FeddBizOpps – Procurements
Department of the Army, Army Contracting Command, ECC, RCO Hawaii (PARC Pacific, 413th CSB), RCO Hawaii (PARC Pacific, 413th CSB), Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
R–Contractor shall provide all management, tools, supplies, equipment and labor to provide court reporter services. W912CN12T0140 050712 Bronson Abrigo, 8086553033 RCO Hawaii (PARC Pacific, 413th CSB)The contractor shall provide all management, tools, supplies, equipment and labor necessary to provide court reporter services during the week of 17-18 May 2012 in Atlanta, Georgia at Appellant’s Offices. Court reporter to reprt to: Smith, Currie & Hancock LLP 2700 Marquis One Tower 245 Peachtree Center Ave NE Atlanta, GA 30303 Phone: 404 521 3800 There will be two depositions, one for each day. Please provide a Price listing of Various Services. Appearance Cost per day – $___ Transcript charges per page – $____ Other charges per page – $____ Solicitation will be posted to Army Single Face to Industry immediately following this presolicitation posting. Set-Aside: Total Small Business Place of Performance: RCO Hawaii (PARC Pacific, 413th CSB) Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI 96858-5025 US URL: https://www.fbo.gov/notices/9066b20d345a6b44d9066e7c6c960ea7
OutreachSystems Article Number: 120504/PROCURE/0069
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
99–Army Key Ring PPI 149 W9124D12T0129 050812 James, (502) 624-4962 MICC Center – Fort Knox This requirement is for Army Stron Key Rings PPI 149 in accordance with the specifications. Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/9645c1a9806ba839aafb3b179f401274
OutreachSystems Article Number: 120504/PROCURE/0506
Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division B, ACC-APG – Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
R–Program Support – All responses due 2pm EST, May 16, 2012. W15P7T-7350 051612 Tyler Restrick, 443-861-4719 ACC-APG – Aberdeen Division B This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the Description of Requirements currently posted to FEDBIZOPS, interested capable contractor are invited to provide responses to the following questions. Please provide responses if you can support some or the entire Requirement, highlighting the specific areas. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. Description of Management Support: The contractor shall prepare various briefings, presentations, and public release data in various formats (viewgraphs, multi-media slide shows, graphics, and narratives). The types and quantities of these various briefings and presentations will vary, depending upon the target audience and topics. The contractor shall discuss each required briefing, presentation or public release data to gather the level of detail required for the topic and target audience and prepare a complete, appropriate package for the required briefing, presentation or public release data. This requires the contractor to have a technical understanding of the productsmanaged by PM-NV/RSTA, as well as an understanding of Army Program Management and graphical / multimedia software. Description of Operations Support: The contractor shall organize all administrative contractor personnel at PM-NV/RSTA, ensuring front desk and telephone answering coverage for essential hours of business for the front office when assigned personnel are on leave, coordinating the reviewing process for documents, reviewing and recommending streamlining for business processes where administrative areas can impact for improvements as a part of the business process re-engineering effort ongoing at PM-NV/RSTA. Description of Administrative Support: The contractor shall perform receptionist/typist duties for the PM NV/RSTA. Duties include answering phones, receiving guests, managing the calendar for the Deputy PM and Technical Director, and assisting other administrative personnel with travel requirements. Additional duties supporting PM NV/RSTA include: assisting PM NV/RSTA personnel in tracking time and attendance by keeping a log of their leave and travel as they provide it; managing the calendar for scheduling the use of two conference rooms and the video teleconference system; assisting with security matters/visitor control; and maintaining a file of official correspondence for PM NV/RSTA, minutes in staff meetings, and a monthly activity list. Typist duties are assisting with official correspondence to include: ensuring letter/memo format agrees with Army standards (AR25-50), proper routing of letter/memo for the PM’s signature, and distribution as required, to include FedEx, U.S. Postal service, inter-office mail, etc. Description of Facilities Manager Support: The contractor shall provide facilities management support to the office of Project Manager, NV/RSTA, including the Project Manager and his support staff, as well as ProductManager FLIR. The required facilities management support is in the form of written policies and procedures approved government format, as well as daily submission of work orders to keep the building in proper repair, and maintain the use of the Secure Internet access facility for classified message access and retrieval in the building. The contractor shall also keep the video teleconference facility in proper repair as a part of the responsibilities. The contractor must be adept at computer based office applications, as well as possess the skills to recommend and use the appropriate systems to contact and submit requests for maintenance and repair. The contractor must possess a security clearance up to a Secret for maintenance and repair of the secure internet access facility. Description of Engineering Support: The contractor shall provide analysis of complex technical systems from an overall performance perspective in support of the office of Project Manager, NV/RSTA, including the Technical Director and Project Manager’s support staff. The contractor must be able to apply analysis techniques to plan, evaluate and document recommended solutions and improvements to systems, and identify required resources to accomplish the approved solutions. One position must be dedicated to reporting status of theater assets. Description of Property Management and Logistics Support: The contractor shall provide database updates to the local property database and documentation support to the office of Project Manager, Night Vision, Reconnaissance, Surveillance and Target Acquisition and his support staff. The contractor must be adept at computer based data base applications, word processing and other office applications. The contractor must also be able to document 100% property accountability, prepare and process property transfer forms, and keep track of all transfers. The contractor shall also provide direct technical and administrative logistics support to Product Manager, Forward Looking Infrared (PM FLIR) for the Long Range Advanced Scout Surveillance System (LRAS3). This support shall be in the form of review and markup (if required) of logistics documentation, and provide support on site at systems fielding as needed. The contractor must have knowledge of various regulations and policies with respect to materiel acquisition, integrated logistics, and logistic supportability. The contractor will provide as needed assistance in the development of Logistics Support Analysis (LSA) documentation. The contractor may be required to travel in support of logistics support reviews at contractor production facilities and provide fielding support. Fielding schedules are changing on a daily basis; most have recently been to Afghanistan for up to 10 days. Current support has not been participating in these OCONUS fieldings. CONUS fieldings may be included; those are normally of four day duration, to Fort Hood, TX, or similar locations. The contractor is not expected to participate in more than three (3) CONUS fielding trips a year, if needed. 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company’s small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 – Professional, Scientific, and Technical Services – Engineering Services. The Small Business Size Standard for this NAICS code is $4,500,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. LargeBusiness Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the below requirement? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 – Professional, Scientific, and Technical Services – Engineering Services. If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. Ifyou are a small business, can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered “yes” to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you primed on MAC; E. Is the work on each MAC similar in scope to that of the above requirements? 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Offerors are encouraged to identify teams, indicating each team member’s size based upon the NAICS code of the work that the team member may be doing. 9. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer’s identity, please address whether your company offers the same or similar services commercially 10. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number , Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 11. What are the core competencies of your employees that would support the above requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your company have the ability to store/transmit TOP SECRET Sensitive Compartmented Information (SCI)? 13. Do all the employees that would support this Requirement have a TOP SECRET Clearance? 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 15. Does your company have experience and ability of a graphic support capability and creation of briefing packages, image creation and manipulation, trifolds, booklets and books, and posters using Microsoft Office suite of software as well as Photoshop? Please describe. If your answer is no, please skip to question 4. If yes, is this graphics support capability also able to use Canon plotters for producing posters? If yes, is this graphics support capable of multitasking, such as tracking a three car fleet of GSA vehicles? Please describe. 16. Does your company have experience and ability to provide support personnel capable of receiving all incoming tasks, assigning them out to the appropriate branches, running meetings, tracking tasks, coordinating review of programdocumentation and ensuring the smooth operation of the office. This requires knowledge of the Project Manager, the Program Executive Officer, and the subordinate Product Manager Offices, as well as the Assistant Secretary of the Army structure. Please describe. 17. Does your company have experience and capability to provide administration support able to schedule travel for managers in the Defense Travel System (DTS), keep schedules up to date in MS Outlook for managers, conference rooms, and video teleconference facility? Please describe. 18. Does your company have experience and capability to provide administrative support to assist personnel with time and attendance information, and assist with visitor control and security matters? Can they maintain correspondence files in accordance with Army standards, and assist government staff with ensuring correspondence format agrees with Army standards (AR25-50)? Please describe. 19. Does your company have experience with Army routing of correspondence for signatures? Proper distribution of US Postal Service mail, FedEx mail, interoffice mail, etc. in a government office? Please describe. 20. Does your company have experience and capability to provide facilities management support? Do you have personnel capable of providing interface with the building landlord, calling in work orders when problems arise, as well as coordinating with the staff locally? Are they adept at Microsoft Office applications? Can they use all the systems required by Fort Belvoir to submit trouble requests? Are they capable of maintaining the SIPRNET facility? Please describe. 21. Does your company have experience and capability to provide engineering support, including analysis and review of technical documentation? Can they evaluate and provide recommended solutions to technical issues? Can support staff review, track and report on asset availability? Please describe. 22. Does your company have experience and capability to provide property management support? Do you have experience with the PBUSE system? Please describe. 23. Does your company have experience and capability to provide logistics support? Do you have experience with property transfer and issue forms used by the Army? Do you have experience with Army logistics documentation? Please describe. 24. Interested companies may also provide a “White Paper” (no more than 20 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the information below. Also, identify your company’s past and current customers to which you provided similar products, including a customer/company name, point of contact, phone number, and address/e-mail where they can be contacted. Place of Performance: ACC-APG – Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD 21005-1846 US URL:https://www.fbo.gov/notices/8d7d2f59acfd84ed05cc1eb75efa8dd7
