engineering, hardware design, software design, integrated logistics support testing). The Contractor shall establish IPT charters and host regularly scheduled IPT meetings or teleconferences. The IPT meetings/teleconferences shall be used to address systems development status of activities, questions and issues in a timely manner between management reviews. The Contractor shall document action items and due dates, coordinate resolution, and track action items until closure. Action item closure shall require Contractor and Government approval.

3.1.4 Integrated Digital Environment (IDE)
The Contractor shall provide an Internet based IDE to facilitate the electronic data interchange of all program data. All management, technical, cost, and schedule data (including all internal documents produced to design, develop, test and manage the program) shall be made available to all Government and contractor team members in an integrated, electronic, and query capable database, accessible via the Internet. The Contractor shall provide the capabilities for on-line review, comment, acceptance and approval of all deliverable data.

3.1.4.1 Antiterrorism (AT) / Operations Security (OPSEC)
When required to be at an Army controlled installation, facility or area, the Contractor and all associated sub-contractors shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative) and all requirements of the clauses in the contract. The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Service or Security Office. The Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.

3.2 Systems Engineering
The Contractor shall translate the basic operational needs, requirements and objectives, interface, and other design constraints including cost, into preliminary, verifiable, functional requirements and objectives, while conducting cost-benefit trades to support refinement of the preliminary functional requirements. The Contractor shall complete the system design (balanced with respect to performance, cost, schedule, and risk) and verify it meets the system requirements. The Contractor shall assess proposed changes in the evolving functional architecture, physical hierarchy, and baselines and objectively trade alternatives to balance performance, cost, schedule, and risk prior to approval.

3.2.1 System Design
The Contractor shall use the specifications and requirements documents associated with the TMTL as the basis for development of all implementing specifications. The design concept shall include incorporating an open systems approach which shall be based on an engineering and business strategy to choose specifications and standards adopted by industry. Standards bodies or de facto standards (set by the market place) shall be used for selected system interfaces, products, practices and tools. Selected designs and specifications shall be based on performance, cost, industry acceptance, long term availability, supportability, and upgrade potential.

3.2.1.1 Preliminary Design Stage
The Contractor shall initiate subsystem design and create subsystem-level definition and quote mark design-to quote mark baselines to guide component development. The Contractor shall decompose identified subsystem functions into lower-level functions, allocate functional and performance requirements to component-level functional and physical architectures. Each preliminary subsystem requirements and verification definition and preliminary quote mark design-to quote mark baseline shall be evolved into a subsystem requirement and verification definition and quote mark design-to quote mark baseline. Preliminary component requirements and verification definition and build-to baselines shall be defined for the components and the subsystem being developed. Final subsystem definition shall include identification of recommended components and interfaces; resolution of subsystem-level risks; assessment of component risks; and design for quality factors to include producibility, verifiability, usability, supportability, trainability, and disposability for each subsystem. Subsystem reviews (IPT meetings) shall be completed for each subsystem.

The Contractor shall present the TMTL preliminary design to the Government at a Technical Review.

3.2.1.2 Detailed Design Stage
The Contractor shall complete subsystem design down to the lowest component level, create a component requirements and verification definition and build-to component baseline for each component. Final component definition shall include identification of recommended parts and interfaces, and resolution of component-level risks. For each component, down to the lowest sub-component, the design for quality factors will include producibility, verifiability, usability, supportability, trainability, and disposability. Component reviews (IPT meetings) shall be completed for each component at the completion of the detailed design stage. The results of the evaluation shall be documented.

The Contractor shall present the completed TMTL design to the Government at the Critical Design Review (CDR).

3.2.1.3 Fabrication, Assembly, Integration and Test Stage
The Contractor shall fabricate, assemble and integrate the subsystems into a complete system that meets the requirements of the specifications and requirements documents. The Contractor shall resolve product deficiencies when specifications for the system, product, subsystem, assembly, or component are not met, as determined by inspection, analysis, demonstration, Government agreed certifications or tests. The Contractor shall test the system and subsystems needed to verify that the products meet the performance requirements stated in the associated System Requirement Document (SRD) PRF-PT-00619.

3.2.2 Hardware Engineering
The Contractor shall integrate and assemble the system hardware that satisfies the performance and IA requirements stated in the developed specifications. The Contractor shall conduct market surveillance and market investigations in order to maximize the use of commercial and non-developmental items. The Contractor shall apply the systems engineering process during each level of system development (system, subsystem, and component) to add value (additional detail) to the products defined in the prior application of the process. Through each of the following design stages (system/hardware requirements analysis; hardware requirements analysis;
preliminary design; detailed design; fabrication; testing; system integration and testing), information generated shall be documented in an integrated database.

3.2.3 Software Engineering
The Contractor and associated subcontractors shall follow software development practices that are compliant with at least Level three (3) of the Software Engineering Institute’s Capability Maturity Model Integration (CMMI). The design process shall incorporate features that promote assessment of open source software products with ease of operation, integration, software maintenance, future updates, and modifications. Computer programs and computer data systems shall be fully integrated in accordance with the system specification. The Contractor shall conduct market surveillance and market investigations in order to maximize the use of open source software, commercial software, Government owned, and non-developmental software.

3.2.3.1 Software Requirements and Architecture Development and Review
The Contractor shall develop software requirements and architecture in accordance with the contractor’s software development process plan. All analysis and results shall be documented in an integrated database. The Contractor is encouraged to suggest revisions to government requirements where such revisions would result in cost or schedule reduction or performance improvements. The Contractor shall define and record the operational concept for the system, define and record the architectural design of the system (identifying the components of the system, their interfaces, and a concept of execution among them) and the traceability between the system components and system requirements. Based upon analysis of system requirements, system design, and other considerations, the contractor shall define and record the software requirements to be met by each software item, the methods to be used to ensure that each requirement has been met, and the traceability between the software item requirements and system requirements.

3.2.3.2 Software Design and Implementation
The Contractor shall design software, develop executable code, perform unit testing, and integrate software components (with each other and with hardware components) to meet system requirements. Software design includes not only design to requirements but also selection of existing software products, including open source software, to meet system requirements and iterating the requirements to allow use of existing products when indicated by cost as an independent variable (CAIV) or schedule as an independent variable (SAIV) trades.
DI-IPSC-81435 Software Design Description (SDD)
DI-IPSC-81441 Software Product Specification (SPS)

3.2.3.3 Software Development Test
The Contractor shall establish and execute a software item qualification test program consisting of program or module and cycle or system levels of testing. For each software item, the contractor shall determine if that item warrants a verification effort and the degree of organizational independence of that effort needed. If the item warrants an independent verification effort, a qualified organization responsible for conducting the verification shall be selected. The Contractor shall document the life cycle activities for each software item subject to verification; the required verification tasks for each life cycle activity; and related resources, responsibilities, and schedule. The Contractor shall establish test cases (in terms of inputs, expected results, and evaluation criteria) and establish traceability between the test case and the system requirements, detailedprocedures for conducting the test, and test data for testing the software corresponding to each software item. The Contractor shall test the software corresponding to each software item. The testing shall be in accordance with the unit test cases and procedures. The Contractor shall analyze the results of item testing and shall record the test and analysis results. Prior to the start of final test, the contractor shall upgrade the commercial-off-the-shelf (COTS) products to the latest versions approved by the system software configuration control board. The Contractor shall conduct a software item test readiness review prior to initiating the formal qualification test.

3.2.3.4 Software Integrity Certification
The Contractor shall verify and certify that the system application software functions are designed in a properly secured operating system environment and is free of elements that might be detrimental to the secure operation of the resource operating system, as described in DoDI 8500.2.

3.2.4 Hardware and Software Integration
The Contractor shall perform all activities to integrate and assemble the hardware and software to achieve a fully functional system. All support systems shall perform and operate in accordance with the system specification and Contractor generated specifications. The Contractor shall verify the complete integration of the hardware and software of each hardware and software subsystem and the overall system through the utilization of formalized testing.

3.2.5 Information Assurance
The Contractor shall address and implement the IA security requirements for a connected system that has a Mission Assurance Category (MAC) III and a Sensitive confidentiality level. The Contractor shall follow the PEO STRI BAM and standard DIACAP processes and procedures for a Sensitive MAC III accredited system to account for all security system changes.

All IA and IA-enabled products shall be securely configured IAW DoD-approved security configuration guidelines. The Contractor shall obtain Security TechnicalImplementation Guides (STIGs) http://iase.disa.mil/stigs/index.html and implement each STIG into the design. As part of the system design and component selection process, IA shall be considered as a requirement for all systems used to enter, process, store, display, or transmit information. IA shall be achieved through the acquisition and appropriate implementation of evaluated or validated GOTS or COTS IA and IA-enabled IT products. All Commercial-Off-The-Shelf (COTS) IA products and IA-enabled products shall be certified compliant with National Security Telecommunications and Information Systems Security Policy Number 11 (NSTISSP-11) by labs accredited under the National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation Scheme (CCEVS) or National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Cryptographic Module Validation Program (CMVP). Similarly, Government Off-The-Shelf (GOTS) IA products or IA-enabled products employed by the system shall be evaluated by the National Security Agency (NSA) or in accordance with NSA approved processes.

The Army has mandated the Universal Gold Master (UGM) as the Windows-based standard operating system. UGM license can be obtained from Computer Hardware, Enterprise Software and Solutions (CHESS) website (https://chess.army.mil) or Softmart (http://www.softmart.com). Because UGM Windows operating systems requires valid activation, the government CAC card readers MUST be purchased.
If UGM cannot be used, (contractor shall provide written explanation as to why UGM cannot be used) an IA approved operating system shall be configured in accordance with the latest DISA Security Technical Implementation Guides (STIGs), written for that operating system. In addition, the STIGs apply not only to the operating system but also to other software or hardware component.
For hardware and software products not available through CHESS or Softmart, the contractor shall select the IA validated products from one of the links below. If CHESS items are not on the Common Criteria Certified Products (1) or NIAP Validated Product List (2), all IA and IA-enabled products must be on the APLITS (3).

1. Common Criteria Certified Products
http://www.commoncriteriaportal.org/products.html
2. The Common Criteria Evaluation and Validation Scheme – NIAP Validated Product List
http://www.niap-ccevs.org/cc-scheme/vpl/
3. Approved Products List Integrated Tracking System (APLITS) – CAC Card is required.
https://aplits.disa.mil/processAPList.do

Note: There will be no waiver issued by the government for unapproved IA products.

3.2.5.1 Information Assurance Artifacts
The Contractor shall comply with the IA process in accordance with DoD 8510.01 (DIACAP) and PEO STRI BAM.

The Contractor shall produce all components of the DIACAP package necessary to deliver and operate a fully accredited system. The Contractor shall ensure that the security requirements and procedures are met in accordance with all required DoD and Army regulation per the Mission Assurance Category and Confidentiality levels agreed upon for the system.
DI-MISC-80711 Scientific and Technical Reports

3.2.5.2 Information Assurance Vulnerability Management Program
As part of the Information Assurance Vulnerability Management Program (IAVMP), the contractor shall document the incorporated and unincorporated Information Assurance Vulnerability Alerts (IAVAs), Information Assurance Vulnerability Bulletins (IAVBs), and Information Assurance Vulnerability Technical Advisories (IAVTAs). The IAVMP plan shall include, but is not limited to, identifying and assessing potential threats to determine risks. It also involves developing and implementing controls, countermeasures, or solutions. The Contractor shall monitor the system for compliance and success while evaluating and refining the IAVMP as necessary. The Contractor shall incorporate all applicable DoD and Department of the Army (DA) Information Assurance Vulnerability Management messages issued on behalf of the Department of Army G3, CIO/G6 and Joint Task Force-Global Network Operations. The Contractor shall provide justification for each unincorporated IAVMP message (i.e., describe the specific negative impact the IAVMP message incorporation would have on the system operation).

3.2.6 Specialty Engineering
The Contractor shall provide Supportability Engineering, Reliability, Availability and Maintainability (RAM) Engineering, Safety Engineering, Quality Engineering, Human Factors Engineering, Electromagnetic Environment Effects (E3) Engineering, Containment and Corrosion Control, Standardization and Human System Integration as defined in the sections below.

3.2.6.1 Supportability Engineering
The Contractor shall ensure the supportability of the system through planning, implementation, and verification of materials, services and resources required to satisfy the operational requirements. Supportability by the requesting agency or a third party Contractors for hardware, software and documentation for maintenance shall be a requirement. Readiness, availability, supportability and Life Cycle Cost (LCC) shall be the primary design factors. The Contractor shall evaluate reliability, availability and maintainability factors in the design process. Design for supportability shall include the use of common fasteners and connectors, common commercial standards, and proven technology to the maximum extent possible. The system design shall minimize life-cycle costs and maximize life-cycle supportability by avoiding the use of proprietary items; components with limited sources for spare parts, support, or maintenance; recurring usage or service fees; and the need for special tools or test equipment.

3.2.6.2 Reliability Engineering
The Contractor shall develop, implement, and manage a system reliability process satisfying all reliability objectives and be completely integrated within the systems engineering process. The reliability process shall support economical achievement of overall program objectives and ensure sustained product integrity, personal safety, and logistics support information is derived from early reliability engineering analysis such that reliability engineering can be applied to influence the design effort. The process shall:
a. Improve operational readiness and mission success of the system.
b. Reduce system demand for maintenance manpower and logistic support.
c. Provide essential management information.
d. Hold down the reliability programs own impact on overall program cost and schedule.
Specific reliability design and verification criteria shall be established. Quantitative reliability requirements for the system, all major subsystems, and equipment shall be included in section 3 and section 4 of the system and item specifications. All reliability data and information used for logistics support analysis and engineering activities shall be based upon, and traceable to, the outputs of the reliability process. Reliability status shall be included as part of each program review. The Contractor shall conduct trade off studies to ensure quantitative issues such as stress levels, selection of parts, parts simplicity and redundancy are properly considered in the design trade off. The Contractor shall verify that reliability requirements are attained through analyses and test.

3.2.6.3 Maintainability Engineering
The Contractor shall develop, implement, and maintain a system maintainability process satisfying all maintainability and related objectives and be completely integrated within the systems engineering process. The maintainability process shall form the basis of concurrent and subsequent life cycle planning. The maintainability effort shall measure complexity, accessibility, and testability to enhance servicing, preventive maintenance, corrective maintenance, and diagnostic capabilities. Specific design and verification criteria shall be established through performance specifications of qualitative and quantitative factors to be expressed as measures of maintainability achievement for system, segment, subsystem, and equipment levels.

3.2.6.4 Safety Engineering
The Contractor shall develop and implement tasks and activities to identify, evaluate, and eliminate or control hazards throughout the systems life cycle. The Contractor shall ensure the safety of the system’s design, operation, transportation, maintenance, support, and disposal. The Contractor shall conduct safety analyses, hazard identification and classification, and hazards tracking integral to the system design effort. A hazard risk index, including hazard severity and hazard probability levels, shall be developed for all hazards.
DI-SAFT-80102B Safety Assessment Report (SAR)

3.2.6.4.1 Health Hazard Assessment
The Contractor shall identify potential health hazards and recommend engineering controls, equipment and protective procedures to reduce the associated risk to an acceptable level. The Contractor shall assess system, facility, and personnel protective equipment design requirements to allow safe operation and maintenance. When feasible engineering designs are not available to reduce hazards to acceptable levels, the contractor shall develop alternative protective measures. The Contractor shall address the hazardous materials listed in the Environmental Protection Agency’s (EPA) toxics release inventory (available at http://www.epa.gov/tri/chemical/index.htm) and the list of Class I and Class II stratospheric ozone depleting substances (ODSs), as listed 29CFR1910.1200.

3.2.6.5 Quality Engineering
The Contractor shall establish measurement points that will provide maximum visibility into new and prior processes to assure contractual requirements are being met. The Contractor shall select the proper methods to analyze these processes to continuously improve the system. Metrics shall be developed to assist management visibility into an adequate process control system. The Contractor shall establish and maintain a computerized discrepancy tracking system within the IDE with the ability to produce complete permanent records of all discrepancy or database listings. The Contractor shall establish a suspense system to ensure timeliness of analysis and corrective action for discrepancies and risk reduction items. All discrepancy correction shall be documented and entered in an integrated database.

The contractor shall use process controls and continuous process improvement to achieve quality hardware and software. The Contractor shall update, maintain, and execute a Quality Program to achieve these ends. Quality Management System shall be IAW ISO 9001:2000, AS9100 (Series) or equivalent. The Contractor shall upon request by the Procuring Contracting Officer (PCO), the Contracting Officer Representative (COR), or as part of regularly scheduled program reviews, present quality status related to overall quality system status, procedure/process changes or initiatives, or areas of concern/quality issues. At the Governments discretion, the PM may conduct a quality audit to validate compliance to AS 9100/ISO 9001 or the equivalent commercial standard being used and compliance to contract requirements. The Government must give the Contractor thirty (30) days written notice or appropriate lead-time of their intent to conduct this quality audit. The frequency of these audits will be no more than once a year unless program problems or hardware issues dictate that additional audits are required.

3.2.6.5.1 Test Discrepancies
The Contractor shall document all test discrepancies for Contractor conducted tests and track the failure analysis and corrective action for each test discrepancies until correction and regression test are successfully completed. The Contractor shall establish a suspense system to ensure timeliness of analysis and corrective action of each test discrepancy. The Contractor shall establish a process to receive test discrepancies from any IPT member and accomplish data entry. Upon correction of the test discrepancies, the Contractor shall test the system to ensure that the correction of the test discrepancies did not interfere with or alter the functionality of the system. Upon closeout of a discrepancy, the contractor’s process shall notify the government designated test director that an integrated database has been updated.

3.2.6.5.2 Discrepancy Processing
The Contractor shall document a detailed description defining the changes made to the equipment, hardware, and software to correct each discrepancy. Each discrepancy correction that modifies or changes any baseline shall be documented and entered in the configuration management system. Discrepancies ready for recheck shall normally accumulate into sufficient quantities to permit at least eight (8) hours of continuous testing.

3.2.6.5.3 Test Discrepancy Priorities
The Contractor shall assign level of effort to test discrepancies based on the priority codes assigned by the test team in accordance with the ground rules established by the IPT. The following priorities shall be assigned with the government reserving the right to make the final determination of the priority of any test discrepancy:

Priority Description Schedule Impact
1 Safety item or system failure Testing halted
2 Subsystem failure Some testing impossible
3 Training impact which may affect testing Fix prior to next assessment milestone
4 Training impact which has no testing impact
Fix prior to DD Form 250
5 IA Vulnerabilities (CAT I & II)
CAT III vulnerabilities must have mitigations approved by the DAA Fix prior to becoming operational and
Prior to DD Form 250
6 Minor training impact Fix TBD

3.2.6.6 Human Factors Engineering
The Contractor shall plan and implement a human factors engineering program to insure the satisfaction of system objectives and personnel safety of the operator and maintainer. The Contractor shall insure management control of the human engineering effort and specifically ensure that:
a. System requirements are achieved by consideration of the capabilities and limitations of the human component;
b. Through proper design of equipment, software and associated user interfaces, and environment, the personnel-equipment-software combination meets system performance goals;
c. Design features will not constitute an undue hazard to personnel;
d. Trade-off points between automated versus manual operation have been chosen for peak system effectiveness within appropriate cost limits;
e. The application of human engineering principles to system design is technically adequate;
f. The equipment is designed to facilitate required maintenance;
g. Procedures for operating and maintaining equipment are efficient, reliable, and safe;
h. Potential error-inducing equipment design features are minimized; and
i. The layout of the facility and the arrangement of equipment affords efficient communication and use.