OutreachSystems Article Number: 120504/PROCURE/0537
Matching Key Words: video*; produc*; conference?; you; site?; page?; business*; documentation; produce?; production?; distribut*;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Journalist & Stringes for English and Foreign Language News POV-FY-12-Q3-T 063012 Jim McGuirk, Priocurement Analyst, Phone 202-382-7840, Fax 202-382-7854, Email jmcguirk@bbg.gov – Brenda Dade, Phone 2023827853, Email bdade@bbg.gov ; ;p; U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, video journalism, and audience mail analysis. The VOA broadcasts in English and 44 other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Dari, French, Georgian, Greek, Hausa, Hindi, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers,Writers, Producers, Editors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians, Video Switchers, Audio Technicians, Lighting Directors, TV Technical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, Videotape Recording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world). Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements. Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default. The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond. Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis. All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their written statement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance assignments with the VOA (Radio) in Washington, DC or overseas, submit written inquiries for additional information and/or contract technical proposals to the Voice of America (VOA), Attention: Ms. Cynthia Krasinski, VOA/C Room 1300, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address: cakrasin@voanews.com; and (b) For free-lance VOA (Television) assignments in Washington DC or overseas, submit written inquires for additional information and/or contract technical proposals to VOA-TV, Attention: Donna Buchan, VOA/O, Room 2276, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, e-mail address: dlbuchan@voanews.com; and (c) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submitwritten inquiries for additional information and/or contract technical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov. Anywritten inquiries and/or contract proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the June 30, 2012 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB. Place of Performance: 330 C Street, SW Room 4300 Washinton, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-12-Q3-T/listing.html
OutreachSystems Article Number: 120504/PROCURE/0539
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Journalist & Stringes for Englishand Foreign Language News POV-FY-12-Q3-R 063012 Jim McGuirk, Procurement Analyst, Phone 202-382-7840, Fax 202-382-7854, Email jmcguirk@bbg.gov – Brenda Dade, Phone 2023827853, Email bdade@bbg.gov The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, technical and production services, photo editing, video journalism, and audience mail analysis. The VOA broadcasts in English and 44 other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Greek, Hausa, Hindi, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. News reports submitted by free-lance journalists will be used in broadcasting to international audiences. The following general information pertains to the above-listed free-lance assignments: 1) Assignments are performed on a contract basis at various VOA, and/or OCB domestic and overseas locations. 2) Contractor candidates may be required to undergo a background security investigation and successfully pass the IBB’s security clearance process in order to receive work assignments. 3) Contractor candidates must be willing to work on an “as-required” basis, depending on when the VOA, or OCB requires the filing of news stories. 4) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 5) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements. Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default. The following criteria are used by the VOA and OCB to evaluate prospective contractors: (1) Newspaper, wire service, radio or television experience; (2) Experience in writing news for broadcasts; (3) Extensive knowledge of the target broadcast language(s); (4) Ability to produce work that demonstrates a keen knowledge of national and international issues; (5) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (6) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode additional streamed media, and ensure compliance with copyright restrictions; and (7) Documented (i.e., education/training and/or practical experience) knowledge of the principles and practices of journalistic writing, editing, and Internet publishing. Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis. Individuals who are interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance English or foreign language news broadcasting Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB) and/or overseas locations may submit written inquiries for additional information and/or submit their written statement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance English and foreign language news broadcasting assignments with the appropriate BBG organization(s) as follows: (a) For free-lance assignments with the VOA (Radio) in Washington, DC or overseas, submit written inquiries for additional information and/or contract technical proposals to the Voice of America (VOA), Attention: Ms. Cynthia Krasinski, VOA/C, Room 1300, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237,email address: cakrasin@voanews.com; (b) For free-lance VOA (Television) assignments in Washington, DC or overseas, submit written inquires for additional information and/or contracttechnical proposals to VOA – TV, Attention: Ms. Donna Buchan, VOA/O, Room 2276, Cohen Federal Building, 330 Independence Avenue, (SW), Washington, DC 20237, email address: dlbuchan@voanews.com; and (c) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/or contracttechnical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov. Any written inquiries and/or contract proposals responding to this Public Notice may be submitted to the above-listed respective VOA and/or OCB POCs at any time up to the June 30, 2012 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB. Place of Performance: 330 C Street, Sw, Room 4300 Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-12-Q3-R/listing.html
OutreachSystems Article Number: 120504/PROCURE/0540
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; naics!711510; writ*; script?; technical;
Department of the Army, Army Contracting Command, ACC – Rock Island (ACC-RI), ACC – Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
99–Draft PWS for the MEDLOG Follow-on solicitation. It is the Government’s intent for the interested parties to review and submit any questions or comments by 1500 CST on 18 May 2012 to Ben Geringer, (See Desc) W52P1J12R0093 051812 Ben Geringer, 309-782-1784 ACC – Rock Island (ACC-RI) (Subject Continued) benjamin.l.geringer.civ@mail.mil. Medical Logistics (MEDLOG) Contract Performance Work Statement (PWS) 1. Statement of Work. The United States Army Medical Materiel Center-Southwest Asia (USAMMC-SWA) is responsible for the operation and management of single Army theater ordering, receiving, inventorying, and distributing of medical logistics for the entire theater of operations. More specifically, the warehouse provides Army theater level medical logistics support as the executor of the Theater Lead Agent for Medical Materiel (TLAMM) for U.S. Central Command (CENTCOM) area including Iraq, Afghanistan, Kuwait, Qatar, United Arab Emirates; sustain health care operations by providing Class VIII (medical supplies) storage and distribution, biomedical equipment maintenance and management, medical logistics information systems support and training. 1. a. The Contractor shall conduct the following activities in accordance with the policies and procedures contained in Army Regulation (AR) 40-61, AR 710-2, AF 725-50, AR 735-5, DA Pamphlet 710-2-1; materiel handling (receipt, storage, issue, pack, and ship), HAZMAT materiel handling, forklift operations, basic customer support, and basic inventory management. 1.b. The Contractor shall requisition medical supplies three (3) months prior to expiration of on-hand stocks in accordance with AR 710-2, AR 725-50, and AR 40-61. 1.c. The Contractor shall store medical supplies in accordance with the policies and procedures contained in AR 40-61 and AR 190-51; and issue and distribute medical supplies in accordance with the policies and procedures contained in AR 40-61, AR 710-2, and AR 735-5. 1.d. The Contractor shall provide inventory management to include stock maintenance, rotation of expired stock, and replenishment of stock; maintain a storage plan for medical supplies in accordance with the policies and procedures contained in TB 740-10; perform quality control checks of all supplies maintained in storage in accordance with AR 40-61; protect and safeguard medical supplies in accordance with AR 40-61, AR 190-51. 1.e. The Contractor shall store controlled substances and pilferable drugs (narcotics), in accordance with those controlled substances and pilferable drugs identified by the designation of Note R and Note Q in the Federal Supply Catalog, DOD Section, Medical Materiel, and by physical security codes in the Army Master Data File. This will be governed by AR 40-61, AR 190-51. Handling of controlled substances will be conducted under the review of supported unit military pharmacy personnel and in accordance with AR 40-61, AR 40-3, and AR 40-7. The Contractor shall issue medical supplies in accordance with the policies and procedures contained in AR 40-61, AR 710-2, AR 735-5. The Contractor shall assist in the disposition of all medical supplies, medications, materiel, and equipment to supported units or the Defense Reutilization Management Office. 1.f. The Contractor shall be fully qualified in the operation of the following medical logistics automation systems prior to the star to the contract period: Theater Enterprise Wide Logistics System (TEWLS), Receiving, Storage, Quality Control, Shipping roles, and employ inventory management procedureswithin this and similar future systems applications. The government will provide required TEWLS, Defense Medical Logistics Standard Support (DMLSS)DMLSS Customer Assistance Module (DCAM), and future replacement legacy systems. 