3.2.6.7 Electromagnetic Environmental Effects (E3) Engineering
The Contractor shall determine the criteria and verification method to ensure that the system electronic or electrical hardware configuration is not a source of electromagnetic interference (EMI) or a victim of E3 in the intended operational environment in which it is installed or at its operational locations. The Contractor shall establish and maintain a process to verify and assure that the system operations functionality is not affected by E3.

3.2.6.8 Contaminate and Corrosion Control
The Contractor shall incorporate the latest state-of-the-art corrosion control technology as determined by logistic support analysis into the system design process, the manufacturing process, and all levels of maintenance, supply, and storage processes. The objective is to minimize corrosion by using design and manufacturing practices that address selection of materials; coatings and surface treatments; production processes; process specifications; system geometry; material limitations; environmental extremes; storage and ready conditions; preservation and packaging requirements; and repairs, overhaul, and spare parts requirements. Design concepts shall reflect realistic environments and resource availability as determined by logistic support analysis.

3.2.6.9 Standardization
The Contractor shall influence the system design to achieve maximum subsystem, component, and repair parts commonality. The Contractor shall minimize equipment and parts proliferation through a standardization effort. The standardization effort shall include coordination with PEO STRI Life Cycle Contractor Support (LCCS) contractors to maximize use of parts already in the inventory or to determine that the existing logistics support resources will benefit from the items chosen for the system.

3.2.6.10 Human System Integration (HSI)
The Contractor shall establish a plan for Human System Integration for any program that requires personnel (as operators, maintainers or supporters) to ensure a total system approach that will accommodate the cognitive, physical and sensory skills of the specified user population.

3.2.7 Design Reviews
Contractor shall conduct reviews, to include design reviews (system, subsystem, component, life cycle processes, test readiness, production approval) and audits (functional and physical configuration), for the purpose of assessing technical progress. The Contractor shall document the results of the review, including any resulting action items.

3.2.7.1 Preliminary Design Review (PDR)
The Preliminary Design Review (PDR) is a multi-disciplined product and process assessment to ensure that the system can proceed into detailed design and can meet the stated performance requirements within cost (program budget), schedule (program schedule), risk, and other system constraints. This review will assess the system preliminary design as captured in performance specifications for each configuration item in the system (allocated baseline) and ensures that each function in the functional baseline has been allocated to one or more system configuration items. PDR determines whether the hardware and software preliminary designs are complete and the IPT is prepared to start detailed design and test procedure development. See Appendix A for Entry and Exit Criteria and PDR Products.

3.2.7.2 Critical Design Review
The Critical Design Review (CDR) is a multi-disciplined product and process assessment to ensure that the system can proceed to system fabrication, demonstration, and test and can meet the stated performance requirements within cost (program budget), schedule (program schedule), risk, and other system constraints. This review will assesses the system final design as captured in product specifications for each configuration item in the system (product baseline), and ensures that each product in the product baseline has been captured in the detailed design documentation. Product specifications for hardware must enable the fabrication of configuration items, and shall include product definition data. Product specifications for software (e.g. Software Design Documents) must enable coding of a Computer Software Configuration Item (CSCI). Configuration items may consist of hardware and software elements.

The subsystem detailed designs shall be evaluated to determine whether they correctly and completely implement all system requirements allocated to the subsystem and whether the traceability of final subsystem requirements to final system detail design is maintained. At this review, the IPT shall also review the results of peer reviews on requirements and final detail design documentation and ensure that latest estimates of cost (development, production, and support) are consistent with the detail design. A successful review is predicated on the IPT’s determination that the subsystem requirements, subsystem detail design, results of peer reviews, and plans for testing form a satisfactory basis for proceeding to system fabrication, demonstration, and test. See Appendix A for Entry and Exit Criteria and CDR Products.

Once the Government has approved the design at CDR, the Contractor shall submit Engineering Change Proposals (ECPs) when a change is proposed to the configuration management baseline for Government review and approval prior to proceeding.

3.2.8 Product Definition Data (PDD)
During the systems engineering and design, and in accordance with MIL-STD-31000, the contractor shall develop, produce, and maintain product definition data (PDD) that accurately depicts the final product. The PDD is the technical description of items adequate for supporting an acquisition strategy, production, engineering, IA, and logistics support. The PDD shall disclose complete design, IA, logistics, manufacturing requirements, and the means of measuring compliance with the requirements. Piece part information (drawings, computer aided design files and meta data) and associated lists shall provide the necessary design, engineering, IA, manufacturing, and quality assurance requirements information necessary to enable the procurement or manufacture of an interchangeable item that duplicates the physical, IA, and performance characteristics of the original product without additional design engineering effort or recourse to the original design activity. The Contractor shall identify the higher-level components and assemblies to be repetitively procured as spare components and assemblies or that may be procured independently. For each higher-level component or assembly, the Contractor shall determine and document the functional requirements for the item, the environment in which it must operate, interface and interchangeability characteristics, and criteria for verifying Logistics Support criteria.
DI-SESS-81003C Commercial Drawings and Associated List
DI-SESS-81000C Product Drawings and Associated List

3.3 Logistics
The Contractor shall conduct engineering analyses to establish quantitative and qualitative supportability design guidelines. The Contractor shall conduct trade studies, evaluate design and support alternatives, and establish system supportability preliminary design configurations consistent with system readiness and availability and life cycle cost goals. The Contractor shall coordinate with existing life cycle contractor support (LCCS) using associate contractor agreements, develop initial fielding plans for the system, and verify that the maintenance actions and support structure are aligned with the maintenance concept.

3.3.1 Logistics Support Analysis
The Contractor shall identify support resources and infrastructure necessary for test and evaluation activities. The Contractor shall analyze existing LCCS support structures and develop and define an optimized support infrastructure for production and deployment. The recommended support resources shall be sufficient to allow another contractor with comparable skills to assume operation, maintenance, and support of the system and sustain the system availability requirement. The Contractor shall only use the form, fit, function, and interface requirements in the performance specifications for provisioning, training, and maintenance planning.

3.3.2 Supportability Analysis and Logistics Management Information
The Contractor shall conduct repair level analyses; develop diagnostic, preventative maintenance and repair procedures; conduct facilities analyses; refine hardware and software maintenance and support concepts; and identify support resource requirements including required spares and support equipment. Using SM&R Codes, the contractor shall develop a listing of which items should be repaired and which should be discarded and the level of maintenance at which the repair should be performed with the associated cost. The Contractor shall document the following in a database:
a. All input data and their corresponding value and source of the data;
b. Operational scenario modeled, assumptions made, constraints assumed, and non-economic factors imposed;
c. Maintenance alternatives considered;
d. Analytical method and models used to perform the economic evaluations; and
e. Discussion of the sensitivity evaluation performed and results obtained.
DI-SESS-81758 Logistics Product Data

3.3.3 Technical Publications
The Contractor shall describe each operation and maintenance task in detail and in logical, systematic steps for the work to be accomplished. The operations and maintenance instructions shall accurately provide the technician with all the information needed to keep the equipment operational. It shall provide system and subsystem oriented instructions for installation, operation, maintenance, and testing. All tools, test equipment, and consumable items required to accomplish any maintenance or installation shall be identified just prior to and as part of the task. Government furnished material, government technical manuals or government-approved commercial operation and maintenance manuals shall be used as references for system and subsystem maintenance. All government technical manuals and COTS manuals shall be reviewed to ensure changes, updates, revisions, or supplementation is not required to reflect the components actually being installed. All publications shall reflect the configuration of fielded hardware as documented in the product baseline. The Contractor shall prepare Operator and System Maintenance Manuals that provide instructions suitable for use by the intended audience of the system. The Operator Manual shall also include operator maintenance tasks such as preventive maintenance checks and services, inspection, lubrication, adjustment, and operator level repair and replacement tasks as needed. The Contractor shall identify and document maintenance tasks for both levels of the maintenance concept. The Contractor shall identify all required spare parts, consumables, tools, and test/support equipment associated with each task and identify the level of maintenance at which each task shall be performed.
DI-TMSS-80527 Commercial Off The Shelf Manuals & Associated Supplemental Data

3.3.3.1 Operator User’s Manual (OUM)
The Contractor shall deliver an OUM documenting tasks necessary to operate the trainer. The Contractor shall identify and document operator specific tasks for preventive maintenance checks, inspection, lubrication, adjustment, and operator level repair and replacement tasks. The Contractor shall identify all required spare parts, consumables, tools, and test/support equipment associated with the operation and operator’s preventive maintenance tasks.
MIL-STD-40051-2B Preparation of Digital Technical Information for Page Based Technical Information (Table A-II)

3.3.3.2 System Maintenance Manual (SMM)
The Contractor shall deliver an SMM documenting tasks necessary to maintain the trainer. The Contractor shall identify and document maintainer specific tasks for detailing installation, fault isolation, Line Replaceable Units (LRU) procedures, software update procedures, and all necessary maintenance procedures to maintain the trainer. The Contractor shall identify all required spare parts, consumables, tools and test/support equipment associated with the maintenance tasks.
MIL-STD-40051-2B Preparation of Digital Technical Information for Page Based Technical Information (Table A-IV)

3.3.3.3 Publications In Process Review’s (IPR’s)
The Contractor shall host and co-chair publication reviews to ensure the technical publications are being prepared according to contracts. Each IPR shall be scheduled to coincide with a system level program reviews defined in the integrated master plan. The Contractor shall act on reported decisions and discrepancies resulting from or associated with each IPR. Each review shall include a review of incorporated corrections or comments from previous IPR’s prior to proceeding with the current IPR. If any IPT member identifies previous IPR comments that are not included in the technical publications, the IPR shall be considered incomplete.

3.3.4 Item Unique Identification (IUID)
The Contractor shall coordinate among the IPT members to determine items requiring unique identification including embedded subassemblies, components, and parts and identify the UID to be used for each item. The Contractor shall provide unique item identification, or a DoD-recognized unique identification equivalent, for all identified items delivered. UID marking design for each item shall be both machine readable and human readable in accordance with MIL-STD-130N.
DI-MGMT-81858 Unique Identification (IUID) Marking and Verification Report

3.3.5 Training Products
The Contractor shall use, to the maximum extent possible, all previously developed data that can be applied toward satisfying the data requirements of MIL_PRF_29612B. This includes Government Furnished Information (GFI) and data developed by the contractor incident to other contractual requirements.

3.3.5.1 Course Conduct Information Package
The system training data product shall provide data required by the government for outsourcing the conduct of training. The system product shall provide sufficient information for an accurate evaluation of a student’s capabilities to meet all learning objectives of a course and shall identify prerequisite knowledge and skills of students entering the course. The product shall inform students of the training syllabus, organization, operation, scheduling, and other pertinent information. The product shall also provide information on an evaluation of a trainee’s performance, the trainee evaluation of training, and shall provide the trainee with a certificate of training.
DI-SESS-81522 Course Conduct Information Package

3.3.5.2 New Equipment Training (NET) and Support
The Contractor shall define, develop, and conduct training for users/operators to understand the functional and operational capabilities. The Contractor shall provide training and training system documents required to support setup, installation, configuration, and operation of system software and hardware, system tools, techniques, methodologies, and for sustainment. The Contractor shall develop a complete and exportable training support package that integrates training products, materials, and other pertinent information necessary for system training. The Contractor shall design and develop this training support package using instructional systems design processes.

3.3.5.2.1 Instructor / Operator (I/O) Training
The Contractor shall plan, develop, conduct, and document the completion of the initial instructor and operator course for the initial cadre instructors. The course shall provide comprehensive training for instructors in the concepts, skills, and aptitude to efficiently operate the system. The course shall provide familiarization with simulator operatingtechniques and shall emphasize the utilization of the instructor facility, its functions, and controls. The course shall address the physical and functional descriptions and operation of the equipment including features, advantages, and configurations.

3.3.5.2.2 Maintenance Training
The Contractor shall plan, develop, conduct, and document the completion of the initial maintainer course for the initial cadre of maintenance personnel prior to government acceptance. The course shall provide comprehensive training for maintainers in the concepts, skills, and aptitude to efficiently operate the system. This course shall consist of instruction in troubleshooting and maintenance, diagnostics to fault isolation, calibration, adjustments, remove and replace procedures, use of built in test, and repair that is beyond operator-level maintenance. After completion of the course, all personnel shall be capable of operating, maintaining, and troubleshooting the simulator to the board replacement level.

3.4 Interim Contractor Support (ICS)
The Contractor shall provide ICS services at the fielding location for 12 months immediately after User Acceptance Test (UAT). The Contractor shall maintain a high level of security awareness commensurate with the Mission Assurance Category (MAC) and Confidentiality Level. The Contractor shall implement the Army approved Information Assurance Vulnerability Management program during the ICS period and shall assist in compliance reporting. A one-year ICS period was considered as the desired capability in lieu of the LCCS that could not be fully provided by the first unit equipped date because of time or acquisition program constraints. The ICS contract identified minimum data to be provided to the Government by the contractor (such as defective or nonconforming parts, task frequency, parts usage, and repair times at each maintenance level; mean times between maintenance failures; engineering changes; and skills/training needed).

3.4.1 Software Support
The Contractor shall provide services to maintain and update system software for the duration of the ICS effort. At the end of the ICS effort, the contractor shall deliver, install, and check-out for proper operation a subset of the development software support environment to serve as the sole means to sustainment for the system software. The software support environment shall include all commercial, government-funded, and contractor proprietary software, all necessary documentation/specifications, plus executing hardware with all applicable licenses necessary to enable the government to fully support all system software.

3.4.2 Site Support
The Contractor shall provide support and management of site logistical operations to obtain a Government-designated readiness rate of 90 percent. In accomplishing this mission, the contractor shall perform the administrative, operational, maintenance, supply, technical documentation change and revision program, and other support functions required.

3.4.3 Engineering Services
The Contractor shall provide engineering services to support the program and operational use of the system. Engineering services efforts are limited to those non-repetitive investigation, inspection, analysis, evaluation, design, documentation, fabrication, and testing tasks that are in addition to those services required by the ICS effort or to deliver acceptable hardware items after start of production.

3.4.4 Transition Planning
The Contractor shall provide support for the transfer of ICS responsibility to the government or another contractor. Support shall include those services required to insure the effective, efficient transfer of responsibility as well as technical data, t
OutreachSystems Article Number: 140314/PROCURE/0730
Matching Key Words: writ*; technical; standard; operating; procedure?; 


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–US Army Master Resiliance Training (MRT) training curriculum development and presentation. W9124D-14-Q-5253 032514 Frank Ulery, (502) 624-3272 MICC Center – Fort Knox This is not a Request for Proposal. The government does not intend to award a contract from the results of this Sources Sought Notice. The applicable North Atlantic Industry Classification Code (NAICS) for this requirement is 611430 and the small business size standard is $10.0M.
The Mission and Installation Contracting Command (MICC) Knox is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to determine the capabilities of all businesses interested in providing the supplies and services customarily provided by a educational services for professionalDepartment of the Army and management development services commercial concern to support the Comprehensive Soldier and Family Fitness (CSF2) Program for Headquarters, Department of the Army, Washington, D.C. This requirement is for services including, but not limited to: training, developing, maintaining, updating, and/or revising training products for the Army’s Master Resilience Training (MRT) Program training curriculum quote mark Armified quote mark . The contractor have the ability to provide subject matter experts to train personnel to become certified in Master Resilience Training Level III (Assistant Primary Instructor) and the Master Resilience Training Level IV (Primary Instructor).
The proposed period of performance will be for a one-year base period and two one-year option periods. The intent is to issue one solicitation with award to one contract. Potential offerors must be able to perform the entire requirement. If your company is unable to perform the entire requirement, provide information regarding the portions your company is able to provide.
Please limit your response to no more than 7 pages and include the following:
1. Business Information: company name, address, point of contact, phone number, email address, D&B Duns Number, and business size and classification (i.e., small business, 8(a), woman-owned, service-disabled veteran-owned, HUBZone, large business, etc.).
2. Capability Information:
Describe your overall capabilities, experience, and resources for performing a contract of this type.
Describe your ability to manage a contract of similar size and scope.
Responses to this notice may contain company proprietary information and must be marked accordingly. The government shall not be liable for or suffer any consequential damages for any technical information identified (e.g., limited and/or restricted rights). This is a market research tool being used to determine procurement strategy. Responses must be submitted by 5:00 PM, Eastern Daylight Time (EDT), on Tuesday March 25, 2014. No extensions will be granted and no responses will be accepted after this closing date. Responses must be in writing and submitted electronically to Frank Ulery at franklin.r.ulery.civ@mail.mil. Responses should also include the Sources Sought number in the subject line of the email message.

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/d9145f5e4700c6ad18274812edc4081e
OutreachSystems Article Number: 140314/PROCURE/0838
Matching Key Words: age:state!ky; 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 Lot # 2 Scrap Metals QRP14-0014 032014 Daniel Pearman, QRP Manager, Phone 5026245673, Fax 5026245672, Email daniel.pearman@us.army.mil – Bridgette Caico, Clerk, Phone 5026245026, Fax 5026245672, Email bridgette.r.caico.naf@mail.mil
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0014/listing.html
OutreachSystems Article Number: 140314/PROCURE/1017
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 — TV Director and Make-UP Artist (VOA Broadcast Operations) BBG50-R-14-0012 032614 Patrice Abner, Contract Specialist, Email pabner@bbg.gov – Herman P Shaw, Contracting Officer , Email hshaw@bbg.gov ;
p;
Title: Various (TV Director and Make-Up Artist)

Solicitation Number: BBG50-R-14-0012

Synopsis: Synopsis/Solicitation

(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-14-0012 is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072, dated January 1, 2014.

(iv) This is a one hundred percent (100%) total small business set-aside. The North American Industry Classification Systems (NAICS) codes for this acquisition are 512191, 515120 and 711510   with  small business size standards of $29.5M, $35.5M and $7M respectively.

(v) The contractor shall provide a Firm Fixed Price proposal for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding multiple Non-Personal Services PurchaseBroadcasting Board of Governors Orders with Independent Contractors for Television Director Services and Makeup Artist Services as described in the attached Statements of Work (SOW) subject to the availability of funding. The Offerors selected for an award must be able to successfully pass a BBG security investigation.

(vii) The Government anticipates making multiple awards under this Solicitation on/or about on April 1, 2014 and no later than October 1, 2014. The Base Period of award will be three (3) months with three (3) subsequent three (3) month Option Periods that , if exercised, will follow sequentially for a total contract duration not to exceed twelve (12) months.   The Contractor shall submit a monthly invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instructions 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 their ability and experience in providing the required services.

Offeror’s minimum qualifications shall include but not be limited to:
1) Offeror’s Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training necessary to provide the required services under this solicitation. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language;

2) Experience – The Offeror shall demonstrate experience in providing the required services under this solicitation to Governmental and/or commercial customers.

INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). The Price Proposal must contain a copy of Attachment A entitled “Price Schedule” which must be filled out by the interested contractor as well as either a copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website . The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.

(ix) The Government will award Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Orders resulting from this RFP to the responsible offerors whose offer conforming to the RFP will provide the best value to the Government, based on technical, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. THE FOLLOWING EVALUATION AND PAST PERFORMANCE FACTORS LISTED IN ORDER OF IMPORTANCE MUST   BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ PROPOSALS: 1)   A narrative detailing the approach that they will take to meet the requirement . The offeror must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The offeror must submit a brief description of its company’s business and provide a company point of contact including address, e-mail address, telephone number, fax number and if applicable, the company’s web-page address. (Technical Approach); 2) Recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience)   3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of one (1) reference(s) including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) 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 may not be evaluated favorably or unfavorably on past performance. Offerors shall use Attachment B – Past Performance References to submit their past performance references. (Past Performance) and 4) A Separate Price Proposal showing a price breakdown for the services under solicitation. The prices shall be provided in United States dollars. The Price Proposal must contain Attachment A entitled “Service and Price Schedule” which must be filled out by the offeror.    Offerors are cautioned that failure to address each of the above evaluation 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 which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO AWARD.

Summary of Proposal Items Required:

List Solicitation number and title of statement of work on each proposal item.
If responding to multiple statements of work listed in this solicitation, separate proposal packages are required for each statement of work offeror is responding to.

-   Resume

•·        -  Narrative (detailing how the offeror would meet the Technical Requirements listed on the Statement of Work)

•·        -  Price Proposal (Attachment A Sheets – Separate sheets attached for TV Director and Make-Up Artist)

•·        -  Past Performance   (Attachment B sheet – utilize sheet for TV Director proposals and Make-Up Artist proposals)

•·        – SAM registration information in (x)

(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:
I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (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. (End of Clause)

II. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to unilaterally exercise the options in Attachment A entitled “Price Schedule.” The Parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise.

In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable.   Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered   by the Contractor to BBG hereunder. (End of Clause)

(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; 52.219-6 Notice of Total Small Business Set-Aside (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program 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 (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); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (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: 52.217-9 Option to Extend the Term of the Contract.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Proposals shall be in writing and must be signed by an official authorized to bind the organization and/ or the individual offeror. Proposals will be accepted via courier, e-mail or hand-delivery. Oral and faxed proposals will not be accepted .

Questions:

Please note that questions must be submitted in writing to Patrice Abner by email (pabner@bbg.gov) and received before the deadline of 4:00 p.m., Eastern Daylight Time on March 19, 2014. No questions via phone will be accepted.

Technical Proposals shall be submitted as an original and three (3) copies and Price Proposals shall be submitted as an original and one (1) copy ( if submitting via e-mail , only one copy of each is required) . All proposals must be sent via courier or overnight delivery or e-mail or hand-delivery and must be received before the deadline set forth above. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 on March 26, 2014 at 4:00PM, Eastern Daylight Time.

(xvi) Contact: Patrice Abner, Contracting Officer, email: pabner@bbg.gov.

All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0012/listing.html
OutreachSystems Article Number: 140313/PROCURE/0073
Matching Key Words: naics!711510; 


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 CBO150px-AMC_dui 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; 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 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.

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: 140313/PROCURE/0426
Matching Key Words: writ*; technical; standard; 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

150px-AMC_duiR–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; 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 standardof $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: 140313/PROCURE/0427
Matching Key Words: writ*; technical; standard; procedure?; 


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

T--Video Editing Services VA24114I0298 031814 Casey Shaner 774-826-3328 casey.shaner@va.gov casey.shaner@va.gov This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. 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 serviceVA 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.
Requirement: This notice is issued by the Department of Veterans Affairs, Boston VA Healthcare System, Brockton, MA to identify sources capable of providing the following:
VISN 1 Contracting is conducting market research on CCTV purchase and installation. Contractor provide video editing services to be completed on behalf of the Health Services Research and Development Service (HSR&D), Center for Information Dissemination and Education Resources (CIDER). Eight to ten, one to three minute video‘s will be produced each year from footage provided to contractor.
Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 512191, Teleproduction and Other Postproduction Services and the size standard is $29.5 million.
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 casey.shaner@va.gov no later than March 18, 2014 at 1:00PM, Eastern with the following information/documentation:
1. Name of Company, Address and DUNS Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: 8(a) Business / HUBZone Small Business / Service-Disabled Veteran-Owned Small Business / Small Business / LargeBusiness
4. GSA number if applicable.
5. Commercial market information and practices applicable to this supply and service.
6. A positive statement of your intent to submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.
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.
Performance Work Statement
Fiscal Year 2014-2018
PROJECT OVERVIEW:
Following is the scope of work for video editing to be completed on behalf of the Health Services Research and Development Service (HSR&D), Center for Information Dissemination and Education Resources (CIDER).
A. GENERAL INFORMATION
1. Title of Project: VA HSR&D video editing.
2. Scope of Work: Using raw video footage supplied by CIDER, the contractor shall provide editing, cutting, expert advice, and creative services necessary to produceapproximately 8-10 one to three minute videos per year for each year in the 5-year contract period. The purpose of these videos is to create a highly impactful way to educate VA policymakers, managers, and caregivers nation-wide about HSR&D evidence based research innovations and resources aimed at improving the quality of health care for veterans and to encourage implementation of these innovations to improve health care effectiveness and patient outcomes.
3. Performance Period: The contractor shall complete the work required under this PWS within the timeline specified below, unless otherwise directed by the Contracting Officer.
4. Managing Agency: The VA HSR&D Center for Information Dissemination and Education Resources (CIDER) is the managing organization with the Department of Veterans Affairs for this project. The Web & Social Media Editor, CIDER, shall be the contractor’s principal point of contact regarding the execution of the contract’s requirements.
B. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES

Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below.
1. Contractor shall provide full post-production services; closed captioning, voice work, free music downloads for backing tracks, and other materials and services necessary for port-production.
2. Contractor shall be capable of working in AVID, FinalCutPro X, and of importing and exporting all file formats.
3. Contractor shall provide virtual online workspace for client to access files-in-progress.
4. Contractor shall provide consulting services to remote client when necessary.
5. Contractor shall physically deliver/transfer files to and from the VA via hard drive in the instance the VA is unable to upload data.
Deliverable 1: Work Plan – The contractor shall provide to the CIDER staff a work plan which presents the contractor’s plan for completing the project. The contractor’s plan shall be responsive to this PWS and describe, in further detail, the work plan for the post-production work associated with the videos.
Deliverable 2&3 (Rough Cut, Final, Closed Captions): The vendor shall provide all services related to editing and cutting and such other post-production requirements as needed to complete the project to the expectations of the CIDER staff and to standards acceptable for posting on a prominent public website including compliance with accessibility regulations of the federal government. The contractor will employ such creative resources and intangible skills and expertise as are standard for projects of this sort.
DELIVERABLE DATE
1 WORK PLAN 30 days after contract is signed
Video rough cut 14 days after rough cut received
Video final and closed caption 60 days after the edits
.
C. SCHEDULE OF DELIVEABLES
1. The contractor’s detailed work plan dates will serve as the schedule of delivery for each deliverable specified.
D. REPORTING REQUIREMENTS
1. The contractor shall provide CIDER with a written progress report at the end of the fiscal year.
2. The progress report shall cover all work completed during the contract period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify and explain any problems that have arisen but have not been completely resolved.
E. GOVERNMENT RESPONSIBILITIES
Government shall provide supporting b-roll and still images, and shall make available appropriate VA contacts as required by the work plan. The government shall complete and release required reviews and approvals in a timely manner and in accordance with the work plan.

URL: https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24114I0298/listing.html
OutreachSystems Article Number: 140313/PROCURE/0432
Matching Key Words: video*; edit*; produc*; website; web; education*; business*; documentation; produce?; production?; 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

150px-AMC_duiR–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 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 standardof $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: 140313/PROCURE/0530
Matching Key Words: writ*; technical; standard; 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–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 CBO150px-AMC_dui 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 standardof $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: 140313/PROCURE/0531
Matching Key Words: writ*; technical; standard; 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

150px-AMC_duiR–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; 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 standardof $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: 140313/PROCURE/0532
Matching Key Words: writ*; technical; standard; procedure?; 

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

99 — TACTICAL TRAUMA SUPPLIES H92244-14-T-0129 033114 Tina Ford, Contract Specialist, Phone 757-893-2865, Fax 757-893-2957, Email tina.ford@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented160px-Special_Operations_Specops_Army.svg 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 H92244-14-T-0129, 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 2005-72 effective 30 Jan 14.

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 Training Military Blow Out Kit P/N: TQS-20FS(TRNG) Qty: 200

CLIN 1001 Training Military Blow Out Kit P/N: TQS-20FS(TRNG) Qty: 200
(option)
CLIN 2001 Training Military Blow Out Kit P/N: TQS-20FS(TRNG) Qty: 200
(option)
CLIN 3001 Training Military Blow Out Kit P/N: TQS-20FS(TRNG) Qty: 200
(option)

Section C Statement of Work
Each kit should contain the following:
Nasopharyngeal Airway 28fr, Surgilube 3gr, Quikclot Combat Gauze (Trainer), Foxseal Occlusive
Dressing (2 pack), 14G x 3.25″ Decompression Catheter, Primed Compressed Gauze (2 each), 4″
Emergency (Israeli) Dressing, 4″ Elastic bandage (non-latex), Red mechanical wax pencil, TCCC
Casualty Assistance card, Zip-lock bag.

Each kit needs to be packed identically to each other and resemble the order of packing that the “non-training” kits are in.

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

FAR 52.204-7 System for Award Management Jul 2013
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 52.212-3 Offeror Representations and Certifications Commercial Items Nov 2013
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2013
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan 2014
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 Jan 2014
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 Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013
FAR 52.232-36 Payment by Third Party Jul 2013
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-1 Site Visit Apr 2004
FAR 52.243-1 Alt II Changes – Fixed Price Alt II (Apr 1984) Aug 1987
FAR 52.247-29 F.o.b. Origin Feb 2006
FAR 52.247-34 F.o.b. Destination Nov 1991
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 Alt A System for Award Management Alternate A May 2013
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 Dec 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002
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 Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.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: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program 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 I Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Nov 2013
FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989
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 52.232-18 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 received notice of such availability, to be confirmed 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 Ana Downes, telephone (757) 862-9465.
5652.204-9003 Disclosure of Unclassified Information (2007) Section H
(Revised November 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, 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: Tina Ford, Contract Specialist; Email address: tina.ford@vb.socom.mil

Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 31 March 2014. 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 Tina Ford, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Point of Contact for this solicitation is Tina Ford at tina.ford@vb.socom.mil or phone (757) 862-9468 or fax to (757) 862-0809.

Set-Aside: Total Small Business Place of Performance: VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0129/listing.html
OutreachSystems Article Number: 140311/PROCURE/0373
Matching Key Words: film?; produc*; train*; trng; you; website; site?; business*; event?; commercial?; 

FedBizOpps – Awards

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, Bldg 2174 13 1/2 Street, Fort Campbell, KY 42223

Department of the ArmyR–OPTION – Locate utility conduit services, Fort Campbell, KY W91248-14-T-0003 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W91248-14-P0013 $444,990.90 031314 ALL BATEMAN CIVIL SURVEY COMPANY, PC [DUNS: 181370268],200 north main street, holly springs NC 27540 No Description Provided
URL: https://www.fbo.gov/notices/1764e3c391e1b885bbb77f82c6427273
OutreachSystems Article Number: 140314/AWARDS/1058
Matching Key Words: age:state!ky; state!ky; 

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 Lot # 2 Scrap Metals QRP14-0014 031314 Daniel Pearman, QRP Manager, Phone 5026245673, Fax 5026245672, Email daniel.pearman@us.army.mil – Bridgette Caico, Clerk, Phone 5026245026, Fax 5026245672, Email bridgette.r.caico.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for non-exclusive sale of Lot # 2 Scrap Metals. The duration of this is for 1 load. 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. SendDepartment of the Army 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 3-20-14 by 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 2962 Frazier 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: 309 Frazier Rd. Bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0014/listing.html
OutreachSystems Article Number: 140314/SURPLUS/1168
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 — Science Outreach Services SOL G14PS00218 Description The United States Geological Survey (USGS) is a science organization that provides impartial information on the health of our ecosystems and environments, the natural hazards that threaten us, the natural resources we rely on, the impacts of climate and land-use change, and the core science systems that help us provide timely, relevant, and useable information. USGS is a bureau of the U.S. Department of Interior (DOI). The USGS Pacific Coastal and Marine Science Center (PCMSC, http://walrus.wr.usgs.gov; CMGP, http://marine.usgs.gov) conducts multidisciplinary scientific research in the coastal and offshore areas of California, Oregon, Washington, Alaska, Hawaii, and other U.S. Pacific Islands, and in other waterways of the United States. The prospective contract concerns science outreach services relating to the mission and programs of the USGS PCMSC. Contractor shall provide non-personal professional science communication and consultation services for the U.S. Geological Survey (USGS), Pacific Coastal and Marine Science Center, Santa Cruz, CA. This activity will help make USGS science activities, processes, and results accessible, understandable, and meaningful to non-scientists, including the public, partners, and other stakeholders. The contractor will not represent the government in any manner, place, or forum. Contractor will consult, develop, and provide outreach methods such as Fact Sheets or other written outreachproducts, web-pages, photos, podcasts, videos, articles for local, regional, or national media outlets, articles for in-house outreach products such as USGS Sound Waves, posters and (or) displays, presentations, or similar products. Topics may include integrated Center research interests, Center capabilities and tools, selected project activities, highlights of research results, human-interest stories, disaster response stories, or similar subjects. It is desirable that Contractor maintain or establish a presence in the Sant Overview Reference number: G14PS00218 Issue date: 03/13/2014 Response due: 04/10/2014 12:00 PM PD Set Aside: Total Small Business NAICS: 519190-All Other Information Services PSC / FSC: R708-SUPPORT- MANAGEMENT: PUBLIC RELATIONS Agency: DOI Contracting office: USGS OAG SACRAMENTO ACQUISITION BR. MODOC HALL, CSUS 3020 STATE UNIVERSITY DRIVE EAST SACRAMENTO, CA 95819-6027 Place of Performance: Contact: Donald Shannon Phone: Fax: Email: dshannon@usgs.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140314/SMALL/0217
Matching Key Words: video*; produc*; conference?; web; page?; business*;

USABID State and Local Purchases

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

R – Investigative Services RFP : 1400000220 Board Of Occupa SOL Investigative Services RFP : 1400000220 Board Of Occupational Therapy Published On : 3/12/14 Amended On : Closing On : 4/24/14 4:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140314/BID/0001
Matching Key Words: age:state!ky; state!ky; 


Mississippi Press Association http://www.publicnoticeads.com/MS/search/searchnotices.asp 371 Edgewood Terrace; Jackson, MS 39206; (601) 981-3060 Fax 601.981.3676

R – ADVERTISEMENT FOR BIDS REQUEST FOR PROPOSALS RANKIN COUNTY BOA SOL Public Notice ID: 21140734.HTM ADVERTISEMENT FOR BIDS REQUEST FOR PROPOSALS RANKIN COUNTY BOARD OF SUPERVISORS REQUEST FOR QUALIFICATIONS (RFQ) ? ARCHITECTURAL/DESIGN SERVICES; REQUEST FOR PROPOSALS OFFERING TURN-KEY SERVICES I. Proposals for Architectural/Design Services. The Rankin County Board of Supervisors is requesting qualified persons, firms, partnerships, corporations, associations, or professional organizations to provide full architectural planning, programming, and design services for the construction of a proposed Rankin County Chancery Center. Qualified firms will form a pool of potential candidates for future consideration to provide architectural services. At the sole discretion of the Rankin County Board of Supervisors, qualified providers of architectural/design services may also be later engaged to provide full architectural planning, programming, and design services related to county-related projects other than the proposed Rankin County Chancery Center. Please provide the Rankin County Board of Supervisors with a statement of qualifications that includes the following: A. A brief description and history of the firm, including number of years the firm has been in business and date firm was established under its given name. B. Number and county of residence of all employees (licensed professionals, technical support, full time staff and part-time staff). C. Location of office where the majority of services will be performed. D. Resumes of key personnel who would be assigned to Rankin County Project(s). Specifically, define the role of each person and outline his or her individual experience and responsibilities. E. Provide information about ALL public entity projects performed by your firm in the past five (5) years. Limit your response to the ten (10) most recent projects. Please include the name of project and the county or municipality (or other governmental entity) for whom the project was undertaken, a description of services provided and whether the projects were closed successfully. Provide the name of the primary contact person with whom you worked and telephone number. F. Provide a comprehensive five-year summary of the firm’s litigation, arbitration and negotiated/settled history with previous clients. State the issues in the litigation, the status of the litigation, names of parties, venue of litigation, case number and outcome (unless disclosure of outcome is prohibited by contract or court order). G. Project/Performance Information: 1. Provide a statement explaining your firm’s or team’s ability to accomplish the services as described in a comprehensive and thorough manner. 2. Describe your firm’s approach to quality control/assurance procedures, including coordination of design disciplines, inspection process and final closeout with certification. 3. Describe your firm’s experience with construction cost reduction measures. 4. Explain how your firm approaches modernization projects vs new construction projects? 5. Describe your experience with court facility construction. 6. Identify established methods and approaches utilized by your firm to successfully meet completion deadlines, and provide examples demonstrating effective use of stated methods and approaches. 7. Provide an example form of agreement with which your firm has been engaged for architectural/design services in the past and with which your firm is most comfortable. II. Proposals for Turn-Key Services Utilizing Certificates of Participation: The Rankin County Board of Supervisors may elect to implement the utilization of certificates of participation with respect to its Chancery Center Project. The Rankin County Board of Supervisors is requesting qualified persons, firms, partnerships, corporations, associations, or professional organizations, or any combination or joint venture thereof, to provide proposals for a complete delivery package that will include, but not necessarily be limited to, assistance and coordination of all underwriting, financial analysis, legal and documentary requirements, design and construction. III. Process and Deadline: This request is not a formal request for bids or an offer by Rankin County to contract with any firm responding to this request. The Rankin County Board of Supervisors may, but is not required to, select one or more firms that respond to this request to include in a pool of qualified firms for later consideration. The Rankin County Board of Supervisors, at its sole discretion, may then engage the services of a qualified responder regarding the Chancery Center Project. Any award of a contract will be subject to the prior approval of the Rankin County Board of Supervisors. Please deliver or mail your response to this request for qualifications/proposals to J.K. Stringer, Jr., County Administrator, Rankin County Board of Supervisors, 211 East Government Street, Suite A, Brandon, Mississippi 39042 by 4:00 p.m. on the 28th day of March, 2014. February 26, March 5, 12, 2014 #262 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140314/BID/0527
Matching Key Words: documentar*; 

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

R – Sponsorship-Junior Forensic Science Camp-Aududon RFP : 14000002 SOL Sponsorship-Junior Forensic Science Camp-Aududon RFP : 1400000232 Kentucky Department Of Parks Published On : 3/10/14 Amended On : Closing On : 3/21/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140311/BID/0003
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pitanim


PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Delta Industries, East Granby, Conn., has been awarded a maximum $37,177,882 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for turbine exhaust engine cases. This is a competitive acquisition, and oneDefense_Logistics_Agency offer was received. This is a two-year base contract. Location of performance is Connecticut with a May 31, 2016 performance completion date. Using service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Tinker Air Force Base, Okla., (SPRTA1-14-D-0009).