1.g. Sponsorship. The Contractor shall obtain local Qatari sponsorship for all personnel assigned to Doha, Qatar for the purpose of providing in-country legal representation, work visas, and resolution of other personal business or domestic matters, in compliance with Qatari labor laws. The Contractor shall be responsible for performing employment background/records checks on all Contractor employees, to include Foreign Nationals (FN). The Government may also perform a background/records check on Contractor employees. The Contractor shall not allow employees to perform duties under this contract if the check reveals sufficient derogatory information to consider that employee unfit for work in support of this contract. The Government reserves the right to have the Contractor remove from the work area any Contractor employee from performance under this contract that the Government deems to be unsuitable. The Contractor shall not allow any employee who has possession of or who is under the influence of, alcohol or other illegal substances to perform work. 1.h. Housing Requirements. The Contractor shall comply with Government Force Protection measures as directed by the ACO. The Contractor will ensure all housing provided to U.S. citizens under the contract meet the security standards stipulated by the ACO prior to leasing housing, the Contractor will consult with the ACO to ensure compliance with Force Protection measures. Records of current leases and Government approval(s) shall be maintained and available for Government inspection. All employees should be integrated into the Embassy’s warden system and briefed semi-annually on security plans and procedures. 2. Applicable Documents. The Contractor shall maintain a current library of all applicable publications associated with the requirements of this SOW. The Contractor may obtain electronic copies of pertinent government regulations and policies at http://www.usapa.army.mil. 3. Government Furnished Equipment. All equipment required to perform the services will be provided by the government at the site of operation, other than Personal Protective Equipment (PPE) which will be provided by the Contractor. 4. Period of Performance. Period of performance is for one base year with three evaluated option years. The Transition/Phase In period will begin on the effective date of the contract and shall not exceed 60 calendar days. a. Base Year: Date of Award – 365 Days After Award b. Option Year I: 366 Days After Award – 732 Days After Award c. Option Year II: 733 Days After Award – 1098 Days After Award 4.a. Hours of Operation/Place of Performance: Normal hours of operation will be 0700-2100, 7 days per week. Operations outside of normal hours of operation will occur as the mission dictates or in emergency situations. In accordance with Qatari Law, contractors will be required to include the appropriate overtime pay for 8 and 10 hour working conditions. The Contractor will keep a record of the personnel on contract and the amount of time they have worked. The record will be automated and electronically deliverable with the invoice for services performed. In addition, this record will be made available to the ACO at any time of request to insure safety and accountability. The Contractor must, at all times, maintain an adequate work force for the uninterrupted performance of all tasks defined within this scope of work. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the work force are essential to successful performance. 5. Contractor Personnel Requirements: The Contractor shall maximize opportunities to use U.S. expatriate personnel. The Contractor shall show proof of proficiency by submitting evidence and qualifications, to the maximum extent practicable, hire personnel who speak, read, write, and understand English for those positions interacting with government and other personnel in the performance of this contract, and/or where English is used or essential to provide the product, record data, information, or service. The contractor shall submit resumes of proposed individuals performing work on this contract. 5.a. Security Requirement. At all times, the Contractor shall maintain a workforce adequate to support a mission of this specific security requirement. Access to Camp As Sayliyah, Qatar and other bases will be in accordance with current ASG-QA PMO badge procedures and installation access policies. The Contractor shall comply with all security procedures prior to the beginning of the period of performance at no cost to the Government. Security requirements may change based on the posture of the nation, location, or government and civilian requirements. Certain missions will require personnel with a Common Access Card (CAC) and appropriate clearances to enter some secure areas in Qatar and perform specific functions on secure computer networks. 5.b. Contractor personnel who operate systems requiring clearances shall possess and maintain the appropriate Secret-level security clearances. 6. Basic Life Support: The Contractor is responsible to provide complete life support for contracted workers. This will include a provision for living areas, transportation to and from the living quarters to the place of duty, sustenance provisions, and all medical and dental treatment. The government will provide emergency medical treatment on site during duty hours only for Life, Limb, and Eyesight. Hospitalization will be limited to stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian facility, the Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation. The Contractor is responsible to maintain an adequate and qualified staff. 7. Contractor Services. 7.a. Item Management and Customer Support Services. The Contractor is responsible for accountability, control and replenishment of up to 5,000 lines of standard and non-standard medical and non-medical materiel for USAMMC-SWA and other Department of Defense (DOD) activities throughout the Central Command area of operations. The Contractor shall perfoem a variety of duties related to financial, inventory, and supply management in accordance with applicable Department of the Army (DA), DOD, and Federal regulations. The Contractor shall utilize TEWLS and apply a thorough working knowledge of TEWLS or similar current and future systems in order to perform a variety of processes and transactions. The Contractor will closely examine and systematically inquire into deviations from normal supply and demand patterns. The Contractor will review and analyze the validity of requirements which are unusual and determine impact on future materiel needs. 7.a.(1) The Contractor will review and submit requisitions based on stockage and customer requirements via electronic or manual means to various Sources of Supply (SOSs). The Contractor will investigate and reconcile discrepancies involving requisitioning and stock systems. The Contractor will create and update Stock Record Files (SRFs) and execute various processes in TEWLS or similar current or future systems. The Contractor will perform stock record maintenance, at or within prescribed levels, and review demand history to recommend/adjust requisitioning objectives (ROs)/ levels and reorder points (ROPs). The Contractor shall manage due-ins/due-outs by reviewing order status and delivery dates and communicating with customers and SOSs. The Contractor will monitor Zero Balances (ZBs), check estimated time of arrival (ETA), provide status, and expedite requirements as needed. The Contractor shall receive, analyze, and process urgent and priority requisitions to expedite receipt of critical medical supplies or find suitable substitutes. All receipts will be processed and/or summarized in TEWLS or similar current or future system. The Contractor will determine disposition and credit approval for customer turn-ins and ensure records are properly maintained, and any systems interface problems are resolved / reported. 7.a.(2) The Contractor may be required to manage one or more programs such as Excess, Easy Returns, Medical Chemical Defense Materiel (MCDM), Pandemic Influenza Materiel, Vaccines, etc. The Contractor will receive orders through various means from deployed units and ensure timely processing. The Contractor will be required to prepare and evaluate periodic reports, providing narrative for areas outside of prescribed management levels established by DA. The Contractor shall conduct inventories on an annual, cyclic, or special basis and perform causative research by utilizing TEWLS or similar current or future systems transaction history, reviewing receipt documents, searching locations, and checking other references. The Contractor shall generate Inventory Adjustment Reports (IARs), prepare supporting memos and documentation for those exceeding regulated standards, and ensure appropriate signatures are obtained. 7.a.(3) The Contractor shall coordinate with Customer Support Division, Receiving, Shipping, and Storage Sections to identify and correct deficiencies noted during the requisitioning and receiving of medical surgical products. The Contractor shall provide logistic support, requirements interpretation, advice, and procedural instruction to over 500 USAMMC-SWA customers on a wide range of medical logistics initiatives, concerns, and issues. 7.b. Warehouse Services. The Contractor shall perform a variety of warehousing tasks required in the movement and handling of up to 5, 000 lines of medical and non-medical material (i.e. supplies and equipment). The Contractor shall unload, receive and inspect incoming material, verifying against various associated documents. Contractor shall check stock number or other alphanumeric identifiers, nomenclature, manufacturer, model number, serial number, unit, quantity, damage if applicable, and expiration dates as required. The Contractor shall process documents and material, ensuring that any discrepancies are properly reported to Lead Supervisor. The Contractor shall segregate, palletize, or re-pack as needed. 7.b.(1) The Contractor shall store material in specific warehouse areas, palletizing, or breaking-down as appropriate. The Contractor shall place stock in primary location(s), ensuring that like items are placed together by checking documents, labels, bay tags, and markings. The Contractor shall monitor material for damage, deterioration, and expiration dates, handle accordingly and ensue that stock is properly rotated. The Contractor shall conduct inventory activities, match items to locations and identify any discrepancies. The Contractor shall compile/input requirements for picking and transport and restock replenishment items in specific locations. The Contractor shall maintain replenishment stockage, keeping it organized and properly labeled. 7.b.(2) The Contractor shall select material from location(s) based on Transfer Orders (TOs), that will be electronic (transmitted to handheld devices) or printed on paper, assuring correctness and fitness for issue. Per TOs, the contractor picks and then consolidates, preps, and stages inventory in or on containers, boxes, pallets, shelves, or loads. TEWLS is used to manage our inventory. On a reoccurring basis, reports [such as Transfer Orders (TOs), Transaction Registers, End of Month Reports, and other documents] are generated upon request and periodically from the system. On a daily basis, TOs that list supplies the customers have ordered are printed or generated and managed on hand-held Radio Frequency (RF) devices. The Supply Tech will take these TOs, organize as appropriate, and begin to pull supplies from the shelves in accordance with the orders received via the TO. 7.b.(3) The Contractor shall operate various Material Handling Equipment (MHE) capable of lifting as much as 10,000 pounds, as high as 25 feet to move, load or unload, transfer and transport, and stack and un-stack palletized goods, boxes, crates, merchandise, and material from one location to another. On occasion, the Contractor may be required to operate MHE capable of lifting up to 15,000 pounds as high as 25 feet. The Contractor shall perform operator-level maintenance on all MHE. The Contractor shall follow general safety practices when operating equipment and performing operator’s maintenance on equipment. The Contractor shall maintain current licensure and certification requirements to operate Government Furnished Equipment (GFE). 