Golden State Medical Supply,* Camarillo, Calif., has been awarded a maximum $22,512,293 modification (P00054) exercising the fifth option period on a one-year base contract (SPM2D0-09-D-0001) with seven one-year option periods for various pharmaceutical supplies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California with an April 20, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 war stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Department of the ArmyLockheed Martin Corp., Orlando, Fla., was awarded a $24,449,293 cost-plus-fixed-fee, sole-source contract to install a vehicle and dismounted exploitation radar (VADER) system and an aerial precision geo location kit on a King Air 350ER aircraft. Fiscal 2013 research, development, testing and evaluation funds in the amount of $5,700,639 were obligated at the time of the award. Estimated completion date is March 18, 2015. One bid was solicited and one received. Work will be performed in Hagerstown and Linthicum Heights Md.; Greenville, Texas; and Fayetteville N.C. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-C-0040).

RSP Architects, Minneapolis, Minn., was awarded a $9,000,000 firm-fixed-price contract for architect and engineer services for the design, construction of various Air Force Reserve projects. Funding and work location will be determined with each order. Estimated completion date is April 18, 2019. Bids were solicited via the Internet with 32 received. U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-D-0008).

NAVY

General Dynamics Ordnance and Tactical Systems, Orlando, Fla., is being awarded a $9,248,770 modification to previously awarded contract (N00174-08-D-0021) for the procurement of the improved mechanical600px-US-DeptOfNavy-Seal.svg remote fuze disassembly kit (I-MRFDK ) production units, training, system maintenance and spare and depot level repair parts. The I-MRFDK is a portable ordnance inserting and dis-assembly system operated by explosive ordnance disposal technicians to safely inert fuzes used with projectiles, bombs, and other explosive ordnance. Work will be performed in Orlando, Fla., and is expected to be completed by September 2015. Contract funds will not be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

3 Phoenix Inc., Chantilly, Va., is being awarded a $7,263,632 modification to previously awarded contract (N00024-13-C-6264) to procure two TB-29A Inverted Passive Electrical Network (iPEN) Towed Array production representative units, associated spares and test equipment. iPEN leverages technology developed under Small Business Innovation Research Topic N04-138, “Real-time Data Fusion and Visualization Interface for Environmental Research Data.” iPEN telemetry acts as a data fusion point for the integration of towed array handling system sensor data. This technology is expected to provide significant improvement in reliability and operational availability of TB-29A towed arrays. Work will be performed in Wake Forest, N.C. (50 percent); Houston, Texas (25 percent); Hanover, Md. (15 percent); and Chantilly, Va. (10 percent), and is expected to be completed by August 2015. Fiscal 2011 and 2012 shipbuilding and conversion, Navy contract funds in the amount of $7,263,632 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgRand and Jones Enterprises, Co., Inc., Buffalo, N.Y., has been awarded an $8,000,000 indefinite-delivery/indefinite-quantity contract for a Simplified Acquisition of Base Engineering Requirements contract for completion of minor, non-complex construction projects requiring minimum design. Typical projects involve a number of general construction disciplines including, but not limited to, plumbing, masonry, electrical, mechanical, architectural, painting, HVAC, and abatement. Work will be performed at Rome, Newport, and Stockbridge, N.Y., and is expected to be completed April 18, 2019. The ordering period concludes five years after the effective date of the contract. This award is the result of a competitive acquisition. The solicitation was conducted through Federal Business Opportunities, and two offers were received. Funding varies based on individual requirements but is primarily operations and maintenance, research and development, or Defense Finance and Accounting Service. Current fiscal year funding will be provided on individual orders. Air Force Research Laboratory Specialized Acquisition and Operational Contracting Branch, Rome N.Y., is the contracting activity (FA8751-14-D-0004).

TRICARE

Express Scripts Inc., St. Louis, Mo., is being awarded a $33,800,000 requirements-type contract with fixed unit prices, to provide pharmacy benefit management services to the Department of Defense TRICARE pharmacy program. The total cumulative face value of the contract, including the one year base period and seven one-year option periods, if exercised, for pharmacy benefit management services, and options for contract phase-out, is estimated at $5,364,684,318. The TRICARE Pharmacy Benefits Program offers pharmacy services through direct care pharmacy services at Military Treatment Facilities; retail network pharmacies; authorized retail non-network pharmacies; or delivery through the TRICARE Home Delivery/Mail Order Pharmacy. Retail pharmacy services are available in all 50 states and the District of Columbia, Guam, Puerto Rico, and the Virgin Islands. The contractor will perform pharmacy benefits management functions, including the following: perform claims adjudication, administer a retail pharmacy network, operate mail order pharmacy, provide clinical services for specialty pharmaceuticals, process direct member reimbursements for claims filled at retail network and non-network pharmacies, perform clinical reviews, and provide beneficiary and pharmacy support services. The contractor will also perform as a fiscal intermediary on behalf of DoD to pay for all authorized pharmaceuticals and supplies dispensed for eligible beneficiaries at retail pharmacies and transmit all claim information to the Pharmacy Data Transaction Service, the DoD designated data warehouse. This contract was competitively procured using the Best Value Tradeoff Source Selection process, with two offers received. Fiscal 2014 DoD operations and maintenance funding in the amount of $33,800,000 is being obligated at award. The Defense Health Agency, Aurora, Colo., is the contracting activity (HT9402-14-D-0002).

NAVY

Watermark Environmental Inc.,* Lowell, Mass. (N40083-14-D-2719); Blackhawk-MILCON, A Joint Venture*, San Antonio, Texas (N40083-14-D-2720); Custom Mechanical Systems Corp.,* Bargersville, Ind. (N40083-14-D-2721); Krempp Construction Inc.,* Jasper, Ind., (N40083-14-D-2722); and Howard W. Pence,* Elizabethtown, Ky. (N40083-14-D-2723), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award design-build construction contract for construction projects at Naval Support Activity Crane located primarily within the Naval Facilities Engineering Command (NAVFAC) Midwest area of responsibility (AOR). The work to be performed provides for all labor, equipment, tools, supplies, transportation, supervision, quality control, professional design services, and management necessary to perform various construction, renovation, maintenance,600px-US-DeptOfNavy-Seal.svg and alteration projects at assorted buildings and structures. Work includes but is not limited to design, general construction, alteration, repair, demolition, and work performed by special trades. The maximum dollar value including the base period and four option years for all five contracts combined is $50,000,000. Watermark Environmental Inc., is being awarded task order 0001 at $1,403,808 for the Crane Army Ammunition Activity Building 102 renovation at the Naval Support Activity, Crane, Ind. Work for this task order is expected to be completed by September 2014. All work on this contract will be performed in Crane, Ind. (95 percent), and Sullivan, Ind. (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of April 2019. Fiscal 2013 Army working capital funds contract funds in the amount of $1,483,808 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 22 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Crane, Ind., is the contracting.

Caddell Construction Co., Inc., Montgomery, Ala., is being awarded $34,311,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-09-D-1279) for construction of the Waterfront North Land Water Interface at Naval Submarine Base Kings Bay. The work to be performed provides for the construction of the waterfront restricted area land/water interface termination that connects the north end of the existing waterfront restricted area enclave fencing system to the floating port security barriers. Work will be performed in Kings Bay, Ga., and is expected to be completed by April 2017. Fiscal 2012 military construction, Navy contract funds in the amount of $34,311,000 are being 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, Southeast, Jacksonville, Fla., is the contracting activity.

Lockheed Martin Corp., Owego, N.Y., is being awarded $ 7,265,034 for firm-fixed-priced delivery order 7026 against a previously awarded basic ordering agreement (N00383-12-G-010F) for the repair of 12 items of the common cockpit for H-60R/S helicopters. Work will be performed at Owego, N.Y. (77 percent); Farmingdale, N.Y. (9 percent); Phoenix, Ariz. (6 Percent); Salt Lake City, Utah (6 percent); Hershey, Pa. (2 percent), and is expected to be completed by Jan. 12, 2016. Fiscal 2014 Navy working capital funds in the amount of $7,265,034 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). The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

ARMY

The Boeing Co., Ridley Park, Pa. was awarded a $43,340,932 modification (P00003) to contract W58RGZ-13-C-Department of the Army0114 to support fielding new equipment and equipment training for units receiving the CH-47F weapons system. Fiscal 2014 other procurement funds in the amount of $43,340,932 were obligated at the time of the award. Estimated completion dated is Feb. 29, 2016. Work will be performed at continental United States and overseas locations. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Ensign-Bickford Aerospace & Defense Co., Simsbury, Conn., was awarded a $26,977,402 firm-fixed-price contract to test, manufacture, package and deliver M21/M23 blasting cap assemblies. Funding and work performance location will be determined with each order. Estimated completion date is April 16, 2019. Bids were solicited via the Internet with one received. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-14-D-0016).

DEFENSE LOGISTICS AGENCY

Heyltex Corp.,* Katy, Texas, has been awarded a maximum $43,292,852 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This is a competitive acquisition, and 35 offers were received. This is a one-year base contract with seven one-year option periods. Location of performance is Texas with an April 16, 2015 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 war stopperDefense_Logistics_Agency funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE2D0-14-D-0005).

Direct Energy Business, LLC, Pittsburgh, Pa., has been awarded a maximum $11,918,926 firm-fixed-price contract for electricity. This is a competitive acquisition, and three offers were received. This is a two-year base contract. Locations of performance are Pennsylvania and Illinois with a May 31, 2016 performance completion date. Using services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2016 service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SPE600-14-D-8004).

AIR FORCE

Lockheed Martin Corp., Marietta, Ga., has been awarded a $14,713,606 firm-fixed-price modification (P00312) on contract (FA8625-11-C-6597) for initial spares for the C-130J program purchased under the five-year option contract IV. The contractor will provide initial spares for the C-130J program that are provided for 64 aircraft, comprised of 42 delivered C-130J aircraft and 22 HC/MC-130J aircraft. Work will be performed at Marietta, Ga. Initial spares delivery dates vary depending upon the lead time to procure. Fiscal 2014 aircraft procurement funds ($13,685,100) and fiscal 2013 aircraft procurement funds ($1,028,506) are being obligated at time of award. Air Force Life Cycle Management Center/WLNN, Wright-Patterson Air Force Base, Ohio, is the contracting activity

356px-Seal_of_the_US_Air_Force.svgQuantech Services Inc., Lexington, Mass., has been awarded a $14,402,703 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0016) for professional acquisition support services. This contract modification provides an extension for an additional nine months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center, HBG, HBA, and HBS divisions, including foreign military sales (FMS). Work will be performed at Hanscom Air Force Base, Mass. and Langley AFB, Va., and is expected to be completed by Jan. 17, 2015. FMS support accounts for approximately 38 percent of the stated modification. Fiscal 2014 research and development, procurement and foreign military sales funds in the amount of $3,318,686 were obligated at time of award. FMS countries include Saudi Arabia, Korea, Japan, Australia, France, United Kingdom, Egypt, Oman, Poland, Kyrgyzstan, Afghanistan, and Jordan. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

Oasis Systems LLC, Lexington, Mass., has been awarded an $11,801,189 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0025) for professional acquisition support services. This contract modification provides an extension for an additional of six months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center HNA, HNS, and HNI divisions. Work will be performed at Hanscom Air Force Base, Mass., and Langley AFB, Va., and is expected to be completed by Oct. 17, 2014. Fiscal 2012 procurement and fiscal 2014 research and development, procurement and operations and maintenance funds in the amount of $11,077,504 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

Odyssey Systems Consulting Group Ltd., Wakefield, Mass., has been awarded an $11,445,617 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0022) for professional acquisition support services. This contract modification provides an extension for an additional of nine months for professional acquisition support services under the basic contract. Work will be performed at Peterson Air Force Base, Colo., Hanscom AFB, Mass., and Dahlgren, Va., and is expected to be completed by Jan. 17, 2015. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center, HBQ and HBD Divisions, including foreign military sales. FMS support account for approximately 11 percent of the stated modification. Fiscal 2014 operations and maintenance, procurement, research and development and foreign military sales funds in the amount of $8,869,158 were obligated at time of award. FMS countries include Taiwan, United Arab Emirates, Saudi Arabia, Kuwait, Israel, and Japan. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

Odyssey System Consulting Group Ltd., Wakefield, Mass., has been awarded a $9,167,656 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0020) for professional acquisition support services. This contract modification provides an extension for an additional nine months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center HBU and HNJ divisions. Work will be performed at Hanscom Air Force Base, Mass., Warner Robins, Ga., and San Antonio, Texas, and is expected to be completed by Jan. 17, 2015. Fiscal 2012 procurement funds and 2014 research and development, procurement, and operations and maintenance funds in the amount of $7,169,369 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

Oasis Systems LLC, Lexington, Mass., has been awarded an $8,983,870.00 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0026) for professional acquisition support services. This contract modification provides an extension for an additional nine months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center HB and HBAJ divisions including foreign military sales (FMS). Work will be performed at Hanscom Air Force Base, Mass., Langley AFB, Va., and Topeka, Kan., and is expected to be completed by Jan. 17, 2015. Fiscal 2013 procurement and fiscal 2014 research and development and procurement funds and FMS funds in the amount of $5,331,180 were obligated at time of award. FMS (84 percent of the contract) countries include Iraq, Saudi Arabia, Jordan, Qatar, Egypt, Belgium, Romania, Poland, and Columbia. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

P E Systems Inc., Fairfax, Va., has been awarded a $7,280,498 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0029) for professional acquisition support services. This contract modification provides an extension for an additional six months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center HNA and HBD Divisions, including foreign military sales (FMS). Work will be performed at Hanscom Air Force Base, Mass., Langley AFB, Va., Washington, D.C., and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Oct. 17, 2014. FMS support account for approximately 13 percent of the stated modification. Countries include Jordan, Germany, Pakistan, Saudi Arabia, Singapore, Oman, Greece, Thailand, France, Sweden, and United Kingdom. Fiscal 2012 procurement and fiscal 2014 operations and maintenance, research and development, procurement and foreign military sales funds in the amount of $6,351,766 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $54,574,234 modification to a previously awarded fixed-price-incentive-fee, cost-plus-incentive-fee contract (N00019-12-C-0004) for production non-recurring technical assistance in support of the F-35 Lot VII effort for the U.S. Navy, U.S.600px-US-DeptOfNavy-Seal.svg Air Force, and international partner governments. Services to be provided includes manufacturing technology transfer and planning tasks required to ensure a manufacturing base with sufficient technical knowledge to support F-35 production requirements. Work will be performed in El Segundo, Calif. (38 percent); Fort Worth, Texas (24 percent); Warton, United Kingdom (16.5 percent); San Diego, Calif. (14 percent); Orlando, Fla. (3.4 percent); Nashua, N.H. (2.3 percent); Palmdale, Calif. (1.2 percent); Marietta, Ga. (.3 percent) Amityville, N.Y. (.2 percent); and Laval, Canada (.1 percent), and is expected to be completed in January 2015. Fiscal 2012 aircraft procurement, Navy and Air Force and international partner funds in the amount of $54,574,234 are being obligated on this award, $42,966,294 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($21,912,810; 4 percent); the U.S. Air Force ($21,053,484; 38.7 percent); and F-35 international partner governments ($11,607,930; 21.3 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

FTSI-Phelps Joint Venture,* Irvine, Calif., is being awarded a $13,961,000 firm-fixed-price contract for the design and construction of a low-rise composite shop and Marine Aviation Logistics Squadron (MALS) Ground Support Equipment (GSE) holding shed at Marine Corps Base Hawaii. The work to be performed provides for the demolition of an existing engine test cell facility and the removal of an existing tension fabric structure that was used for equipment storage. The composite shop building will include areas for epoxy storage and mixing, paint storage and mixing, machining and grinding, cleaning and preparation, layup and bonding, open storage, preparation room, offices, restrooms and supporting mechanical, electrical and communication spaces. The MALS GSE holding shed will include open equipment storage, restrooms and supporting electrical and mechanical spaces. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $14,372,716. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by September 2015. Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $13,961,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1315).

Alutiiq Security & Technology,* Anchorage, Alaska (N65236-14-D-4978); Atlantic CommTech, Corp.,* Norfolk, Va. (N65236-14-D-4979); Forward Slope Inc.,* San Diego (N65236-14-D-4980); The Cameron Bell Corp., doing business as Government Solutions Group,* Daniel Island, S.C. (N65236-14-D-4981); Mandex Inc.,* Fairfax, Va. (N65236-14-D-4982); and Systems Applications & Solutions,* Hanahan, S.C. (N65236-14-D4983), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with provisions for firm-fixed-price task orders, performance based multiple award contract. The contracts are for the procurement of Ashore Systems engineering services. The services required include engineering development, design, procurement, fabrication, configuration, integration, installation, logistics, maintenance and life cycle support services for Ashore Systems. The cumulative, estimated ceiling value of the base year is $9,980,000. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $49,900,000. 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 Charleston, S.C. (85 percent) and Washington, D.C. (15 percent). Work is expected to be completed by April 2015. If all options are exercised, work could continue until April 2019. 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 six 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 under small business set-aside provisions (10 U.S.C. 2304 (b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 20 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyThe Source Group Inc.,* Signal Hill, Calif., has been awarded a maximum $13,810,540 firm-fixed-price contract for environmental remediation, assessment, and emergency response services. This is a competitive acquisition, and five offers were received. This is a five-year base contract. Location of performance is California with an April 30, 2019 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-5410).

The Source Group Inc.,* Signal Hill, Calif., has been awarded a maximum $10,432,295 firm-fixed-price contract for environmental remediation, assessment, and emergency response services. This is a competitive acquisition and five offers were received. This is a five-year base contract. Location of performance is California with an April 30, 2019 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-5411).

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been awarded a maximum $10,307,718 modification (02) on delivery order (0009) to contract (SPRWA1-11-D-0007). The modification adds various items in support of the joint helmet mounted cueing system. The revised total based on this delivery order modification is $37,210,209. This is a firm-fixed-price contract. This is a sole-source acquisition. Locations of performance are Texas, Oregon, and Israel with a Sept. 30, 2015 performance completion date. Using military service is Air Force. This modification contains foreign military sales elements for Iraq. Type of appropriation is fiscal 2015 Air Force procurement funds and FMS funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

AIR FORCE

AECOM Technical Services Inc., Los Angeles, Calif., (FA8903-14-D-0001); Baker-Stanley-Cardno Joint Venture, Moon Townside, Pa., (FA8903-14-D-0002); OTIE-RS&H Joint Venture, Milwaukee, Wis., (FA8903-14-D-0004); Parsons Brinkckerhoff-FSB-H&A Joint Venture, Houston, Texas, (FA8903-14-D- 0005); Parsons Government Services Inc., San Antonio, Texas, (FA8903-14-D-0006), and LEIDOS Inc. (formerly SAIC), McLean, Va., (FA8903-14-D-0007) have been awarded a $950,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineering services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization (SRM) programs worldwide. The work includes efforts to perform Title I, Title II, and356px-Seal_of_the_US_Air_Force.svg other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer’s MILCON, MFH (to include military housing privatization initiatives, SRM program areas, and other areas of essential support worldwide. These programs could include work in various government installations in the United States, at various overseas government locations, at government territorial possessions, at Defense Logistics Agency fuel facilities worldwide, and at other worldwide locations of interest to the government that could include contingency operation, remote, austere and/or hostile locations. Work is expected to be complete by April 2021. This award is the result of a qualifications-based selection process in accordance with FAR 36.6 and the Brooks Act, Public Law 92-582 electronically through Federal Business Opportunities and 82 offers were received. Fiscal 2014 funds from a variety of types (Environmental Restoration Account/Environmental Compliance, Base Realignment and Closure, MFH, and operations and maintenance) in the amount of $3,000 are being obligated for the first task order for each of the contractors. 722 ESS/PKB, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.