7.b.(4) Shipping Control. The Contractor shall plan, direct, and coordinate the full range of activities associated with shipping and transportation, and process documents pertaining to the shipment of up to 5,000 lines of medical items to include all information pertaining to the movement of the product according to customer requirements. The Contractor shall have a thorough regulatory and procedural knowledge of material management and shipping operations and the automated supply system, TEWLS. The Contractor shall have a good working knowledge of procurement, receipt, storage shipping and distribution of non-standard supply items. The Contractor shall coordinate with other activities, which are involved in the material handling process, e.g. inventory, storage, shipping and transportation, to reconstruct complicated supply transactions, locate missing supply items, reconcile automation issues and organize transportation support/services. The Contractor shall coordinate and work cooperatively with commercial and military transportation services and within the transportation systems to prepare, pack, and ship medical materiel in accordance with customers’ needs. 7.b.(5) Receiving and Storage Control. The Contractor shall receive a variety of medical material through different carriers from the Continental United States (CONUS), the U.S. Army Medical Materiel Center- Europe (USAMMC-E), local vendors, and customers. The Contractor shall receive material with accompanying transportation control and movement documents (TCMDs) and/or packing lists. The Contractor shall identify material with incorrect, incomplete, or absent documents by researching computerized manufacturer catalogs, supply publications, or other similar resources. The Contractor shall compare stock numbers, part numbers, nomenclature and quantity with shipment document, contract and/or computer information. The Government shall have unlimited electronic access to these records. The Contractor shall initiate Supply Discrepancy Reports (SDRs) for overages, shortages, incorrect stock shipment, and short-dated or expired material. The Contractor shall closely monitor and control the receipt and placement of controlled items in the vault area. The Contractor shall inspect each receipt for serviceability and manufacturer or expiration date. The Contractor shall determine whether items have to be re-packed and prepare re-work sheet accordingly. The Contractor shall prepare accompanying paperwork for all items requiring technical inspection or cleaning service. The Contractor shall route expired material to/for destruction. The Contractor shall enter quality control information into the quality control computer file and assign next inspection date, as appropriate. The Contractor shall identify incoming material as warehouse stock, customer orders, or cross-dock items. 7.b.(6) Cold Chain Management Services. The Contractor shall, in coordination with the Receiving section, identify, receive, inventory, safeguard, and verify the Cold Chain Management (CCM) integrity of incoming Temperature-Sensitive Medical Products (TSMP). The Contractor shall select proper TSMP according to the TO or other order document for packaging. The Contractor shall correctly stage, prepare, and package TSMP for shipment according to protocol and SOP to ensure integrity of the product during shipping. This includes the use of proper packaging materials and knowledge of temperature monitors (TempTakes, ets). The Contractor shall, in conjunction with the Shipping section, ship and monitor in-transit TSMP for delays in shipping and notify management of shipping delays that could potentially compromise TSMP shipments. Contractor shall communicate with customers to alert them of in-bound TSMP, verify receipt of TSMP, and receive temperature monitor data which they will make available to the USAMMC-SWA Material Management Division Chief and pharmacist for product release. The Contractor will verify proper local storage of TSMP by maintaining and monitoring equipment temperature logs (paper and electronic) and promptly addressing any issues with equipment. The Contractor shall monitor levels of CCM packing materials (insulated boxes, refrigerator/freezer gel packages, marking stickers, bubble wrap, etc.) to ensure sufficient material is available to package and ship according to mission requirements. The Contractor shall make record of all shipments on all applicable systems and logs; will conduct inventories as required, and will submit reports as required. 7.c. Senior Logistics Warehouse Services. The Contractor shall manage the Receiving, Shipping, or Storage Section. The Contractor shall pass on instructions, schedules, deadlines and other information from the supervisor and start work (i.e. by assigning immediate tasks, projects, etc.) to be performed by individual members of the group. The Contractor shall check work in progress and upon completion to insure compliance with supervisor’s instructions with reference to work sequence, priorities, procedures, methods and timetable or deadlines. The Contractor shall work along with employees, setting the pace and answering questions of other workers on procedures, policies, written instruction sand other directives. The Contractor shall assure safety and housekeeping rules are followed. 7.c.(1) The Contractor shall provide information to the supervisor on status and progress of work, delays and their causes, overall work operations and problems (e.t. additional on-the-job training for individual employees, MHE status, etc.). The Contractor shall answer the supervisor’s questions on overall work operations and problems and may assist in developing plans for storage and arranging of stock. 7.c.(2) The Contractor shall review and process activities support/change requests, and forward any questionable requests to the supervisor. The Contractor shall review documentation with assigned areas for accuracy and ensure that any needed adjustments are made. The Contractor shall ensure proper receipt processing input into TEWLS, or similar or future systems. 7.c.(3) The Contractor shall perform all warehousing tasks required in the movement and handling of over 5,000 lines of medical and non-medical material (i.e. supplies and equipment, new and excess). 7.c.(4) The Contractor shall unload, receive, and inspect incoming material, verifying against various associated documents. The Contractor shall check stock number or other alphanumeric identifier, nomenclature (manufacturer, model number, and serial number), unit, quantity, damage, and, if applicable, expiration date. The Contractor shall process documents and material, ensuring that any discrepancies are properly handled. The Contractor shall segregate, palletize or repack as needed. 7.c.(5) The Contractor shall store material in specific warehouse areas, palletizing or breaking-down as appropriate. The Contractor shall place stock in primary locations, or if necessary, secondary locations being sure that like items are placed together by checking documents, lables, bay tags, and markings. The Contractor shall monitor material for damage, deterioration, and expiration dates, handling accordingly and ensure that stock is properly rotated. 7.c.(6) The Contractor shall compile/input requirements for picking, tansporting and restocking replenishment items in specific locations. The Contractor shall maintain replenishment stockage, keeping it organized and properly labled. The Contractor shall select material from locations based on various documents, assuring correctness and fitness for issue. The Contractor shall pick and consolidate/prepstage in/on boxes/containers/pallets/shelves and loads. 7.c.(7) The Contractor shall receive various medical gases in bulk and varying cylinder sizes and may be required to analyze oxygen purity. 7.d. Hazardous Materiel Requirement. The Contractor shall be certified and trained in hazardous material handling operations. The Contractor shall possess a certificate of training for basic HAZCOM training according to workplace hazards per 29 CFR 1910.1200 and the Department of Transportation (DOT) provisions under 49 CFR 172, for the transportation of biological wastes, infectious wastes, radiological wastes, and HM. The Contractor shall be Hazardous Waste Operations and Emergency Response (HAZWOPER) certified. The Contractor shall make technical and educated decisions on borderline cases within assigned areas of responsibility. The Contractor shall train and certify Soldiers and civilians on storing and handling of hazardous/flammable material. The Contractor must maintain updated Standing Operating Procedures (SOP) addressing flammable/hazardous material. The Contractor shall maintain current knowledge of flammable/hazardous material handling guidelines, keep abreast of, and implement latest procedural changes in storing and handling flammable/hazardous material. 7.d.(1) The Contractor shall maintain special storage areas and locations for flammable/hazardous supplies prior to storing material. The Contractor shall receive and store flammable/hazardous material IAW Occupational Safety and Health Administration (OSHA) standards. The Contractor shall check all incoming hazardous/flammable material for damage, tampering or other deficiencies and take appropriate actions prior to placing material into location or further routing to customer. The Contractor shall determine short or misplaced items and initiate corrective action. The Contractor shall check continuously for expiration dates on the spill response substances/equipment and submits orders as appropriate for resupply of expired or depleted stocks. The Contractor shall receive requests for issue of items (Transfer Orders) and check item identification codes in TEWLS for completeness and correctness in order to properly identify and pick items. The Contractor shall compile, pack, and mark items for shipment/issue ensuring compliance with supporting documentation. The Contractor shall ensure that storage area and materiel stored are protected against damage, deterioration and pilferage. The Contractor shall transcribe all necessary supply transactions and data required to update the processing system. The Contractor shall ensure materiel is marked and labeled in accordance with OSAH standards and have appropriate Materiel Safety Data Sheets available. 7.d.(2) The Contractor shall have all requisite PPE in order to perform the duties in each respective area of the mission and its parameters. This includes, but is not limited to, steel-toe boots, eye protection, hard hats, and over-garments. 7.e. Transportation Management. The Contractor shall manage daily commercial and military air shipments between USAMMC-SWA and Al Udeid Air Base (AUAB). The Contractor shall provide updated daily status reports for all military and commercial air shipment transactions. The Contractor shall coordinate and interface with the Air Force personnel (load planning) to expedite shipments and ensure there are no back-logged in the shipping yard in excess of 5 days. The Contractor shall manage transportation supply issues (cargo nets, straps, etc.) and maintain accountability of these items to ensure sufficient shipping materiel is available for transportation requirements. The Contractor shall write Radio Frequency (RF) tags and Tracking Control Momement Documents (TCMDs) for all Air Mobility Command shipments. This includes all refrigerated (refer), vault, hazmat, and general cargo pieces. The Contractor shall be able to access and utilize the Global Air Transportation Execution System (GATES) and In-Transity Visibility (ITV) or other similar future gracking systems to provide timely shipment status and delivery confirmations. The Contractor shall provide daily transportation escorts for ALOC shipments from Camp As Sayliyah to Al Udeid Air Base. The Contractor shall coordinate with AUAB loading planners and cargo handlers on loading Class VIII ALOCs on to MILAIR cargo manifest and ensure minimum delay at the cargo yard. The Contractor shall coordinate shipment of special handling/storage items (refer and vault) in a timely manner via commercial air transportation. The Contractor shall coordinate with Qatari customs office to clear medical materiel shipment in/out of AUAB. The Contractor shall coordinate transportation support to/from Camp As Sayliyah and AUAB as well as Doha International Airport. 7.f. Information Management Services. The Contractor shall work independently to support 11 Itanium servers; maintain Secure TelNet, FTP and proprietary services for all customers throughout the CENTCOM AOR and ensure secure operation of all servers and services through the use of security and encryption tools such as SSH and HTTPS and through staff training and documentation IAW Army Regulation 25-2, 24 October, 2007 and DoD 8570.01-M Information Assurance, Workforce Improvement Program, 19 December 2005. The Contractor shall perform duties as an System Administrator IAW AR 25-2, paragraph 3-3a, for USAMC-SWA of such systems or programs as logistics STAMIS like TAMMIS, DMLSS, and DCAM. The Contractor shall enforce the Information System (IS) security guidance policies as provided by the IAM and perform IASO duties if an IASO has not been appointed. Enforce system access, operation, maintenance, and disposition requirements. The Contractor shall ensure that personnel meet required security investigation, clearance, authorization, mission requirement, and supervisory approval before granting access to the IS. The Contractor shall report security violations and incidents to the servicing RCERT (Regional Computer Emergency Response Team) in accordance with Section VIII, Incident and Intrusion Reporting. The Contractor shall conduct comprehensive network assessments of his or her networks as authorized. The Contractor will ensure Configuration Management (CM) including all pertinent patches and fixes by routinely reviewing vendor sites, bulletins, and notifications and proactively updating systems with fixes, patches, definitions, and service packs with IAM or IAPM approval. The Contractor will ensure any system changes resulting from updating or patching are reported to the IAM/IASO. The Contractor shall maintain current anti-virus (AV) engines and definitions on all ISs. The contractor will review and verify currency of user accounts, accesses, and logins. The contractor shall remove departing users’ accounts before departure. The Contractor shall terminate inactive accounts verified as no longer required that exceed 60 days. The Contractor shall suspend user accounts for the following types of actions: actions that knowingly threaten, damage, or harm the IS, network or communications security; revocation, suspension, or denial of security clearance or interim security clearance investigations; or unauthorized use of IS and networks per AR 25-2 para 4-5.s. The Contractor shall remove or disable all default, guest, and service accounts in ISs or network devices, and rename administrative accounts as applicable. The Contractor shall maintain and use at least 2 separate accounts for access to network resources, 1 for their privileged level access and a separate general user, non-privileged level account for routine procedures. The Contractor shall review IS and network audit logs and log files, and report anomalous or suspicious information in accordance with Section VIII, Incident and Intrusion Reporting. The Contractor shall monitor IS performance to ensure that recovery processes, security features, andprocedures are properly restored after an IS has been rebooted. The Contractor shall monitor IS performance to ensure that processes, security features, and operating system configurations are unaltered. Perform equipment custodian duties as necessary. The Contractor shall notify the IAM or IAPM when a system no longer processes sensitive or classified information, or when changes occur that might affect Certification & Accreditation (C&A), to obtain disposition or resolution instructions. The Contractor shall ensure CM for security-relevant IS software (including IS warning banners) and hardware is maintained and documented. Implement and test IS and data backup procedures for integrity. The Contractor shall prohibit attempts to strain or test security mechanisms or to perform network-line or keystroke monitoring without authorization. The Contractor shall establish audit trails, conduct reviews, and create archives as directed by the IAM. 7.g. The Contractor shall provide desktop support for Microsoft workstations; administer, verify, and restore from backups; replace defective hardware on clients and servers as necessary. The Contractor shall maintain integrity of user accounts and data on Itanium server. The Contractor shall perform recovery when needed; perform maintenance on user accounts; add, remove, and modify accounts as necessary. The Contractor shall manage UNIX security features to protect confidential information while allowing appropriate access. The Contractor shall create and maintain mailing lists and aliases. The Contractor shall develop and test new servers and services, including writing scripts and patching existing source code. The Contractor shall provide training and opportunities for learning UNIX systems to local users and to supported units. The Contractor shall serve as the USAMC-SWA logistics focal point and authority for policy, implementation, and development of requirements to support logistics STAMIS such as TAMMIS, Defense Medical Logistics Standard Support (DMLSS), and DMLSS Customer Assistance Module (DCAM). The Contractor shall provide staff oversight, interface, and integration of intermediate and long-range programs supporting USAMMC-SWA logistics STAMIS activities and requirements. The Contractor shall provide logistics support planning, analysis, and guidance to USAMMC-SWA of such systems or programs as TAMMIS, DMLSS, and DCAM. The Contractor shall support over 500 customers and shall be responsible for network connectivity/administration, helpdesk procedures, configuration management, and automation acquisition within the information management office. The Contractor shall provide on-site evaluation of logistical systems representing USAMMC-SWA as a technical or systems expert. The Contractor shall arrange higher level or contractor support maintenance of assigned equipment. The Contractor shall prepare or supervise the preparation of technical studies, evaluations, reports, correspondence, and records pertaining to information system operations. The Contractor shall direct high level programming projects. The Contractor shall brief staff and operations personnel on matters pertaining to information systems. 7.g.(1) The Contractor shall serve as the Logistical Systems Analyst performing one or more of the following duties: 7.g.(1)a. Provide the Command with quality supply management and stock control support to include the development, implementation and maintenance of automated systems and operating procedures and guidance papers. 7.g.(1)b. Prepare briefing packages and provide briefings to higher management. 7.g.(1)c. Apply knowledge of TEWLS and applicable functional operating instructions. 7.g.(1)d. Analyze methods of attaining established program objectives and reviewing supply management systems. 7.h.(2) The Contractor shall have the following requirements: 7.h.(2)a. A systems/network administrator to oversee and maintain the Class VIII medical logistics requisition system familiar with database design, use, characteristics, and capabilities working with UNIX and TEWLS. 7.h.(2)b. Possess effective communication skills and the ability to interact professionally with a diverse group of staff and units and ability to work productively in teams. 7.h.(2)c. Solve problems with previous programming or scripting experience. 7.i. Bio-Medical Equipment Repair. The Contractor shall service, repair, and maintain medical equipment. This may involve working on equipment that involves mechanical, hydraulic, pneumatic, electronic, digital, optical, and radiological principals. 7.i.(1) Qualifications. 7.i.(1)a. Graduate from the DOD Biomedical Equipment Technician Training School with at least four years of experience in the field or, 7.i.(1)b. Graduate from an accredited biomedical equipment technology program (minimum two-year associate’s degree) and five (5) years’ experience in the field. 7.i.(1)c. Must have a high level of competence in repair of mechanical, electro-mechanical, electronic, and/or computer medical technology to sufficiently diagnose and repair devices and systems. 7.i.(2) The Contractor shall prepare and submit medical equipment maintenance records and reports on the DMLSS-Equipment and Technology Management (E&TM) module, Standard Army Maintenance System-Enhanced, or equivalent or future system. 7.i.(3) The Contractor shall follow departmental Standard Operating Procedures, inspect newly acquired medical devices and systems for safety and function; attach and assign appropriate control numbers and labels to clinical devices; acquire the necessary information for accurate database inventory entry. 7.i.(4) The Contractor shall conduct complete performance assurance and electrical safety testing; performs preventive/scheduled maintenance on medical devices as required; assists in the development of testing protocols. 7.i.(5) The Contractor shall respond to medical equipment problems in clinical or research areas; evaluates, troubleshoots and corrects problems up to and including those requiring novel solutions and expert diagnostic skills, involving unfamiliar equipment, and having the highest level of acuity and complexity; determines the need to remove and/or replace malfunctioning medical devices from service and implements accordingly. 7.i.(6) The Contractor shall perform repairs and calibrations with the highest degree of complexity or requiring expert diagnostic and repair skills. 7.i.(7) The Contractor shall participate in installation and updates of medical devices when required, including those requiring software revision; provides technical feedback for device evaluations. 7.i.(8) The Contractor shall make periodic rounds of assigned clinical areas to assess operation of medical devices; notes trends and develops and implements solutions, validated by the Supervisor, to address recurring problems. 7.i.(9) The Contractor may be required to instruct clinical, research, and technical staff and other support personnel on the operation, safe use, care and handling, and user maintenance procedures for medical equipment. 7.i.(10) The Contractor may be required to instruct department and other equipment technical staff on testing, calibration, preventive maintenance, trouble-shooting and repair of medical equipment and basic design and theory of the same and serve as a technicalresource to military Bio-Medical Equipment Technicians (BMETs) for difficult tasks. 7.i.(11) The Contractor may be required to use a computer database in order to set examples in documentation of work performed in terms of quality, thoroughness, accuracy, and timeliness. 7.i.(14) The Contractor shall Participate in medical maintenance customer assistance visits or maintenance repair missions to Iraq, Afghanistan, Kuwait or any of USAMMC-SWA area of responsibility. 