Booz Allen Hamilton, McLean, Va. (FA8075-14-D-0002); Battelle Memorial Institute, Columbus, Ohio (FA8075-14-D-0003); Jacobs Technology Inc., Tullahoma, Tenn. (FA8075-14-D-0004); MacAulay-Brown Inc., Dayton, Ohio (FA8075-14-D-0005); MRI Global, Kansas City, Mo. (FA8075-14-D-0006); National Security Information Associates, Chantilly, Va. (FA8075-14-D-0007); Strategic Analysis Inc., Arlington, Va. (FA8075-14-D-0008); Leidos Inc., Reston, Va. (FA8075-14-D-0009); Scitor Corp., Colorado Springs, Colo. (FA8075-14-D-0010); TASC Inc., Andover, Md. (FA8014-14-D-0011); URS Federal Services Inc., Germantown, Md. (FA8075-14-D-0012); and Wyle Laboratories Inc., Houston, Texas (FA8075-14-D-0013) have been awarded a maximum $900,000,000 cost-plus-fixed-fee, firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for Homeland Defense and Security Technical Area Tasks (HD TATs). The HD TATs multiple-award IDIQ contracts will provide research, development, test and evaluation, and advisory and assistance services related to research and development efforts for TATs within the chemical, biological, radiological and nuclear defense, homeland defense and security, critical infrastructure protection, weapons of mass destruction, biometrics, medical, cultural studies and alternative energy focus areas. Location of performance will be cited on individual task orders. Generally, work will be performed at government facilities, and the period of performance is five years. The ordering period is a one year basic period with four one-year option periods with work expected to be completed by April 2019 if all option periods are exercised. Individual task orders, obligating fiscal 2014 research and development funds, will be issued against the basic contracts, in order to meet the minimum order guarantee. The multiple-award contracts were competitively procured by full and open competition along with a small business reservation via the Federal Business Opportunities website with 13 offers received. The Air Force Installation Contracting Agency, Offutt Air Force Base, Neb., is the contracting activity.

Jacobs Government Services Co., Oak Ridge, Tenn. (FA8903-14-D-0023); MWH-Cardno TEC Baker-A Joint Venture, San Antonio, Texas (FA8903-14-D-0024); and Zapata Inc., Charlotte, N.C. (FA8903-14-D-0025), have been awarded a $500,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineering services to include environmental projects consisting of planning and programming, restoration, quality (compliance and pollution prevention), and conservation as required by the Air Force Civil Engineering Center. These programs could include work in various government installations in the United States, at various overseas government locations, at government territorial possessions, at Defense Logistics Agency fuel facilities worldwide, and at other worldwide locations of interest to the government that could include contingency operation, remote, austere and/or hostile locations. Work is expected to be complete by April 2021. This award is the result of a qualifications-based selection process in accordance with FAR 36.6 and the Brooks Act, Public Law 92-582 electronically through Federal Business Opportunities and 37 offers were received. Fiscal 2014 funds from a variety of types (Environmental Restoration Account/Environmental Compliance, Base Realignment and Closure, MFH, and operations and maintenance) in the amount of $3,000 are being obligated for the first task order for each of the contractors. 722 ESS/PKB, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.

NAVY

Baldi Bros. Inc.,* Beaumont, Calif. (N62473-14-D-0043); Coffman Specialties Inc., San Diego, Calif. (N62473-14-D-0044); Flatiron West Inc., San Marcos, Calif. (N62473-14-D-0045); Granite Construction Co., Watsonville, Calif. (N62473-14-D-0046); Kiewit Infrastructure West, Co., Vancouver, Wash. (N62473-14-D-0047); and Reyes Construction Inc., Pomona, Calif. (N62473-14-D-0048); are each being awarded a firm-fixed-price, indefinite-600px-US-DeptOfNavy-Seal.svgdelivery/indefinite-quantity multiple-award construction contract for airfield paving and heavy duty paving projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. Types of projects may include, but are not limited to: paving of airfield runway, taxiway, apron, and support areas for aircraft; and heavy duty paving of areas intended for heavy military and other heavy operational vehicles and equipment. No task orders are being issued at this time. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent), Arizona (16 percent), Nevada (1 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of April 2019. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $30,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with FAR 52.219-4 and one reserve for small business via the Navy Electronic Commerce Online website with 20 proposals received. The reserve was met by award to Baldi Bros. Inc. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BCF Solutions Inc., Arlington, Va. (N65236-14-D-4151); Booz Allen Hamilton Inc., McLean, Va. (N65236-14-D-4152); Bowhead Science and Technology LLC, Alexandria, Va. (N65236-14-D-4153); CommIT Enterprises Inc.,* Hughesville, Md. (N65236-14-D-4154); Deloitte Consulting LLP, Alexandria, Va. (N65236-14-D-4155); TASC Inc., Andover, Mass. (N65236-14-D-4156); and Whitney, Bradley and Brown Inc., Reston, Va. (N65236-14-D-4157), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, with provisions for cost-plus-fixed-fee task orders, performance based multiple award contract. The cumulative, estimated ceiling value of the base year is $83,333,333. The contracts are for the procurement of program management and financial management support services including non-inherently governmental services to perform analyses and research. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $250,000,000. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed worldwide. Work is expected to be completed by April 2015. If all options are exercised, work could continue until April 2017. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the seven 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 via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 12 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

iRobot Corp., Bedford, Mass., is being awarded a $59,220,496 modification to previously awarded contract (N00174-11-D-0013) for the procurement of Man Transportable Robotic System (MTRS) production systems, depot level repair parts, spare kits, depot repair services, parts supply, training, engineering enhancements, configuration management, and approved accessories. The MTRS is a small robotic vehicle used by explosive ordnance disposal technicians to conduct remote reconnaissance, render safe, and/or dispose of explosive devices. Work will be performed in Bedford, Mass., and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance, Army and fiscal 2014 operations and maintenance, Navy contract funds in the amount of $720,500 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Whitman, Requardt & Associates LLP, Baltimore, Md., is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with for multi-discipline architect-engineering services in support of projects primarily in New Jersey, New York, and Pennsylvania. The work to be performed provides for the following engineering and design services, but is not limited to building construction and addition of special projects and military construction facilities, general building renovation work, development of design-bid-build packages, development of design-build request for proposal packages, conducting life safety code studies, interior space planning/design studies, engineering and design site work, paving, landscaping, communications, fire protection, energy conservation systems, utilities and facility planning. Task order 0001 is being awarded at $157,886 for survey of sanitary and storm drain systems in Building 77L at the Philadelphia Navy Yard, Philadelphia, Pa. Work for this task order is expected to be completed by August 2014. All work will be performed at various Navy and Marine Corps facilities and other government facilities throughout the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility including, but not limited to, New Jersey (34 percent), New York (33 percent), and Pennsylvania (33 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2019. Fiscal 2014 Navy working capital fund contract funds in the amount of $157,886 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance, Navy. This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic Northeast, Integrated Product Team, Norfolk, Va., is the contracting activity (N40085-14-D-5205).

Insitu Inc., Bingen, Wash., is being awarded $10,222,289 for firm-fixed-price delivery order 0015 against a previously issued basic ordering agreement (N00019-12-G-0008) for interim contractor services in support of the RQ-21A Unmanned Aircraft System, including all requirements necessary to support the system at the organizational level during planned and surge flight operations. Services include integrated logistics support, program planning and management support, field service technical support, data reporting, and hardware to maintain the RQ-21 production configuration during initial fielding. Work will be performed at Marine Corps Air Station, Cherry Point, N.C. (80 percent) and Bingen, Wash. (20 percent), and is expected to be completed in April 2015. Fiscal 2014 procurement, Marine Corps funds in the amount of $10,222,289 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 LOGISTICS AGENCY

Golden Manufacturing Co., Inc.,* Golden, Miss., has been awarded a maximum $54,873,720 modification (P00102) exercising the first option period on a one-year base contract (SPM1C1-13-D-1047) with four one-year option periods for various Permethrin Army combat uniform coats. This is a firm-fixed-price contract. Locations of performance are Mississippi and Georgia with an April 16, 2015 performance completion date. Using military serviceDefense_Logistics_Agency is Army. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded April 9, 2014)

Dental Health Products,* New Franken, Wis., has been awarded a maximum $38,436,832 modification (P00002) exercising the second option period on a one-year base contract (SPM2DE-12-D-7459) with four one-year option periods for distribution of general dental supplies. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Wisconsin with an April 27, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa

MedImmune Biologics Inc., Gaithersburg, Md., has been awarded a maximum $23,274,000 modification (P00101) exercising the first option period on a one-year base contract (SPM2D0-13-D-0006) with one one-year option period for intranasal influenza vaccine spray. This is a firm-fixed-price contract. Locations of performance are Maryland and Pennsylvania with a June 26, 2015 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Department of the ArmyAllison Transmission Inc., Indianapolis, Ind., was awarded a $51,444,025 modification (P00026) to multi-year contract W56HZV-08-D-0159 to acquire 99 X1100-3B transmissions for M1A2 Abrams tanks. Work will be performed in Indianapolis, Ind. Estimated completion date is Sept. 30, 2015. Fiscal 2013 other procurement funds in the amount of $11,349,458 were obligated at the time of the award. Army Contracting Command, Warren, Mich., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

LEIDOS, Reston, Va., is being awarded a $7,294,064 modification (18) to firm-fixed-price contract (HQ0034-11-F-0080) to provide mission support services for court room and case preparation. Services required are linguistic, translation, transcription support, court reporters, and expert witnesses for commission hearings. Work will be performed in Washington, D.C., with an expected completion date of April 14, 2016. Fiscal 2014 operations and maintenance funds in the amount of $7,294,064 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with one proposal received. Washington Headquarters Services, Arlington, Va., is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

 

 


PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

SOURCE:  Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC) 

NOTE:  all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org

FedBizOpps – Procurements

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

R — MULTI MEDIA URDU SERVICE BBG50-Q-14-0009JR 042314 CHARLES B HILL, CONTRACTING OFFICER,Broadcasting Board of Governors Phone 202.382.7846, Email chill@bbg.gov – LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov ;bsp;                                                       Solicitation for a South Asia
URDU Service (Multiple Positions)
Non Personal Contract
Broadcasting Board of Governors
BBG50-Q-14-0009JR

PRODUCER/HOST:BBG50-Q-14-0009JRA
TRANSLATOR/ADAPTOR:BBG50-Q-14-0009JRB
TV SHOOTER/VIDEOGRAPHER/EDTITOR:BBG50-Q-14-0009JRC

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 (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. The Government intends to award one Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Graphic Design services as described in further detail below for the IBB/Creative Services Branch in Washington D.C. see attachment A. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

SAM: 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).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 541840 and 51930 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.

Period of Performance:
Base: 05/01/2014 – 04/30/2015

Contract Type:
Firm- Fixed Price

Time of Performance:
VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The Contracting Officer Representative will make the determination at the time of award.

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.

*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Applicable Provisions: See Attached

Proposal Submission:
Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.

1. A Price Proposal that states the Offeror’s proposed annual Total Price to include time off if needed that will be negotiated with the BBG.

2. Technical Proposal (Resume) that states in detail the Offeror’s experience, qualifications and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed. Please see the attached Statement of Work (SOW) to address qualification factors in section 7.

3. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or visa.

4. References (three professional)

5. Copy of active CCR Registration in SAM. https://www.sam.gov ( a pending registration does not constitute an active registration)

6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.

To ensure consideration for the intended position, please reference the solicitation number and title of the Statement of Work on your proposal.

Proposal must be submitted electronically to chill@bbg.gov. The due date is April 18, 2014 at 12PM EST. All proposals as well as inquiries should be sent electronically to J.R. Hill @ chill@bbg.gov
All questions and inquiries must be submitted by 04/16/2014 12pm. Replies will be posted on 04/17/2014.

Contracting Office Address:
300 C St. SW
Switzer Bldg. Rm. 4300
Washington DC 20237
United States

52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Agreement 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:

EVALUATION FACTORS

(The following factors are used to determine the competitive ranking of qualified potential contractors in comparison to other contractors. The factors are listed in priority order from highest to least.).

Factor #1 – Technical ability to include work experience, education and specialized training

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award
The procurement is being conducted under FAR Part 13. 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 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 multiple awards 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.

Set-Aside: Total Small Business Place of Performance: Voice of America Headquarters Building 330 Independence Ave, SW Cohen Building WASHINGTON, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0009JR/listing.html

OutreachSystems Article Number: 140419/PROCURE/0066 Matching Key Words: naics!711510;

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 — MULTI MEDIA URDU SERVICE BBG51-Q-14-0002JR 042414 CHARLES B HILL, cONTRACTING oFFICER, Phone 202.382.7846, Email chill@bbg.gov – LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov Solicitation URDU Service
Personal Service Contract
Broadcasting Board of Governors
BBG51-Q-14-0002JR

REPORTER/PRODUCER:BBG51-Q-14-0002JRA
SHOOTER/VIEOGRAPHER:BBG51-Q-14-0002JRB

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 (RFP) to establish Personal Services Contract. There will be a guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized task orders placed against the resulting Personal Services Contract. The Government intends to award one Personal Services Contract; however, the Government reserves the right not to award any Personal Services Contract. Any resultant Personal Services Contract will be for one year with one option year.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Personal Services Contract for Multimedia services as described in further detail below for the South Asia Division (Urdu Services) in Washington D.C. see attachment A. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

SAM: 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).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 541840 and 51930 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.

Period of Performance:
Base: 05/01/2014 – 04/30/2015
One Option Year: 05/01/2015 – 04/30/2016

Contract Type:
Firm- Fixed Price (IDIQ)

Time of Performance:
VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The program manager will make determination at the time of award.

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.
*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Applicable Provisions: See Attached

Proposal Submission:

Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.

1. A Price Proposal that states the Offeror’s proposed annual Total Price based on a 2,080 hours work-year that will be negotiated with the BBG.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed. Please see the attached Statement of Work (SOW) to address qualification factors in section 7.

3. Copy of US Citizenship, work permit, photo ID and/or visa.

4. References (three)

5. Copy of active CCR Registration in SAM. https://www.sam.gov (a pending registration does not constitute an active registration)

6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.

To ensure consideration for the intended position, please reference the solicitation number and title of the Statement of Work on your proposal.
Proposal must be submitted electronically to chill@bbg.gov. The due date is Wednesday, April 24, 2014 at 12PM EST. All proposals as well as inquiries should be sent electronically to J.R. Hill @ chill@bbg.gov

Contracting Office Address:
300 C St. SW
Switzer Bldg. Rm. 4300
Washington DC 20237
United States

Primary Point of Contact:
Contracting Officer
J.R. Hill
chill@bbg.gov
202.382.7846

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a 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:

EVALUATION FACTORS
(Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.).

Factor #1 – Technical ability to include work experience, education and specialized training

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award

The procurement is being conducted under FAR Part 13. 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 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.

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave SW Cohen Building South/Central Division Urdu Service WASHINGTON, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG51-Q-14-0002JR/listing.html

OutreachSystems Article Number: 140419/PROCURE/0067 Matching Key Words: naics!711510;

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

R — Reporter for Voice of America – English to Africa BBG50-R-14-0020 050514 Myria Carpenter, 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 WITHBroadcasting Board of Governors 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-14-0020 is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072, dated January 30, 2014.

(iv) This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510.

(v) The contractor shall provide a Firm Fixed Price proposal for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding multiple Non-Personal Services Purchase Orders with Independent Contractors for Radio, Television and Multimedia services as described in the attached Statement of Works (SOW). The Offerors selected for an award must be able to successfully pass a BBG security investigation. Offerors may submit for more than one Statement of Work, however they must submit an individual proposal i.e. technical and price for each Statement of Work.

(vii) The Government anticipates making multiple award under this Solicitation on/or about on June 1, 2014 and no later than September 30, 2014. The Base Period of award will be three (3) months and the subsequent Option Periods, if exercised, will follow sequentially for a total contract duration not to exceed twelve (12) months.   The Contractor shall submit a monthly invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instructions 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 their ability and experience in providing the required services.

Offeror’s minimum qualifications shall include but not be limited to:
1) Offeror’s Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training necessary to provide the required services under this solicitation. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language; The Offeror must be able to demonstrate the ability to perform at an international broadcast standard level.

2) Experience – The Offeror shall demonstrate experience in providing the required services under this solicitation to Governmental and/or commercial customers.

INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). The Price Proposal must contain a copy of Attachment A entitled “Price Schedule” which must be filled out by the interested contractor as well as either a copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.

(ix) The Government will award Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Orders resulting from this RFP to the responsible offerors whose offer conforming to the RFP will provide the best value to the Government, based on technical, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. THE FOLLOWING EVALUATION AND PAST PERFORMANCE FACTORS LISTED IN ORDER OF IMPORTANCE MUST   BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ PROPOSALS: 1)   A narrative detailing the approach that they will take to meet the requirement. The offeror must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The offeror must submit a brief description of its company’s business and provide a company point of contact including address, e-mail address, telephone number, fax number and if applicable, the company’s web-page address. (Technical Approach); 2) Recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience)   3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) 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 may not be evaluated favorably or unfavorably on past performance. Offerors shall use Attachment B – Past Performance References to submit their past performance references. (Past Performance) and 4) A Separate Price Proposal showing a price breakdown for the services under solicitation. The prices shall be provided in United States dollars. The Price Proposal must contain Attachment A entitled “Service and Price Schedule” which must be filled out by the offeror.    Offerors are cautioned that failure to address each of the above evaluation 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 which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO AWARD.

(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:
I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (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. (End of Clause)

II. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to unilaterally exercise the options in Attachment A entitled “Price Schedule.” The Parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise.

In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable.   Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered   by the Contractor to BBG hereunder. (End of Clause)

III. AVAILABILITY OF FUNDS

Funds are not presently available for performance under this contract beyond the Base Period. 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 the Base Period, 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)

(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; 52.219-6 Notice of Total Small Business Set-Aside (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program 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 (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); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (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: 52.217-9 Option to Extend the Term of the Contract.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted . Please note that questions must be submitted in writing to Myria Carpenter by email (mecarpen@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Daylight Time on April 25, 2014. Technical Proposals shall be submitted as an original and three (3) copies and Price Proposals shall be submitted as an original and one (1) copy. All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 on May 5, 2014 , at 12:00PM, Eastern Daylight Time.