8. Workplace Safety. It is the responsibility of the Contractor to provide suitable PPE for contracted workers as stated in this section of the SOW. It is the responsibility of the Contractor to insure and verify that all personnel contracted understand and comply with the safety regulations that are set forth in this PWS and any specific regulations that are required at the work site or updated for work at the worksite. Consideration may be granted if the changes after award require additional training time or significant skill requirements as determined by the U.S. Government Safety Program Coordinator. 8.a. Safety/Hard Hats. The Contractor shall provide safety hats to personnel that protect against falling objects. This item will be work by all personnel during pulling, storing, and loading and unloading supply operations as well as during the operation of any forklifts, stock selectors, or similar equipment. This will be a commercially purchasable item. 8.b. Footwear. The Contractor shall be required to wear boots or other industrystandard safety footwear during warehouse operations (pulling, storing, loading and unloading supplies). These boots will have steel or industry-approved to re-enforcement. Failure to provide/wear these items, properly train the user regarding usage or the user failing to wear the items during a mission will reflect in the Contrator’s performance review and be held against the Contractor’s ability to perform the mission. 8.c. Eye Protection/Goggles. The Contractor shall wear government provided approved eye protection when appropriate or when directed in order to protect from falling fragmentation. The eye protection will have day (high visibility) sens and a clear/yelloe (low visibility) lens, or it may be two different glasses meeting the same requirements. 8.d. The Contractor shall comply with safety requirements in the contractual agreement, to include the standards and requirements outlined by OSHA, the National Fire Protection Administration, Army Regulation 385-10 (Army Safety Program), the Department of Defense, and the Department of the Army. 8.e. The Contractor shall immediately notify the designated Government representative of any injury to a contractor employee. The Government will advise the Contractor if additional information or foms are required. The Contractor shall prepare a Report of Accident, U.S. Army Accident Report, and DA Form 285 (or appropriate documentation) and forward the original and one copy to the Contracting Officer within five (5) workdays after a reportable accident occurs. In addition, the Contractor shall address accidents in the Safety Plan as part of an overall Management Plan under the Contract Data Requirements List (CDRLs). 9. Performance Requirements Deliverables. 9.a. Performance Measures. In addition to performance standards identified in this SOW, the USAMMA supply Bulletin 8-75-11 contains additional quality control and performance measures that the contractor shall adhere to. 9.b. Sales Order (SO) processing time is defined in TEWLS as the measure of time from the generation of a customer SO to the order processed as “Goods Issue”. The goal for this processing time is two (2) days for stocked lines on hand. 9.c. Inventory Accuracy Rate provides information regarding the accuracy of on-hand recorded accountable records. Values associated to this measure can indicate a problem with the reliability of on-hand balances often attributed to a failure to accurately, or in a timely manner, post receipts. The goal for this measure is 95%. 9d. Location Accuracy Rate is a comparison measure of locator records with actual physical location of assets expressed as a percentage of accuracy. This can be an indicator of effectiveness at placing materiel in its designated location and posting appropriate data to locator records. The goal for this measure is 98% 9.e. Receipt processing time represents the lapsed time from receipt of material until the receipt is posted to accountable records. The management objective is one (1) day. 10. Contractor-owned/Contractor-operated vehicles. All contractor-owned, or leased vehicles shall be clearly marked as visible means of identifying the vehicle as a contractor-operated vehicle and in accordance with the ASG-QA vehicle marking and security plans. 10.a. Maintenance and repair of Contractor vehicles. The Contractor shall not use any Government-owned facilities, tools, materials, or repair parts to maintain Contractor-owned vehicles without prior approval of the Government. 10.b. The Government shall provide fuel for all Government-provided and Contractor-leased vehicles and equipment. 10.c. The Contractor shall use Government-provided vehicles for purposes of Contract performance. Government -provided transportation shall not be used for “domicile-to-duty” or any other unauthorized purpose. Place of Performance: ACC – Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL 61299-6500 US URL: https://www.fbo.gov/notices/607ac903862ef798b3e8a8ccff1b1b47
OutreachSystems Article Number: 120504/PROCURE/0735
Matching Key Words: writ*; script?; copy; technical; standard; operating; procedure?;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Bragg, MICC Center – Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
U–Domestic Violence Prevention/Training/Education W91247-12-P-1 050812 Douglas N Ralph Jr., 910-908-1920 MICC Center – Fort Bragg See Statement of work: A summary is provided below: 1.1 Description of services and introduction: The contractor shall provide all personnel, equipment, tools, materials, supervision, other items, and non-personnel services necessary to perform a training class in an alternate format that educates audiences on domestic violence, its many forms, ways to recognize it and ways to make it stop. This is done theatrically all through irreverent song and dance. The intent is to explore alternate delivery platforms for presenting information that addresses issues in a way that makes sense to our target audience. 1.2 Background: Traditional slide presentations have had little to no effect on expressing the severity and importance of domestic violence, Control, and Assault to our audience. The uses of nontraditional delivery methods to illustrate “real life situations” have recently proved very successful in expressing the themes of domestic violence and other emotionally challenging subjects. The presentations that we are seeking will educate/train our audience, and will be used to disprove domestic violence myths and educate Soldiers, DA Civilians, and Family members on ways to prevent abusive relationships in lieu of slide presentations. 1.3 Objectives: The effective delivery of training provides an opportunity to raise awareness of domestic violence, educate about the signs of abuse, and emphasize the negative impact it has on family readiness. 1.3.1 Point out common mistakes made by parents and friends in their frustrated attempts to help the victim escape the abuse. 1.3.2 Bring to light common tactics used by abusers to trap victims into a rigidly controlled relationship. 1.3.3 Point out to abusers the pain and misery they bring to the lives of others through their actions. 1.4 Description of services and introduction: Provide two classes with the format discussed above on the following topics: 1) Domestic Violence; 2) Control and Assault. Each class will consist of two performances. There will be one performance of each class per day, for two consecutive days per installation. Therefore, there will be four classes of the domestic violence class presented, two per day, for a two day period. There will also be two classes of the Control and Assault class presented one per day, for a two day period. These performances will be approximately one-hour musical productions with time for Q&A following the performances. The contractor will conduct these performances/training sessions at the following locations: Fort Benning, Georgia (Tentatively June 2012) Fort Bragg, North Carolina (Tentatively May 2012) Fort Campbell, Kentucky (Tentatively July 2012) Fort Carson, Colorado (Tentatively August 2012) Eglin Air Force Base, Florida (Tentatively October 2012) Joint Base Lewis McChord, Washington (Tentatively September 2012) Fort Stewart, Georgia (Tentatively June 2012) Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC 28310-5000 US URL: https://www.fbo.gov/notices/bb077419b873ed366acf366fe9d66ee1
OutreachSystems Article Number: 120503/PROCURE/0487
Matching Key Words: state!ky;
Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE LA-325 Washington DC 20540-9411
99 — Video Conference Systems LCCOP12R0026 050912 Arneen F Dozier, Contracting Officer, Phone 202-707-0406, Fax 202-707-8611, Email adoz@loc.gov Request for Information Pursuant to FAR 15.201 (C) for Video Conference System for the Register’s confernce. The Library of Congress, Copyright Office (CO) seeks to solicit informaiton from potential vendors and propse a design with cost to obtain full video conferencecapability for the Register’s conference room. Please see attachment for additional information and drawings. Place of Performance: Copyright Office Washington, DC 20540 US URL:https://www.fbo.gov/spg/LOC/CS/CS1/LCCOP12R0026/listing.html
OutreachSystems Article Number: 120503/PROCURE/0519
Matching Key Words: video*; conference?;
Department of the Interior, U. S. Geological Survey, USGS – All Offices, 12201 Sunrise Valley Drive, Reston, VA 20192
R–Technical Writer 40038229 050212 Name: Wesley Harris, Title: Contract Specialist, Phone: 7036487369, Fax: , Email: wharris@usgs.gov; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 40038229 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 561499 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2012-05-02 17:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Reston , VA 20192Place of Performance: Reston , VA 20192 20192 US URL: https://www.fbo.gov/spg/DOI/USGS/USGS/40038229/listing.html
OutreachSystems Article Number: 120502/PROCURE/0062
Matching Key Words: writ*; technical; standard;
National Aeronautics and Space Administration, NASA Shared Services Center, Procurement Division, NASA Shared Services Center Procurement Division Building 1111 Stennis SpaceCenter, MS 39529-6000
U–ACTIVE NOISE AND VIBRATION CONTROL NNX12TD95P 051812 William Richard Horton, Contract Specialist, Phone 228-813-6120, Fax 228-813-6493, Email william.r.horton@nasa.gov – Eli Ouder, Contracting Officer, Phone 228-813-6168, Fax 228-813-6315, Email eli.c.ouder@nasa.gov William Richard Horton ****PLEASE SEND ALL QUESTIONS AND QUOTES TO CANDICE C. TALLEY ONLY. CONTACTINFORMATION IS WITHIN THE BODY OF THIS SOLICITATION******* This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6 as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued. NASA/NSSC has a requirement for a course entitled Active Noise and Vibration Control. The objective of the training is for the employees at Johnson Space Centers EngineeringLoads and Structural Dynamics branch to gain a foundational knowledge of active noise andvibration control for application with International Space Station (ISS) payloads andfuture space vehicle launches. The course shall be tailored to NASA and addressimprovement of comfort and crew effectiveness of manned spacecraft by reducing the cabinvibration and noise levels, increase in spacecraft performance characteristics byreducing vibration level, and increase in spacecraft life and improve life cycle costs bydecreasing fatigue loading which is produced by noise and vibration. Instruction innoise cancellation methods, active versus passive control, basic principles of activecontrol, electronic control systems, active noise and vibration control sources,referencing and error sensing, and applications of active noise and vibration controlshall all be covered. The vendor shall be responsible for providing all trainingmaterials. The vendor shall conduct one four-day session for 15 students. Trainingshall be held at NASAs Johnson Space Center June 25 28, 2012.Offeror should include a proposed course outline/curriculum that will address allrequirements identified in the statement of work and is well thought out and utilizesappropriate instruction techniques or approaches. Offeror should include theinstructors biography and resume to show the appropriate education, training andexperience necessary to conduct this course successfully. This acquisition is a small business set aside reserved exclusively for small businesses. The offeror shall state in their offer their size status for this procurement. A firmfixed price contract is anticipated.All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by May 18, 2012 by 3:30 p.m. CST toCandice C. Talley, Candice.C.Talley@nasa.gov, or faxed to 228-813-6891 and must includesolicitation number, discount/payment terms, identification of any special commercialterms, and be signed by an authorized company representative. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.232-34. The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Candice C.Talley, Candice.C.Talley@nasa.gov, or faxed to 228-813-6891 no later than May 12, 2012.Telephone questions will not be accepted. EvaluationSelection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the trainingoffered meets the Government’s requirement. Each offerors quote shall include a listing of three occurrences teaching the four-dayActive Noise and Vibration Control course in the past three years. The dates of trainingfor each of the three courses shall be provided. A point of contact reference includingname, phone number and email address shall be included for each of the three coursestaught. NASA/NSSC will contact each of the three references for each offeror to verifythat the course was taught on the dates provided and that the course of instruction wassatisfactory. Failure to provide three offerings including references of the four-dayActive Noise and Vibration Control courses taught in the past three years will be deemedtechnically unacceptable. If a reference for an offerors four-day Active Noise andVibration Control course states that the training was less than satisfactory, the offerorwill be deemed technically unacceptable. NASA/NSSC will make multiple attempts tocontact references. Offerors quote shall not exceed 10 pages in length.Any offeror that does not meet all of the requirements listed in the Evaluation sectionof this solicitation will receive an overall DOES NOT MEET and will be eliminated fromfurther consideration and be deemed technically unacceptable.An ombudsman has been appointed — See NASA Specific Note “B”. It is the offeror’s responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi.Potential offerors will be responsible for downloading their own copyof this combinationsynopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. URL:https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX12TD95P/listing.html
OutreachSystems Article Number: 120502/PROCURE/0087
Matching Key Words: writ*; copy; technical;
Department of the Interior, National Business Center, AQD – Washington D.C., DOI, OIG Procurement Division12030 Sunrise Valley DriveSuite 350RestonVA20191US
U–Multmedia Fraud Awareness Training Video D12PS00280 052312 Douglas Stickler Douglas_Stickler@doioig.gov ROO FRAUD AWARENESS TRAINING VIDEO URL:https://www.fbo.gov/notices/8a7682be53b59493a13ccebcbcfac67d
OutreachSystems Article Number: 120502/PROCURE/0088
Matching Key Words: video*; train*;
Department of the Air Force, Air Force Materiel Command, ASC – Aeronautical Systems Center, 2275 D Street Wright-Patterson AFB OH 45433-7218
99 — F-16 Interim Service Contract Six-Month Extension Sources Sought Synopsis FA8621-11-R-6260 082911 Julianne Rinkinen, Contract Negotiator , Phone 9372554931, Email julianne.rinkinen@wpafb.af.mil – Shelley Coffe, Contract Officer , Phone 9372554908, Email shelley.coffe@wpafb.af.mil Solicitation Number: FA8621-11-R-6260 Notice Type: Sources Sought Synopsis: This effort is separate from the previous sources sought synopsis (FA8621-11-R-6254). The period of performance for this effort will be six-months from 01 May 2012-31 October 2012. All equipment is contractor owned; no equipment will be provided by the government. Please respond ONLY if you can provide ALL requirements listed below. F-16 Mission Training Center (MTC) Follow-on Services Sources Sought Notice Description I. Sources Sought Synopsis: This announcement constitutes a Sources Sought Synopsis (SSS), no solicitation exists; therefore, do not request a copy of the solicitation. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the US Government to form a binding contract. Companies that respond will not be paid for the information submitted. a) The Government is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to requirements to provide training services for F-16 Mission Training Centers (MTC) following the end of the existing MTC services contract in April 2012. Only United States companies will be considered for contract award. b) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal costs, of the Federal Acquisition Regulation. Companies responding to this market research are advised that participation does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this research. Respondents are solely responsible for all expenses associated with responding to this SSS. c) Although “proposal” and “offeror” are used in this Sources Sought Synopsis, your response will be treated as information only. It shall not be used as a proposal. d) Background: The F-16 MTCs are currently operating at the following Air Force Bases: Shaw, Misawa, and Spangdahlem. The F-16 MTCs are part of the Distributed Mission Operations (DMO) Program. DMO is an operational readiness initiative that networks geographically separated training devices in a real-time synthetic battlefield. It is scalable to provide individual, team, and team-of-teams combat training and mission rehearsal. It is the backbone for the Virtual Flag exercise used for AEF spin-up and the cornerstone of the AF training transformation. The F-16 MTC Integrated Product Team at Wright-Patterson AFB, OH is responsible for fielding aircrew training device capability that ensures the trainers maintain concurrency with the aircraft co-located at each base. Currently this capability is provided through a training simulation services contract that meets the Air Force requirements. This contract is programmed to end in April 2012. e) The Government anticipates a FAR Part 15, services contract with an extension of the current contract for six-months from 01 May 2012-31 October 2012. f) All current MTC equipment is contractor owned, in the required aircraft platform configuration and DMO standards, therefore no equipment will be provided by the Government. Any potential offeror must be able to provide fully operational F-16 units to the Air Force. All services will be housed in Government facilities and utilized by personnel designated by the government. Government-contracted instructors, separate from this acquisition, will use all aspects of the services in preparation for and conduct of lessons. g) Payment for training services under this contract will commence with start of service at each site. h) The purpose of this SSS is to determine offeror interest in providing training service support on contractor-owned fully operational F-16 MTC units to the Air Force. II. Program Requirements: a) This document specifies the performance requirements for the United States Air Force (USAF) F-16 Block 50 Mission Training Center (MTC) System Services that provide interim training services between the current contract, FA8621-07-D-6272, and the Full-Up F-16 Block 40/42/50/52 System Procurement contract. In this document the term Block 50 refers to F-16 Block 50/52. System Services refers to the total services provided under this contract, to include, but not limited to F-16 MTC simulation, security, mission control, and support capabilities. An F-16 Mission Training Center (MTC) shall consist of a four-ship F-16 system simulation along with scenario generation capability and two briefing/debriefing stations. Each System Simulation will consist of a representation of the appropriate F-16 aircraft model, both cockpit and software simulation, Instructor Operator Station (IOS), and a synthetic environment. Each F-16 MTC shall support basic and advanced mission training, tactics validation, operational test and evaluation, exercise support, and mission rehearsal, to include but not limited to, all weapons, internal and/or external sensors, communication systems, avionics systems associated with the F-16 Block 50, and operation in both local and Distributed Mission Operations (DMO) environments. Each F-16 MTC constitutes a DMO Federate System that can interoperate with other geographically distributed DMO Federate Systems, as part of a larger DMO Federation linked by the DMO Network (DMON), to provide real-time combat team training during scheduled DMOEvents. The F-16 MTC shall provide a four ship system simulation that is capable of single-ship, local multi-ship, and long-haul multi-ship (DMO) training and mission operations at each operating location. The system simulation shall provide an ownship simulation; a realistic, high-fidelity synthetic environment with synthetic forces; all avionics and weapons; an IOS to control each cockpit; and a visual system with the full field-of-view (FOV) experienced by the pilot in the aircraft. System service at an operating location shall provide two brief/debrief rooms per F-16 MTC and a scenario generation system that is compatible with aircraft mission planning systems. b) The F-16 MTC shall support tactics validation, operational test and evaluation, exercise support, and mission rehearsal. For training, the F-16 MTC shall support Formal Training Unit (FTU) skills: transition, operation of aircraft sensors/systems, air-to-air, and air-to-ground, communications, data links, electronic system interface, or any other F-16 weapons system interactions. c) The system service shall support real-time virtual combat training by aircrew and other DMO participants. F-16 MTC system latency shall be minimized such that critical combat simulation interactions are realistic and accurate. This includes system internal and external interactions related to visual perception, communication, data links, electronic system interface, sensor and sensor jamming, electronic counter measures, or any other weapons system interactions that might incorrectly influence the outcome of an exercise or engagement during a local or DMO Events. F-16 MTC system latency shall not be detectable by the pilots during localtraining. F 16 MTC system latency shall not create false or unrealistic results with combat interactions during DMO Events. d) The system service capabilities shall be concurrent with F-16 Block 50/52 M5.1+ OFP at the MP09 DMO Standard. 1) Cockpits. The F-16 MTC shall provide high-fidelity cockpit representations of the F-16 Block 50 aircraft cockpits, including controls, displays, and avionics. Cockpit components shall provide high physical (3-dimensional) and functional fidelity of the actual F-16 Block 50 aircraft. This shall include as a minimum, map case, air conditioning vents, and ejection seat pitot booms. Ejection seat hardware shall support strapping in with existing F-16 life support gear, but is not required to be fully functional. The cockpits shall support aircrew chemical warfare (CW) training requirements and be compatible with actual CW equipment worn by the aircrew using the unmounted CW equipment (MBU-19P) internal batteries to provide the airflow. Cockpit controls, displays, and lighting (including external lighting effects) shall support all modes of employment including day and night vision operations. 