(xvi) Contact: Myria Carpenter, Contracting Officer, email: mecarpen@bbg.gov.

All responsible sources may submit an offer that will be considered by the Agency.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0020/listing.html

OutreachSystems Article Number: 140419/PROCURE/0068 Matching Key Words: naics!711510;

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 — REPORTER/ANCHOR/PRODUCER BBG39-Q-14-PERSIAN-023 050214 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: REPORTER/ANCHOR/PRODUCER – VOA PERSIAN -New York, NY and LOS ANGELES, CA
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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-14-PERSIAN-022 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.
(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of five (5) months from May 12, 2014 through October 31, 2014 with one (1) option period of seven (7) months from November 1, 2014 -
May 11, 2015. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Reporter/Anchor/Producer services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) from Los Angeles, CA. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start May 7, 2014 through October 31, 2014 with options to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of 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 quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price (best value).

1) Technical – Must be bilingual, Fluent in Farsi and English; sound news judgement; excellent written communication; good oral communication, with an authorative voice; confidence in front of a camera and an “on air ” presence; essential mutimedia skills, social media and mobile platform skills; web skills are absolutlely essential; must be able to write for the web and how to post content online; the understanding of developng a story on the web is a must; video/photo skills; ability to do visual storytelling; to craft a story for television; an understanding of appropriate technical equipment and revelant editing software.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; 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 may not be evaluated favorably or unfavorably on past performance, and 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 may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.

(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 (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.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition 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; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program 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 (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); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (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: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on April 22, 2014. Responses to questions will be posted to FedbizOps by COB April 25, 2014.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on May 1, 2014.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

TITILE: REPORTER/ANCHOR/PRODUCER – VOA PERSIAN -New York, NY and LOS ANGELES, CA

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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-14-PERSIAN-022 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.
(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of seven (7) months from May 6, 2014 through October 31, 2014 with one (1) option period of five (5) months from November 1, 2014 – May 5, 2015. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Reporter/Anchor/Producer services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) from Los Angeles, CA. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start May 12, 2014 through October 31, 2014 with options to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of 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 quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price (best value).

1) Technical – Must be bilingual Persian/English speaker able to write clearly and accurately; Must possess excellent interview and conversational writing skills; Compelling story-teller; Shooting and editing experience; Able to create personalized stories; comprehensive understanding of international news and knowledge of domestic Iranian news and social trends; ability to generate daily and enterprise story ideas; able to produce and post content to our websites; able to use social media outlets to engage viewers; must be able to work well under pressure; strong initiative and attention to detail is required; able to develop Word documents and Excel spreadsheets without assistance. Bachelor’s degree in Journalism or related area is preferred.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; 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 may not be evaluated favorably or unfavorably on past performance, and 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 may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.

(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 (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.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition 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; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program 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 (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); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (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: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on April 22, 2014. Responses to questions will be posted to FedbizOps by COB April 25, 2014.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on May 1, 2014.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: Pace of Performance will be from New York, NY and Los Angeles, CA and surrounding areas. US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-023/listing.html

OutreachSystems Article Number: 140418/PROCURE/0092 Matching Key Words: naics!711510;

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

R–SOURCES SOUGHT W911SD1486386 042214 Gina Blum, 845-938-5858 MICC – West Point SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from small businesses capable of performing the requiredDepartment of the Army services.
THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close Tuesday, April 22, 2014 at 1100 AM EST. The Mission and Installation Contracting Command at West Point, NY, has an anticipated requirement for specialized lighting design services. Services will be performed on 3 days between June and September of 2014.
Scope of work consists of, but is not limited to: 1. Lead Lighting Director must have at least 20 years of documented professional experience in TV and live event lighting production. TV credits should include major broadcast network experience and include live broadcast shows and shows with live musical performance segments. Two letters of reference are required for vendors who have not worked with the United States Military Academy (USMA) Band on prior engagements. 2. Emmy award winning lighting honors are desired, at minimum, a nomination for this category required. 3. Must be able to setup and program an Electronic Theatre Controls SmartFade 1296 lighting control module and 20 ETC Selador Desire D40XT Lustr lighting fixtures. 4. Experience lighting outdoor events for broadcast is required. This can include sporting events or live broadcast shows.
Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 541490 with a Small Business Size Standard of $7M. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length) clearly demonstrating the firm’s ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following:
1. Title of the requirement, Company Name, Address, and POC.
2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc.
3. Prior/current experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein.
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/7725e3d90bc0c8707e7e30a7ff63a017

OutreachSystems Article Number: 140418/PROCURE/0544 Matching Key Words: broadcast*; event?; program?;

Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902 Bethesda MD 20892-7902

dept of health and human servicesR — Oral Health Care Expenditures and Utilization, 1990-2010 HHS-NIH-NHLBI-SBSS-2014-112-RSF 050114 Rashida S. Ferebee, Contracting Officer, Phone 3014352605, Email ferebeers@nhlbi.nih.gov 1. Introduction:

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 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

2. Understanding the Requirement

a. Mission and Background:
The National Institute of Dental and Craniofacial Research (NIDCR) is the federal government’s lead agency for scientific research on oral, dental and craniofacial health and disease. NIDCR is one of the National Institutes of Health (NIH) in the U.S. Department of Health and Human Services. The mission of NIDCR is to improve oral, dental and craniofacial health through research and research training, and by sharing science-based health information with the public and health care professionals.

b. Purpose and Objectives
This acquisition is for consulting services to conduct research about economic factors relevant to oral health care in the United States during a twenty year period. The leadership of NIDCR wishes to include oral health economic data in establishing research priorities, in assessing the value of NIDCR funded research, and in communicating the value of NIDCR funded programs and projects to a variety of stakeholders. A seminal paper commissioned by NIDCR and published in the 1990s about the utilization of dental services needs to be updated. Increases in the availability of data about oral health treatment and improvements in econometric methods make it timely to conduct this research now.

The objectives for consulting services follow:
• Systematic review and synthesis of published papers about the economic burden and consequences of dental, oral, and craniofacial diseases and conditions;
• Articulation of research questions relevant to the mission of NIDCR;
• Identification of existing sources of oral health data relevant to the research questions;
• Development of a statistical model for oral health economic research that includes treatment costs and expenses, healthcare utilization, quality of life, consumer health and behavior, and results from NIDCR-funded research;
• Data collection, analysis, and reporting consistent with the research questions and statistical model.

c. Scope of Work
Task 1 Review and Synthesis: The contractor shall review and synthesize peer-reviewed, published papers about the economic burden and consequences of dental, oral, and craniofacial diseases and conditions.

Task 2 The Development of Research Questions: Beginning with the preliminary set of research questions developed by NIDCR, the contractor shall develop, refine, and operationalize a set of research questions. The contractor shall recommend the modification or deletion of one or more of the preliminary questions or the addition of new questions.

Task 3 Development of a Statistical Model: The contractor shall develop a statistical model that includes healthcare costs and utilization, quality of life, consumer health and behavior, advances in oral health research, and environmental factors.

Task 4 Data Collection, Analysis, and Reporting: The contractor shall collect and analyze data consistent with the statistical model and the specified research questions.
Task 5 Reports of Findings: the contractor shall conduct oral briefings and prepare written reports. Oral briefings and written summaries, technical in nature, are required for Tasks 1, 2, and 3. An oral briefing with data summaries is required for Task 4. A final written report of publishable quality describing methods, results, and conclusions from Tasks 1, 2, 3, and 4 is required. Raw data must be submitted electronically to NIDCR upon completion of the project.
Additional Requirements
• The contractor shall utilize an interdisciplinary approach, as expertise in dentistry, oral health research, health economics, and statistical modeling and analysis is required.

• The contractor shall work under the direction of the NIDCR Project Officer and with oversight by a trans-NIH ad hoc advisory committee on oral health economics. A single Project Director or Principal Investigator will be named to lead the project and meet by telephone with the NIDCR Project Officer weekly.

d. Anticipated Period of Performance

The proposed period of performance will be twelve (12) months from date of contract award.

e. Other Important Considerations:

• Respondents shall provide a Capability Statement format similar to the Capability Statement/Information Sought (i-viii) below.

f. Capability Statement Information Sought:

• The respondents’ DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the North American Industry Classification System (NAICS) code: 541611 Administrative Management and General Management Consulting Services, small business size standard is $14.0M.

• Respondents must provide, as part of their responses, both a capability statement, “white paper” addressing the overall project concept and insight as well as answers to the specific questions/issues below:

i. Respondents’ opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;

ii. Brief overview of services provided (core capabilities);

iii. Information regarding respondents’: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information;

iv. Identify potential technical solutions as both custom and commercial off the shelf products that may be configured to provide the functions described in the PWS.

v. Briefly describe other relevant experience your organization has related to the scope of this requirement;

vi. Contracts of similar size, scope, scale, and complexity to these requirements that are or were held with the Federal Government;

vii. Vehicles and contracts held (vehicle, agency, expiration date), including GSA Federal Supply Schedule contracts or other Government wide Acquisition Contracts (GWACs) vehicles (i.e. NITAAC, NASA SEWP etc.); and

viii. Any other information that may be helpful in developing or finalizing the OPDIV’s acquisition requirements.

g. Information Submission Instructions

All capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Rashida Ferebee, Contract Specialist, at lferebeers@nhlbi.nih.gov in either MS Word or Adobe Portable Document Format (PDF), by May 1, 2014 12:00PM, EST. All responses must be received by the specified due date and time in order to be considered. Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner.

h. 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 technicalinformation in any resultant solicitation(s).

Place of Performance: NIH/NIDCR Bethesda, MD 20892 US URL: https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-SBSS-2014-112-RSF/listing.html

OutreachSystems Article Number: 140418/PROCURE/0546 Matching Key Words: writ*; technical; standard;

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 QRP14-0006 042514 Bridgette Caico, Sales Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, QRP Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuingDepartment of the Army an invitation for non-exclusive sale of scrap ammunition containers. This is a 1 time sale.
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 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: 309 Frazier Rd bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0006/listing.html

OutreachSystems Article Number: 140419/SURPLUS/0682 Matching Key Words: state!ky;

USABID State and Local Purchases

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 – Cooper Chapel Road Section I Widening Project SOL IFB-3223-0-2014/TB Cooper Chapel Road Section I Widening Project Due Date: 5/13/2014 3:00 PM Eastern Contact: Teresa Burton For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140420/BID/0038 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 – Property Loss Assessment/Claim Adjusting Services RFP : 1400000 SOL Property Loss Assessment/Claim Adjusting Services RFP : 1400000350 Office Of The Controller Published On : 4/17/14 Amended On : Closing On : 5/15/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140419/BID/0001 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 – University of Kentucky Domestic Trademark Licensing AgencyAddend SOL UK-1356-14 University of Kentucky Domestic Trademark Licensing AgencyAddendum #1 Addendum #2Attachment #1Attachment #2 Due Date: 5-2-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140418/BID/0327 Matching Key Words: age:state!ky; state!ky;

Other Federal Procurements (Small)

FedBizOpps Grants http://www.grants.gov/web/grants/search-grants.html Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

99 — Publishing Historical Records in Documentary Editions SOL EDITIONS-201412 Due Date: 12/04/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140418/SMALL/8436 Matching Key Words: documentar*;

FedBizOpps Grants http://www.grants.gov/web/grants/search-grants.html Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

99 — Publishing Historical Records in Documentary Editions SOL EDITIONS-201408 Due Date: 08/27/2014 For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140418/SMALL/8437 Matching Key Words: documentar*;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

 


PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

United_States_Department_of_Defense_Seal.svg

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $30,891,282 modification to previously awarded contract (N00024 13 C-5409) for MK 698 test sets with Evolved Seasparrow Missile and Standard Missile test capability, upgrade kits, installation kits, repair tool kits, associated spares and technical support. This contract600px-US-DeptOfNavy-Seal.svg includes Foreign Military Sales to Australia and the Netherlands (100 percent). Work will be performed in Tucson, Arizona (86 percent), Australia (10 percent), and the Netherlands (4 percent), and is expected to be completed by December 2016. Fiscal 2013 other procurement, Navy, FMS and Evolved Seasparrow Missile Consortium funding in the amount of $22,515,282 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $30,801,080 undefinitized contract action as a modification to previously awarded contract (N00024-10-C-4308) for USS Stout (DDG 55) fiscal 2014 selected restricted availability (SRA). An SRA 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, Virginia, and is expected to be completed by October 2014. Fiscal 2014 operations & maintenance, Navy and fiscal 2014 other procurement, Navy funds in the amount of $22,463,961 are being obligated at time of award. Funds in the amount of $21,496,875 will expire at the end of the current fiscal year. The Norfolk Ship Support Activity, Norfolk, Virginia, is the administrative contracting activity.

BAE Systems Land & Armaments, Santa Clara, California (M67854-14-C-0001), and Science Applications International Corp., McLean, Virginia (M67854-14-C-0002), are each being awarded firm-fixed-price contracts for the design and development services to improve the force protection of the Marine Corps Legacy Assault Amphibious Vehicle Personnel Carrier Variant Platform. The initial award value for both contracts is $27,796,449. These contracts include options which, if exercised, would bring the cumulative estimated value to between $163,516,104 and $205,966,570 based on the contract selected for the down select option award. Work under contract M67854-14-C-0001 will be performed in York, Pennsylvania (65 percent); Santa Clara, California (30 percent); Aiken, South Carolina (4 percent); Sterling Heights, Michigan (1 percent). Work under contract M67854-14-C-0002 will be performed in Charleston, South Carolina (24 percent); Ontario, Canada (20 percent); Langley, British Columbia, Canada (15 percent); Lansing Charter Township, Michigan (7 percent); Oceanside, California (7 percent); Sterling Heights, Michigan (5 percent); Columbus, Indiana (4 percent); McLean, Virginia (3 percent); Plymouth Township, Michigan (2 percent); Benton, Arkansas (2 percent); Detroit, Michigan (2 percent); Minneapolis, Minnesota (2 percent); Chandler, Arizona (2 percent); San Diego, California (1 percent); Baltimore, Maryland (1 percent); various other locations less the one percent (3 percent). Work is expected to be completed February 2015. If all options are exercised, work for this contract is expected to be completed by September 2019. Fiscal 2013 and 2014 research, development, test and evaluation contract funds in the amount of $27,796,449 will be obligated at the time of award. Contract funds in the amount of $8,079,085 expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyGaithersburg Farmers Supply Inc.,* Gaithersburg, Maryland, has been added to a series of multiple award contracts with an aggregate estimated $87,500,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type agricultural equipment. This contract is being issued against solicitation SPM8EC-11-R-0008. Four contracts have previously been issued against this solicitation. This contract was a competitive acquisition with nine offers received and it is anticipated that a minimum of five awards will be made. This contract is for a term of five years and is for a portion of the total estimated $87,500,000. Locations of performance are Maryland, North Dakota, Kansas, Italy, Wisconsin, United Kingdom, France, Georgia, Japan, Korea, and Arkansas with a May 8, 2019 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-14-D-0017).

Burlington Apparel, Greensboro, North Carolina, has been awarded a maximum $19,500,000 modification (P00100) exercising the first option period on a one-year base contract (SPM1C1-13-D-1052) with four one-year option periods. This is a fixed-price with economic-price-adjustment contract for Army poly/wool cloth. Location of performance is North Carolina with a May 12, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Burlington Apparel, Greensboro, North Carolina, has been awarded a maximum $13,633,200 modification (P00100) exercising the first option period on a one-year base contract (SPM1C1-13-D-1051) with four one-year option periods. This is a fixed-price with economic-price-adjustment contract for Army poly/wool cloth. Location of performance is North Carolina with a May 12, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Northrop Grumman Enterprise Management Services, Herndon, Virginia was awarded a $24,997,000 firm-fixed-price contract to continue key and essential logistics service support requirements at the Joint Readiness Training Center, Ft. Polk, Louisiana with an expected completion date of March 14, 2014. One bid was solicited andDepartment of the Army one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $2,000,000 are being obligated at the time of the award. Army Contracting Command, Ft. Polk, Louisiana is the contracting activity (W9124E-14-C-0003).

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgWeldin Construction, LLC, Palmer, Alaska, has been awarded a maximum $10,000,000 modification (P00010) to firm-fixed-price, indefinite-delivery/indefinite-quantity contract (FA5000-10-D-0023) to exercise the fifth option year for Simplified Acquisition of Base Engineer Requirements for a broad range of maintenance, repair, and minor construction work. Work will be performed at Joint Base Elmendorf-Richardson, Alaska, and is expected to be completed by May 9, 2015. Funds will be obligated on individual task orders. The 673d Contracting Squadron, Joint Base Elmendorf Richardson, Alaska, is the contracting activity.

L-3 Communications Integrated Systems, Waco, Texas, has been awarded a $7,621,505 modification (P00012) to FA8625-13-C-6597 for C-27J Australia foreign military continental United States spares support. The contract modification incorporates CONUS Spares Support functions for the Australian C-27J spares warehousing, packing, handling, shipping, transportation and item unique identification. The work will be performed at Waco, Texas, and is expected to be completed by November 2017. This modification is 100 percent FMS for Australia. Air Force Life Cycle Management Center/WLJK, (C-27J Australia FMS), Wright-Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

General Atomics, San Diego, California, is being awarded an undefinitized contract action with a not-to-exceed value of $26,607,250 for the procurement of Advanced Arresting Gear and Electromagnetic Aircraft Launch System600px-US-DeptOfNavy-Seal.svg long-lead time materials in support of the CVN 79 full production. Work will be performed in San Diego, California, (47 percent); Mankato, Minnesota, (35 percent); Spring Grove, Illinois, (16 percent), and Detroit, Michigan, (2 percent), and is expected to be completed in January 2017. Fiscal 2013 ship conversion,  Navy funds in the amount of $15,382,408 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0037).

Lockheed Martin Corp., Mission Systems & Training, Owego, New York, is being awarded a $15,590,000 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0031) for the upgrade and overhaul of 12 P-3C aircraft for the Government of Taiwan under the Foreign Military Sales program. Work will be performed in Greenville, South Carolina, (66 percent); Owego, New York, (28 percent); and Marietta, Georgia, (6 percent), and is expected to be completed in August 2015. Foreign Military Sales funds in the amount of $15,590,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $7,920,664 firm-fixed-price delivery order (#4007) against a previously awarded basic ordering agreement (N00019-14-G-0004) for Aircraft Mine Counter Measure Removable Mission Equipment B Kits in support of the MH-60S aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in April 2016. Fiscal 2012 and 2013 aircraft procurement, Navy contract funds in the amount of $7,920,664 will be obligated at time of award, $4,300,564 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

IDSC Holdings, LLC., Kenosha, Wisconsin, is being awarded a not-to-exceed $6,857,381 firm-fixed-price contract for the procurement of hand tools and toolboxes for Low Rate Initial Production 7, in support of the Joint Strike Fighter F35 Tool Control program. Work will be performed in Kenosha, Wisconsin, and is expected to be completed in May 2015. Fiscal 2012 and 2014 aircraft procurement and operations and maintenance, Navy, and fiscal 2012 aircraft procurement, Air Force funds in the amount of $6,857,381 are being obligated at time of award, $756,572 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, New Jersey, is the contracting activity (N68335-14-C-0188).

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyVeyance Technologies, Inc., Fairlawn, Ohio, has been awarded a maximum $67,113,566 firm-fixed-price contract for vehicle track shoe assemblies. This is a one-year base contract with no option periods. This is a sole-source acquisition. Location of performance is Ohio, with an Oct. 7, 2015 performance completion date. Using service is Army. Type of appropriation is fiscal year 2015 through fiscal year 2016 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan, (SPRDL1-14-C-0052).

Treen Box & Pallet Corp.,* Bensalem, Pennsylvania, (SPM8EF-12-D-0003/P00106); Cutter Lumber Products,* Livermore, California, (SPM8EF-12-D-0004/P00107) have each been awarded modifications exercising the first option period on fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contracts to provide wooden pallets. These contract actions have a maximum value of $48,000,000. Locations of performance are Pennsylvania and California with a Jun. 8, 2015 performance completion date. Using services are federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Allied Joint Venture,** Miami Lakes, Florida, has been awarded a maximum $20,000,000 modification (P00047) exercising the second option period on a twenty-month base contract (SPM2DS-11-D-0001) with two twenty-month option periods. This is a firm-fixed-price contract for delivery of various medical, dental, hospital, and surgical supplies. Location of performance is Florida with a Feb. 16, 2016 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

CORRECTION: The contract announced on May 1, 2014 for Foster Fuels Inc.,* Brookneal, Virginia (SP0600-14-D-4005) was announced with an incorrect award amount and award date. The correct amount awarded is $853,187,052 and the award was made on May 6, 2014.

ARMY

ALCOA Automotive Indiana Assembly and Fabricating*, Auburn, Indiana, was awarded a $39,359,234 firm-fixed-price, contract for 800 firing platforms to support M119A3 howitzer modernization. Funding and performance location will be determined with each order. Estimated completion date is May 7, 2019. Bids were solicited via the Internet, with three received. Army Contracting Command, Picatinny Arsenal, New Jersey, is theDepartment of the Army contracting activity (W15QKN-14-D-0040).

Georgia Power Company, Atlanta, Georgia, was awarded an $11,169,322 modification (P00052) to firm-fixed-price contract W91249-06-F-0207 exercising option year eight for electrical services for Fort Gordon, Georgia. The period of performance begins Jan. 1, 2015 and runs through Dec. 31, 2015. Fiscal 2015 operations and maintenance, Army appropriations will be paid on a reimbursable basis. Army Contracting Command, Fort Gordon, Georgia, is the contracting activity.

Alatec, Inc.*, Huntsville, Alabama, was awarded a $7,689,231 modification (P00002) to firm-fixed-price contract W9124Q-13-D-0003 for analytic mission support services to the U.S. Army Training and Doctrine Command Analysis Center at White Sands Missile Range, New Mexico. Funding and performance location will be determined with each order. Estimated completion date is May 31, 2015. Army Contracting Command, White Sands Missile Range, New Mexico, is the contracting activity.

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgLockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $508,945,073 fixed-price modification (FA8625-07-C-6471 P00201) for C-5 Reliability Enhancement and Re-engining Program. The contract modification is for incorporation of the C-5 RERP Lot 7 Material and Fabrication effort. Fiscal 2014 aircraft procurement funds in the amount of $508,945,073 are being obligated at time of award. Work will be performed at Marietta, Georgia, and is expected to be completed by May 2018. Air Force Life Cycle Management Center/WLSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

BAE Systems Technology Solutions & Service, Rockville, Maryland, has been awarded a $139,963,796 firm-fixed-price contract for 134 aircraft with the KF-16 upgrade capabilities. This award is for initial development and long lead production for the program. The full program will be added in to this undefinitized contract action in fourth quarter 2014, and a modification will be done at that time to increase the scope of work to the full program. Work will be performed at Ft. Worth, Texas, and the first upgraded KF-16 aircraft are scheduled for delivery starting 2019. The contract is 100 percent foreign military sales for the government of Korea. Procurement funds in the amount of $68,582,260 are being obligated on this award. Air Force Life Cycle Management Center/WWMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-14-C-6023).

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $20,545,422 delivery order (0265) on the SENSIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole-source contract (HC1047-05-D-4000) for Foreign Military Sales Electronic Warfare Sensor Systems. SENSIAC will support FMS and their customers in centralizing technical, engineering, and analytical support of all EW sensor systems, improving the hardware and software capabilities of EW sensor systems, and improving expendable countermeasures technologies. The work will be performed at Atlanta, Georgia, and work is expected to be complete by Dec. 6, 2015. This contract is 100 percent foreign military sales for Taiwan. Fiscal 2014 research, development, test and evaluation FMS funds of $8,010,000 are being obligated at time of award. Air Force Installation Contracting Command/KD, Offutt Air Force Base, Nebraska, is the contracting activity.

NAVY

Global Technical Systems Inc.*, Virginia Beach, Virginia, is being awarded an $84,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of the Common Processing System (CPS), spares and associated engineering services. The CPS is a computer processing system based on an open architecture design. CPS600px-US-DeptOfNavy-Seal.svg consists of the CPS enclosure assembly and three subsystems: the processing subsystem, the storage/extraction subsystem, and the input/output subsystem. It is intended to support the computer requirements of various Navy combat systems. This contract will provide for production, testing and delivery of CPS (both water cooled and air cooled), spares, and associated engineering services. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by May 2018. Fiscal 2014 other procurement, Navy contract funds in the amount of $1,555,308 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-D-5213).

Lockheed Martin, Maritime Systems and Sensors, Moorestown, New Jersey, is being awarded a $54,706,543 modification to previously awarded contract (N00024-09-C-5103) to incrementally fund the Aegis Platform Systems Engineering Agent (PSEA) activities and Aegis Modernization Advanced Capability Build engineering. The PSEA manages the in-service combat systems configurations as well as the integration of new or upgraded capability into the CG57 Class of ships and the DDG 51 Class of ships. Work will be performed in Moorestown, New Jersey, and is expected to be completed by September 2015. Fiscal 2014 research, development, test and evaluation; fiscal 2014 operations and maintenance, Navy; fiscal 2014 other procurement, Navy and fiscal 2014 shipbuilding and conversion, Navy funding in the amount of $54,706,543 will be obligated at time of award. Contract funds in the amount of $7,197,483 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded $17,969,104 for cost-plus-fixed-fee delivery order 0506 against a previously issued basic ordering agreement (N00019-10-G-0004) for non-recurring engineering in support of the MV-22 Integrated Aircraft Survivability Equipment Suite upgrade, including integration of the AN/AAQ-24(V)25 software with an electronic warfare controller and the MV-22 mission computer. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in April 2016. Fiscal 2014 aircraft procurement, Navy funds in the amount of $7,800,000 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, Maryland, is the contracting activity.

Tyonek Services Corp.*, Anchorage, Alaska, is being awarded a $17,302,958 modification to a previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N61340-13-D-0005) for depot level maintenance support services for the Fleet Readiness Center South East. Work will be performed at the Naval Air Station Jacksonville, Florida, (81 percent), Marine Corp Air Station Beaufort, South Carolina, (17 percent), and Naval Air Station Oceana, Virginia, (2 percent), and is expected to be completed in December 2014. No funding will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Lockheed Martin Corp., Owego, New York, is being awarded $6,756,377 for firm-fixed-priced delivery order 7027 under previously awarded basic ordering agreement (N00383-12-G-010F) for the repair of 11 items for the command cockpit used in H-60R/S helicopters. Work will be performed in Owego, New York, (73 percent); Farmingdale, New York, (21.25 percent); Middletown, Connecticut, (2.5 percent); Grand Rapids, Michigan, (3.25 percent); and is expected to be completed by Jan. 30, 2016. Fiscal 2014 Navy working capital funds in the amount of $6,756,377 will be obligated at the time of award and will not expire before the end of the current fiscal year. This requirement was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

ARMY

Department of the ArmyBAE Systems, Inc., Nashua, New Hampshire, was awarded a $444,812,310 firm-fixed-price contract for Individual and Enhanced Night Vision Goggle III weapons sights. Funding and work performance location will be determined with each order award. Estimated completion date is May 6, 2019. Bids were solicited via the Internet with five received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-14-D-0010).

DRS RSTA Inc., Dallas, Texas was awarded a $367,035,238 firm-fixed-price contract for Individual and Enhanced Night Vision Goggle III weapon sights. Funding and work performance location will be determined with each order award. Estimated completion date is May 6, 2019. Bids were solicited via the Internet with five received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-14-D-0011).

EADS North America, Herndon, Virginia, was awarded a $25,474,389 modification (P00787) to contract W58RGZ-06-C-0194 to increase funds and exercise an option for contractor logistics support on the Lakota Utility Helicopter (UH-72A). Work will be performed in Columbia, Mississippi, with an estimated completion date of Nov. 30, 2015. Fiscal 2014 operations and maintenance Army funds in the amount of $25,472,339 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

General Dynamics Ordnance and Tactical Systems, Inc., Saint Petersburg, Florida, was awarded a $12,683,602 modification (P00017) to W52P1J-11-C-0027 for the demilitarization and disposal of 78,000 depleted uranium rounds. Work will be performed in St. Petersburg, Florida, with an estimated completion date of Sept. 30, 2015. Fiscal 2014 other procurement Army funds in the amount of $12,683,580 and fiscal 2013 other procurement Army funds in the amount of $22 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Dutra Dredging Co., San Rafael, California, was awarded an $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dredge rental with attendant plant and operations for maintenance dredging of the Mobile harbor channel, Mobile, Alabama. Funding and work performance location will be determined with each order. Estimated completion date is July 14, 2015. Bids were solicited via the Internet with two received. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-14-D-0041).

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $17,792,893 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2106) for naval nuclear propulsion components. Work will be performed in Schenectady, New York (68 percent), and Monroeville, Pennsylvania (32 percent). No completion date or additional information is provided on naval nuclear propulsion program contracts. Fiscal 2014600px-US-DeptOfNavy-Seal.svg other procurement, Navy and fiscal 2014 shipbuilding and conversion, Navy contract funds in the amount of $17,792,893 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Baltimore, Maryland, is being awarded a $10,281,531 cost-plus-fixed-fee contract for MK 41 Vertical Launching System (VLS) electrical design agent, technical and engineering services. The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class and the ground ballistic missile defense program. The contractor will provide logistics and technical services to support the Life Cycle Support Facility, integration of new missiles into MK 41 VLS, integration of MK 41 VLS into new ships, product improvement engineering, systems engineering, computer program engineering, failure analysis, creation and prototyping of engineering change proposals and production support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $182,068,736. This contract combines purchases for the U.S. Navy (96.3 percent) and the government of Japan (3.7 percent) under the Foreign Military Sales program. Work will be performed in Baltimore, Maryland (93.7 percent), and Ventura, California (6.3 percent), and is expected to be completed by September 2014. Fiscal 2014 research, development, test & evaluation; fiscal 2014 other procurement, Navy; fiscal 2014 FMS; and fiscal 2010, 2011, 2012 and 2013 shipbuilding and conversion, Navy contract funds in the amount of $10,281,531 will be obligated at award and 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), as implemented by FAR 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington District of Columbia, is the contracting activity (N00024-14-C-5317).

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded an $8,021,387 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for Mission CareTM support for the CV-22 AE1107C engine, including lower power engine removals. Work will be performed in Oakland, California (70 percent) and Indianapolis, Indiana (30 percent), and is expected to be completed in February 2015. Fiscal 2014 operations and maintenance, Air Force overseas contingency operations funds in the amount of $8,021,387 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgSierra Nevada Corp., Sparks, Nevada, has been awarded a $34,425,000 cost-plus-fixed-fee contract for Afghan National Army Special Operations Forces contractor logistics support for fixed-wing aircraft (PC-12) sustainment necessary to perform the maintenance operations and keep the aircraft operational. Work will be performed at Kabul International Airport and Kandahar, Afghanistan, and is expected to be completed by Dec 16, 2014. This urgent 100 percent foreign military sales undefinitized contract for Afghanistan is a sole-source award. The contracting activity is 645 AESG/WIJK, Wright-Patterson Air Force Base, Ohio (FA8620-14-C-3027).

Alliant Techsystems Inc., Fort Worth, Texas, was awarded a maximum $15,167,984 firm-fixed-price undefinitized contract modification (P00039) to FA8106-10-C-0010 to continue contractor logistic support services for the Iraqi Air Force’s Cessna 208s intelligence, surveillance, reconnaissance caravan and the Cessna 208 armed caravan and for aircraft maintenance student training on both aircraft types without a break in service. Work will be performed at Joint Base Balad, Iraq, and is expected to be completed by Dec. 31, 2014. This contract involves 100 percent Foreign Military Sales for Iraq. A maximum of $7,574,242 is obligated at time of award. Air Force Life Cycle Management Center/WLKCL, Tinker Air Force Base, Oklahoma, is the contracting activity.

Hoffman Engineering Corp. Stamford, Connecticut, has been awarded an estimated $6,700,857 firm-fixed-price, requirements type contract for manufacture and delivery of up to 80 each night vision goggle infrared test sets and up to 200 each test set upgrade kits. Work will be performed at Stamford, Connecticut, and will be completed by Sept. 30, 2018. This award is the result of a sole-source acquisition. Foreign Military Sales orders (unclassified) are anticipated to be issued against this contract. FMS countries and the portion of the effort that will support FMS requirements are not known at this time. Funds will be obligated on individual orders issued hereunder. Air Force Life Cycle Management Center/WNKB, Robins Air Force Base, Ga., is the contracting activity (FA8532-14-D-0002).

DEFENSE LOGISTICS AGENCY

Foster Fuels Inc.,* Brookneal, Virginia, has been awarded a minimum $828,799,801 fixed-price with economic-price-adjustment, requirements-type contract for fuel. This is a competitive acquisition, and four offers were received. This is a five-year base contract with no options. Locations of performance are Federal Emergency Management Agency Regions I-X, except Alaska, Hawaii, Puerto Rico and Virgin Islands with a May 31, 2019 performance completion date. Using service is Department of Homeland Security/Federal Emergency ManagementDefense_Logistics_Agency Agency. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia, (SP0600-14-D-4005) (Awarded May 1, 2014).

Labatt Food Service, San Antonio, Texas, has been awarded a maximum $49,500,000 modification (P00202) exercising the first option period on a one-year base contract (SPM300-13-D-3659) with one one-year option period for prime vendor food and beverage support. This is a fixed-price with economic-price-adjustment based on producer-price-index contract. Location of performance is Texas with a May 4, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Department of the ArmyTQM Inc.*, doing business as Two Rivers Medical, Saint Charles, Missouri, (W81XWH-14-D-0063); Lighthouse for the Blind, doing business as The LHB Industries, Saint Louis, Missouri, (W81XWH-14-D-0064); MSGI Corp., Tampa, Florida, (W81XWH-14-D-0065) were awarded a $45,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity, multi-year contract to supply complete medical, surgical, pharmaceutical, dental, laboratory, veterinary equipment and materiel sets for the U.S. Army medical units, nonmedical and medical support programs. Funding and work performance location will be determined with each order. Estimated completion date is May 4, 2019. Bids were solicited via the Internet with four received. Army Medical Research Acquisition Activity Frederick, Maryland, is the contracting activity.

NAVY

Northrop Grumman Technical Services, Herndon, Virginia (N00189-14-D-Z012); Booz Allen Hamilton, McLean, Virginia (N00189-14-D-Z014); Capstone Corp., Alexandria, Virginia (N00189-14-D-Z015); Science Applications International Corp., McLean, Virginia (N00189-14-D-Z016); Lockheed Martin Integrated Systems Inc.,600px-US-DeptOfNavy-Seal.svg Bethesda, Maryland (N00189-14-D-Z017); General Dynamics Information Technology, Needham, Massachusetts (N00189-14-D-Z018); MacAulay-Brown Inc., Dayton, Ohio (N00189-14-D-Z019) are being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to the Joint Force Development program continuously adaptive support for training and real-world operations by offering varying combinations of education (academics), training assessment, experimentation (warfighting solutions), and infrastructure as the foundation of learning. The total estimated value for the seven contracts combined is $876,934,815. These seven contractors shall compete for task orders under the terms and conditions of the awarded contracts. Work will be performed at various contractor facilities (86 percent) and at government facilities (14 percent) as task orders are determined. Work is expected to be completed by April 30, 2019. Fiscal 2014 operations and maintenance, defense appropriations funds in the amount of $210,000 will be obligated at the time of award, and funds will not expire before the end of the current fiscal year. The requirement was competitively procured through full and open competition and solicited through the Federal Business Opportunities website, with eight offers received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania is the contracting activity.

Armtec Countermeasures Co., Coachella, California, is being awarded $29,900,000 indefinite-delivery/indefinite-quantity delivery order contract for the manufacture of the simulator, flare, and SM-875/ALE. The SM-875B/ALE is a training flare which can be used to familiarize pilots and ordnance technicians with operational use and handling of decoy flares. Work will be performed at East Camden, Arkansas, and work is expected to be completed by April 2017. Fiscal 2014 procurement of ammunition Navy and Marine Corps funds in the amount of $10,676,945 will be obligated at the time of award and will not expire before the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two offers received in response to the solicitation. The NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-14-D-K064).

Shell Marine Products US, Houston, Texas, is being awarded a $14,953,192 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-13-D-8020) with firm-fixed-price delivery orders to exercise a one-year option for the supply and related services of lubricant oil products for the Engineering Directorate of the Military Sealift Command and other government agencies in need of lubricant oil supplies and related services. Work will be performed worldwide and is expected to be completed May 4, 2015. If all options are exercised, work will continue through May 2018. No funds will be obligated at the time of award. Working capital funds in the amount of $14,953,192 will be obligated in fiscal 2014 on the individual delivery orders are they are issued, and will expire at the end of this current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Aerospace Systems, San Diego, California, is being awarded a $10,833,670 cost-plus-fixed-fee contract for the development and integration of a Multi Capability Pod (MCAP) onto the MQ-8C, including the purchase of two MCAPS and one MCAP Mass Model. The MCAP provides multiple electronic warfare sensors for employment in the littorals. Work will be performed in Rancho Bernardo, California (59 percent); Chantilly, Virginia (40 percent); and Fort Worth, Texas (1 percent), and is expected to be completed in June 2015. Fiscal 2013 research, development, test and evaluation, Defense-wide and fiscal 2013 procurement, Defense-wide funds in the amount of $10,833,670 are being obligated at time of award, $4,219,667 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, Maryland, is the contracting activity (N00019-14-C-0011).

InSynergy Engineering Inc.*, Honolulu, Hawaii, is being awarded a maximum amount $7,500,000 indefinite-delivery/indefinite-quantity contract for architect-engineer services for various utility systems and energy studies at various locations under the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for, but is not limited to, electrical utility system studies, mechanical utility system studies, civil utility system studies and engineering and mapping services for various projects with associated multi-discipline architect-engineer support services. No task orders are being issued at this time. Work will be performed at various installations within the NAVFAC Pacific AOR. The term of the contract is not to exceed 60 months, with an expected completion date of May 2019. Navy working capital funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with 11 proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-14-D-0101).

ARMY

Department of the ArmyOnopa/Dorado Joint Venture II*, Sanford, Florida (W912P8-14-D-0014); Conquistador Dorado, Joint Venture*, Sanford, Florida (W912P8-14-D-0015); Xpert’s Inc.*, San Juan, Puerto Rico (W912P8-14-D-0016); Coastal/QRI Joint Venture*, New Orleans, Louisiana (W912P8-14-D-0017); TFR Enterprise Inc.*, Leander, Texas (W912P8-14-D-0018); TFR Enterprise Inc.*, Leander, Texas (W912P8-14-D-0019); will share a $580,000,000 firm-fixed-price contract for advanced contracting initiative debris management services for the United States and its territories (small business set-aside). Funding and performance locations will be determined with each order. Bids were solicited via the Internet with 21 received. Estimated completion date is May 1, 2019. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $27,345,564 firm-fixed-price, multi-year contract for point-of-presence A-Kits (maximum quantity 111) and soldier network extension A-Kits (maximum quantity 525). A-Kits are a critical component of the network vehicle integration upgrade for the MRAP A-ATV. Funding and work performance location will be determined with each order. Estimated completion date is April 29, 2017. Bids were solicited via the Internet with 13 received. Army Contracting Command, Warren Michigan, is the contracting activity (W56HZV-14-D-0065).

IBIS TEK LLC*, Butler, Pennsylvania, was awarded a $17,990,222 modification (P00007) to contract W56HZV-13-C-0036 to exercise option one to purchase armored 58-gallon and 78-gallon B-Kits for the family of medium tactical vehicles. Fiscal 2014 other procurement funds in the amount of $8,289,182; fiscal 2013 in the amount of $8,269,709; and fiscal 2012 in the amount of $1,431,331 were obligated at the time of the award. Estimated completion dated is Feb. 27, 2015. Work will be performed in Butler, Pennsylvania. Army Contracting Command, Warren, Michigan, is the contracting activity.

Blinderman Construction Co., Inc.*, Chicago, Illinois, was awarded an $11,356,438 firm-fixed-price contract with options for the renovation of Historical Building 211, Fort Riley, Kansas. Fiscal 2014 operations and maintenance, Army funds in the amount of $11,356,438 were obligated at the time of the award. Estimated completion date is Dec. 2, 2015. Bids were solicited via the Internet with 14 received. Work will be performed at Fort Riley, Kansas. U.S. Army Corps of Engineers, Kansas City, Missouri is the contracting activity (W912DQ-14-C-4004).

National Technologies Associates Inc., Alexandria, Virginia, was awarded a $6,567,668 cost-plus-fixed-fee contract for engineering/logistics and acquisition logistics support services to the V-22 Joint Program Office. Fiscal 2014 other procurement funds in the amount of $3,751,515 were obligated at the time of the award. Estimated completion date is April 30, 2017. Bids were solicited via the Internet with one received. Work will be performed in Patuxent, Maryland. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-14-C-0049).

DEFENSE LOGISTICS AGENCY

Tullahoma Industries LLC.,** Tullahoma, Tennessee, has been awarded a maximum $59,389,738 modificationDefense_Logistics_Agency (P00105) exercising the first option period on a one-year base contract (SPM1C1-13-D-1050) with four one-year option periods for three types of permethrin Army combat uniform trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Tennessee, Alabama, and North Carolina with a May 6, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Department of the ArmyTMG Services*, Cleveland, Ohio (W9127S-14-D-6000); Aerostar SES LLC*, Oak Ridge, Tenn. (W9127S-14-D-6001); Zieson Construction Co., LLC*, Topeka, Kan. (W9127S-14-D-6002) were awarded a $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for designing and building repairs to the infrastructure for U.S. Air Force Medical Service healthcare facilities nationwide. Funding and work performance location will be determined with each order. Estimated completion date is April 29, 2017. Bids were solicited via the Internet with 25 received. U.S. Army Corps of Engineers, Little Rock, Ark., is the contracting activity.

JCB Inc., Pooler, Ga., was awarded a $39,446,851 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for procurement of an estimated 90 High Mobility Engineer Excavators-Type-I (HMEE-I) and vehicle attachments. Funding and work performance location will be determined with each order. Estimated completion date is Dec. 29, 2017. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-14-D-0066).

Columbia Helicopters Inc.*, Aurora, Ore., was awarded a $30,552,180 firm-fixed-price contract for the after rotor head and the forward rotor head for the Chinook weapons system. The minimum quantity (combined for the rotor heads) is ten and the maximum quantity is 198. Funding and performance location will be determined with each order. Estimated completion date is April 24, 2019. Bids were solicited via the Internet with two received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-D-0078).

Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $29,702,000 modification (P00079) to contract W15QKN-12-C-0103 for depot support for the Common Remotely Operated Weapon Station. Fiscal 2014 operations and maintenance, Army funds in the amount of $29,702,000 were obligated at the time of the award. Work will be performed at in Johnstown, Pa., with an estimated completion date of Aug. 16, 2017. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Hellfire Systems LLC, Orlando, Fla., was awarded a $28,408,525 modification (P00083) to foreign military sales contract (Saudi Arabia, Indonesia, Jordan) W31P4Q-11-C-0242 for 372 Hellfire II air-to-ground tactical containerized models: AGM-114R, AGM-114R-3, and AGM-114P-4A. Fiscal 2012, 2013 and 2014 other procurement funds in amount of $28,408,525 are being obligated at award. Work will be performed at Orlando, Fla., with an estimated completion date of Nov. 30, 2016. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Longbow LLC, Orlando, Fla., was awarded a $25,197,219 modification (P00006) to contract W58RGZ-12-C-0049 for the production of seventeen radar electronics units and unmanned aerial system tactical common data link assemblies, a P4.00 software upgrade, and associated gold standard hardware for production testing. Fiscal 2013 other procurement funds in the amount of $25,197,239 were obligated at the time of the award. Estimated completion date is July 31, 2015. Work will be performed in Orlando, Fla. Army Contracting Command, Redstone, Ala., is the contracting activity.

L-3 Communications Corp., Muskegon, Mich., was awarded a $10,533,875 modification (P00122) to contract W56HZV-09-C-0098 for 26,752 hours for systems technical support for the Bradley transmission. Fiscal 2014 research, development, technology, and evaluation funds in the amount of $10,408,156 and fiscal 2010 other procurement funds in the amount of $125,719 were obligated at the time of the award. Estimated completion date is June 30, 2015. Work will be performed Muskegon, Mich. Army Contracting Command, Warren, Mich., is the contracting activity.

ARMTEC, Coachella, Calif., was awarded a $9,900,000 firm-fixed-price, indefinite-delivery, sole-source contract to design, develop, maintain and manufacture systems using combustible and consumable type products technology for the Army Research, Development and Engineering Command. Funding and work performance location will be determined with each order. Estimated completion date is May 1, 2019. One bid was solicited and one received. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-14-D-0004).

Value Management Strategies Inc.*, Escondido, Calif. (W912DR-14-D-0001); Strategic Value Solutions Inc.* Independence, Mo. (W912DR-14-D-0002) were awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering management service for the U.S. Army Corps of Engineers, Baltimore District Military, Environmental and Civil Works programs throughout the North Atlantic Division. Funding and work performance location will be determined with each order. Estimated completion date is April 29, 2019. Two bids were solicited and two received. U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore*, Rockford, Ill., has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair, and operations tailored logistics support prime vendor programs. This is a competitive acquisition, and seven offers were received. This is a five-year base contractDefense_Logistics_Agency with no options. Location of performance is Illinois with a May 1, 2019 performance completion date. Using services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM8EG-14-D-0002).

Signature Flight Support Corp., Newport News, Va., has been awarded a maximum $15,088,634 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and two offers were received. This is a four-year base contract with no options. Locations of performance are Virginia and California with a March 31, 2018 performance completion date. Using 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., (SP0600-14-D-0017).

NAVY

600px-US-DeptOfNavy-Seal.svgContracting Solutions International LLC,* Tulsa, Okla. (N62645-14-D-5023); Distinctive Spectrum Healthcare Joint Venture,* Largo, Md. (N62645-14-D-5024); Protégé Health Services LLC,* Newington, Va. (N62645-14-D-5025); Saratoga Medical Center Inc.,* Fairfax, Va. (N62645-14-D-5026); TIST Corp., Inc.,* San Antonio, Texas (N62645-14-D-5027), are each being awarded a 36-month, firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various nursing services that include the labor bands of advanced practice nurse and nursing. The aggregate not-to-exceed amount for these multiple award contracts combined is $27,693,133. The five contractors will have the opportunity to bid on each individual task order. Work will be performed at military treatment facilities in the Southeast region of the United States to include: Naval Hospital Jacksonville, Fla. (25 percent); Naval Health Clinic Corpus Christi, Texas (25 percent); Naval Hospital Pensacola, Fla. (25 percent); Naval Hospital Camp Lejeune, N.C. (10 percent); Naval Hospital Beaufort, S.C. (3 percent); Naval Hospital Cherry Point, N.C. (3 percent); Naval Health Clinic Charleston, S.C. (3 percent); Navy Medicine Operational Training Center Pensacola, Fla. (3 percent); and any associated branch clinics (3 percent). Work performed under these contracts is expected to be completed Sept. 30, 2017. Fiscal 2015 defense health program funds in the amount of $1,999,801 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; 55 offers were received. The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded $26,725,000 for cost-plus-incentive-fee delivery order 0080 against a previously issued basic ordering agreement (N00019-11-G-0001) to provide seven flight critical engineering changes proposals for fracture and maintenance critical areas of the F/A-18 A-D airframe under the Service Life Extension Program Phase C1 effort. Work will be performed in St. Louis, Mo. (55 percent) and El Segundo, Calif. (45 percent), and is expected to be completed in July 2015. Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $13,095,250 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.

COLSA Corp., Huntsville, Ala., is being awarded a potential $25,607,908 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Integrated Voice Networks Branch to provide telephony network support. This is one of two contracts awarded: both awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract including two, one-year option periods, which, if exercised, would bring the potential ceiling value of this award to an estimated $43,071,400. Work will be performed at SSC Pacific facilities, on Navy ships, and at other government sites in San Diego, and work is expected to be completed April 29, 2017. Fiscal 2014 operations and maintenance, Navy and other procurement, Navy funds in the amount of $25,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Three proposals were received and two were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0100).

Engineering Services Network Inc., Arlington, Va., is being awarded a potential $24,530,896 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Integrated Voice Networks Branch to provide telephony network support. This is one of two contracts awarded: both awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract including two, one-year option periods, which, if exercised, would bring the potential ceiling value of this award to an estimated $41,213,375. Work will be performed at SSC Pacific facilities, on Navy ships, and at other government sites in San Diego, and work is expected to be completed April 29, 2017. Fiscal 2014 operations and maintenance, Navy and other procurement, Navy funds in the amount of $25,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Three proposals were received and two were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0101).

Ball Aerospace Technologies Inc., Boulder, Colo., is being awarded a $23,933,170 firm-fixed-price contract for “Stalker” or long range electro-optical/infrared/laser range finder (SLREOSS) production. SLREOSS is used with the NATO Seasparrow Missile System MK 57 on the MK 9 Tracker Illuminator System. Work will be performed in Broomfield, Colo., and is expected to be completed by April 2016. Fiscal 2014 other procurement, Navy and fiscal 2014 research, development, test and evaluation funding in the amount of $13,419,877 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 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1 – 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 (N00024-14-C-5412).

Logos Technologies Inc.*, Fairfax, Va., is being awarded a $23,648,907 cost-plus-fixed-fee contract for field service representatives, operators, and analysts required to support Persistent Ground Surveillance Systems Kestrel systems deployed outside of the continental United States for the U.S. Army. Work will be performed in Fairfax, Va. (68 percent); Afghanistan (28 percent); and Raleigh, N.C. (4 percent), and is expected to be completed in December 2014. Fiscal 2014 operations and maintenance, Army funds in the amount of $1,500,000 are being obligated at time of award, all 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 Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-C-0196).

Brady GCE II*, San Diego, Calif., is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for A-E services for comprehensive environmental response, Compensation Liability Act, Resource Conservation and Recovery Act, underground storage tank studies and environmental engineering support services at Navy and Marine Corps installations in the Naval Facilities Engineering Command Southwest (NAVFAC SW) area of responsibility (AOR). No task orders are being issued at this time. All work will be performed at various Navy and Marine Corps installations in California (90 percent); Arizona (3 percent); Nevada (3 percent); Colorado (2 percent); Utah (1 percent), and other Department of Defense installations in the NAVFAC SW AOR (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2019. Fiscal 2014 environmental restoration, 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 eight proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-14-D-1405).

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $6,553,058 cost-plus-fixed-fee contract for calendar years 2014-2016 Evolved Seasparrow Missile (ESSM) depot and intermediate level maintenance, all-up-round recertifications, and special maintenance tasks. This contract will provide for the repair, maintenance and recertification of ESSM Missiles, sections, assemblies, subassemblies, components and test or support equipment. This contract includes options which, if exercised, would bring the cumulative value of this contract to $15,007,740. Work will be performed in Tucson, Ariz. (89 percent), Camden, Ark. (8 percent), Huntsville, Ala. (2 percent), and Andover, Mass. (1 percent), and is expected to be completed by December 2016. Fiscal 2014 other procurement, Navy and fiscal 2014 operations and maintenance, Navy funding in the amount of $4,379,678 is being obligated at time of award. Contract funds in the amount of $500,000 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), as implemented by FAR 6.302-1 – 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 (N00024-14-C-5411).

AIR FORCE

Georgia Tech Applied Research Corp., Atlanta, Ga., has been awarded a $19,999,676 delivery order (0269) on the SENSIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole source (HC1047-05-D-4000) for Systems Engineering, Modeling & Simulation, and Scientific Studies & Analysis Support on Emerging Threats Affecting National Security and DoD Acquisition Process. SENSIAC will provide recommendations for specified areas356px-Seal_of_the_US_Air_Force.svg of study, United States/allies capability gaps concerning the threats, and how the U.S. should posture itself to counter these threats in order to favorably shape the battlespace. The work will be performed in Atlanta, Ga., and work is expected to be complete by Dec. 6, 2015. Fiscal 2014 operations and maintenance and research and development funds in the amount of $2,384,604 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Neb., is the contracting activity.

Alion Science and Technology Corp., McLean, Va., has been awarded a $14,138,642 delivery order (0063) on the AMMTIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole-source contract (FA4600-06-D-0003) for operational safety, suitability and effectiveness materials improvement program. AMMTIAC’s goal is to increase C-5 aircraft safety and mission readiness while reducing maintenance requirements and cost. The work will be performed at Warner Robins Air Logistics Complex, Robins Air Force Base, Ga., various U.S. Air Force locations, and at the AMMTIAC contractor facilities, and is expected to be complete by Dec. 29, 2016. Fiscal 2014 operations and maintenance and defense working capital funds funds in the amount of $2,075,098 are being obligated at time of award. AFICA/KD, Offutt Air Force Base, Neb., is the contracting activity.

Flight Safety Services Corp., Centennial, Colo., has been awarded an $11,787,928 firm-fixed-price modification (P00071) to FA8223-11-C-0003 for student aircrew training. The contract modification provides instructors to teach aircrew initial qualification courses, refresher courses, upgrade courses and others to fully qualify C-5 aircrews in all mission design series versions. This affects five training locations: Dover Air Force Base (AFB), Del., Travis AFB, Calif., Lackland AFB, Texas, Westover Air Reserve Base, Mass., and Martinsburg Air National Guard Base, W.Va., and the work is expected to be completed March 31, 2015 This effort also provides new student aircrew training pricing matrices for the remainder of the contract. Fiscal 2014 operations and maintenance funds in the amount of $8,860,395 are being obligated at time of award. Agile Combat Support, Simulators Division, Wright-Patterson AFB, Ohio, is the contracting activity.

Qinetiq North America Inc., Waltham, Mass., has been awarded a maximum $7,750,000 indefinite-delivery/indefinite-quantity contract for the Battlefield Air Targeting Man-Aided Knowledge II (BATMAN II)-Advanced Technology Demonstration Program, and a $218,128 cost-plus-fixed-fee task order for BATMAN II. The BATMAN II program is designed to focus on advancing technologies relevant to the special operators of the Air Force. The complex nature of the ground operations conducted by Battlefield Airmen require advanced technologies to reduce fatigue and workload in austere environments, increase mission effectiveness, reduce tactical decision making time and errors, and enhance situational awareness. The technologies developed under the BATMAN II program will focus on accelerating the development, demonstration, and assessment timeline of critical, mission capabilities. Work will be performed in Waltham, Mass., and is expected to be completed by April 30, 2020. Task order 0001 is expected to be completed by April 30, 2015. The award is the result of a competitive acquisition, and five offers were received. Fiscal 2014 research and development funds in the amount of $218,128 are to be obligated at time of award. Air Force Research Laboratory, Human Effectiveness-Biosciences Protection Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-6529 and Task Order 0001).

Northrop Grumman Corp., Aerospace Systems, El Segundo, Calif., has been awarded a $6,567,841 modification (P00264) to F19628-00-C-0100 for radar system development and demonstration schedule extension. The contract modification is for Multi-Platform Radar Technology Insertion Program (MP-RTIP) radar system development and demonstration alignment with the Global Hawk Block 40 program schedule. Work will be performed at El Segundo, Calif., and is expected to be completed on Aug. 31, 20 14. Fiscal 2013 research and development funds in the amount of $3,843,413 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Mass., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Advanced Technologies Lab, Cherry Hill, N.J., has been awarded a $13,362,252 modification (P00016) to previously awarded contract (HR0011-11-C-0033) to incorporate new add work, Phase 3, to the DARPA Behavioral Learning for Adaptive Electronic Warfare (BLADE) program. The modification brings the estimated face value of the contract to $29,367,326 from $16,005,074. The objectives of the Phase 3 BLADE program are to refine and technically mature algorithms and software developed during Phase 2 of the program and to apply them in tactically relevant environments and timeframes on tactical military electronic attack platforms. The program will culminate in over-the-air and on-the-move testing and valuation of the BLADE system in an operationally representative environment. Work will be performed in Cherry Hill, N.J. (64.2 percent), Blacksburg, Va. (3.3 percent), Fort Wayne, Ind. (28.7 percent), and California, Md. (3.8 percent), and is expected to be completed by October 2015. Fiscal 2014 research and development funds in the amount of $8,000,000 will be obligated at the time of the award. The contracting activity is DARPA, Arlington, Va.

U.S. SPECIAL OPERATIONS COMMAND

160px-Special_Operations_Specops_Army.svgCyberspace Solutions of Reston, Va., is being awarded a $35,556,730 firm-fixed-price contract for intelligence analyst support, in support of U.S. Special Operations Command. The work will be conducted at multiple locations in the United States and overseas and is expected to be completed May 1, 2015. Fiscal 2014 operation and maintenance funds in the amount of $1,000,000 are being obligated at time of award. This contract was awarded through a competitive Service Disabled Veteran Owned Small Business set-aside with 15 proposals received. U.S. Special Operations Command, Tampa, Fla., is the contracting activity (H92222-14-C-0019).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

 

 


PITISE UNIV
Viewing all 157 articles
Browse latest View live