2) Synthetic Environment. The F-16 MTC shall include a realistic, high fidelity synthetic environment capable of supporting a full range of missiontraining and operations for day/night, low altitude, and all-weather missions for the full range of weapon systems and sensors. The F-16 MTC shall provide an inter-correlated and intra-correlated environment for all visuals (OTW, NVG, EO/IR), audio, radar, datalink, electronic combat, navigation, weapons, mission functions, and Master Entity Database simulations used for all training and mission events. The synthetic environment shall support single, two, three, or four ship operations for stand-alone missions, local network missions, and DMO Events. The synthetic environment shall provide the capability to engage a full range of potential threats and targets, to include ground/surface/air forces and moving models, in accordance with operational Air Force mission planning systems generated scenarios. 3) Instructor Operator Station (IOS). The IOS shall provide the instructor with the capability to assess performance (tasks and tactics) and support real-time instruction to any cockpit or selected group of cockpits (local and DMO). The IOS shall provide the degree of oversight required to conduct formal aircrew qualification and mission evaluations from the IOS by a flight examiner. The capability to select and monitor any combination of all displays and instrument indications of each cockpit shall be provided. The capability to rapidly select and simultaneously view four cockpit displays or sensors shall be provided. The capability to select and view four cockpit displays or sensors shall be user friendly for minimal delay and disruption to the console instructor. The IOS shall provide the capability to select an overhead God’s eye view of the engagement area with the capability to zoom in and out, and 3-dimensionally rotate any areas of interest, and turn on/off entity trails. The IOS shall provide the capability to insert malfunctions during generation, setup, or execution of scenarios (preprogram or manually input) for all aircraft, systems, and weapons. The IOS shall have the capability for secure private communication with any other IOS within the F-16 MTC and with any individual crew under its control. 4) Visual Display System. The visual simulation shall provide high fidelity OTW and sensor (including NVIS and Helmet Mounted Cueing System (HMCS)) views correlated together along with all displayed information in the cockpit to support instruments, navigation, A/G, and A/A missions. Visual cues presented to the pilot shall simulate those in the F-16 aircraft and shall not present false, erroneous, or inappropriate perceptions that would adversely impact aircrew training. The visual simulation shall support realistic Detection, Orientation, Recognition, Identification (DORI), target range, aspect angle, and closure rate determination by crew members for all targets and threats. The visual simulation shall support mission report functions such as visual Line-of-Sight (LOS) ranging, LOS material property, LOS entity ID, height of terrain, weapons impact detection, collisions detection, and intervisibility testing. Terrain and other solid objects shall appropriately limit physical flyout of weapons. The visual simulation shall display realistic representations of hostile and friendly weapons effects (e.g., missiles in flight, AAA, bomb detonations, cluster bomb detonations, smoke columns, multi-state damaged models, countermeasures, SAM launch blast, SAM trajectory, and gun tracer trajectory). 5) Networking. The F-16 MTC shall be capable of providing distributed exercise and regular recurring DMO participation. The system shall interoperate with other existing and planned DMO Systems and shall comply with the adopted DMO System Standards. The F-16 MTC shall operate as a participating DMO Federate System in the DMO System for distributed network training. The F-16 MTC shall support the simultaneous conduct of any combination of local single-ship and networked missions, and DMO Events. The DMON will be interconnected with other Department of Defense (DoD) military services’ training systems in the future to accommodate Joint Task Force (JTF) training. The F-16 MTC shall not develop any unique architecture or non-standards-compliant interfaces that would preclude or otherwise limit DMO connectivity and interoperability. No degradation in operating performance shall be noticed in the F-16C MTC when operating in the DMO environment except as limited by fidelity or interoperability of external entities not under the control of the F-16 MTC. All missions and operations supported in the local training modes shall be supported in the DMO environment. This includes training with external constructive, virtual, or live entities. 6) Briefing/Debriefing (B/DB) Capability. The F-16 MTC shall include two B/DB capable rooms. The B/DB rooms shall have a minimum occupancy of 8 people per room. The B/DB rooms shall be interchangeable and B/DB shall be able to operate simultaneously at multiple levels of security. The B/DB shall support mission generation/modification capabilities. The B/DB shall provide simultaneous video teleconferencing to support briefing and debriefing without degrading any local mission or DMO Event in progress. The B/DB capability shall operate at the same network security level as the mission being supported. The briefing capability shall support commercial briefing presentation formats commonly used by F-16 instructors and flight leads for accessing and presenting squadron briefings. The briefing capability shall support pre-mission planning and briefing to prepare F-16 pilots for any existing mission scenario, and shall be interoperable with Air Force mission planning systems. For DMO Events, the briefing capability shall support simultaneous viewing of presentation data with secure distributed participant teleconference video and audio. The debriefing capability shall support debriefing of the F-16 pilots for any recorded mission scenario. The debriefing capability shall permit the playback of recorded segments of a mission scenario from each local cockpit’s perspective and a God’s eye view at normal and accelerated speeds. The debriefing capability shall display a summary on the effectiveness of maneuvers, countermeasures, weapons delivery, and the percentage of damage incurred on a target for battle damage assessment. B/DB shall include a large display three-dimensional or God’s eye view (vertical, horizontal, or from any point in space) of the scenario with a zoom capability to observe selected views of the engagement. Air Combat Maneuvering Instrumentation (ACMI) performance may be used as a guide. The B/DB capability shall support mission situational awareness by providing mission playback from any perspective of the battlefield, selectable cockpit views (friendly, neutral, hostile), stealth views and tied/wingman visuals with appropriate parameters (friendly, neutral, or hostile), while simultaneously displaying information from all F-16 MTCs. B/DB shall include a display area per cockpit simulator to allow simultaneous display of each crew’s recorded information. Changing views or display options shall be available real-time during playback. e) F-16 pilots obtain over 20 percent of their overall training events through the MTC; therefore, Air Combat Command requires no break in training during the transition from the incumbent contractor. f) F-16 MTCs must be delivered and maintained in a fully operational status that remains concurrent with the home station aircraft configuration and that maintains the ability to be available for use at least 95 percent of the time. The operational hours for Shaw AFB are ten (10) hours per day, five (5) days a week; Misawa and Spangdahlem operate eight (8) hours per day, five (5) days a week. III: In response to this SSS, please provide the following information: Part I: Business Information: Please provide the followingbusiness information for your company and for any teaming or joint venture partners: • Company Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: North American Industry Classification System (NAICS) Code: 541990 – All other Professional, Scientific, and Technical Services 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 Small Business (Yes / No) – Central Contractor Registration (CCR) (Yes / No) (*) If you answered yes, please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. Part II: Capabilities: a) Indicate the current locations of the three (3) F-16 MTCs to be used and the date of their availability for training as the Government will require testing of these MTCs to determine their capabilities meet the current program requirements before they are shipped to their new locations. b) Describe your company’s past and current experience in providing simulation services for F-16 fighter aircraft combat training systems. c) Describe your version of the F-16 MTC to provide training services for three (3) fully operational MTCs that meet the requirements stated above, worldwide, in April of 2012 and provide the training capability including proof of meeting availability requirement. The government requires no training interruptions between service contracts. Please provide your approach to accommodate this requirement and your risk mitigation strategy. d) Describe your company’s approach to install the MTC equipment within sixty (60) days of contract award. The MTC must already be built, DMO compliant, and ready for training with full CLS support in place as described in the program requirements section. e) Describe your company’s experience in providing simulation services for DMO compliant networked high-fidelity training devices and simulations for fighter aircraft combat training systems. Include a brief description of the work performed, length of effort, and agency/organization supported. [Please limit the response to this paragraph to no more than three (3) pages.] f) Describe your specific capabilities with networked, high-fidelity, fast-jet training devices and simulations, and threat generation for combat training in a classified environment. g) Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy? Please e-mail your responses to shelley.coffe@wpafb.af.mil and julianne.rinkinen@wpafb.af.mil E-mail must be received no later than 1400 EDT, 29 August 2011 . Also, please mail an original signed copy of your response, postmarked on or before the same date, to: ASC/WNS Attn: Shelley Coffe 2300 D Street, Bldg 32 Wright-Patterson AFB OH 45433-7249 (937) 255-4931 URL: https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8621-11-R-6260/listing.html
OutreachSystems Article Number: 120502/PROCURE/0553
Matching Key Words: video*; produc*; train*; you; web; site?; page?; business*; event?; distribut*; instruct*; commercial?;
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640
R — Services for thermal and chemical characteristics of homemade explosives. SB1341-12-RQ-0303 051512 James A. Cariaga, Email james.cariaga@nist.gov – Andrea A Parekh, Phone (301)975-6984, Email andrea.parekh@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL SERVICES-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures. *** ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57. *** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $7.0M. This requirement is a 100% Small Business Set-Aside. *** 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. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) 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 National Institute of Standards and Technology is seeking services for thermal and chemical characteristics of homemade explosives. ***All interested Contractors may provide a quote for the following: Line item 0001 — The Contractor shall design, fabricate, and assemble components, as required, for general upgrade of the laser-driven thermal reactor (LDTR) equipment and reducing measurement uncertainty; must document the innovations including reasons for making changes. Line item 0002 — The Contractor shall carry out and document (a) facility modifications for safe operation with energetic materials, (b) preliminary experiments with nitromethane, and (c) evaluation of the results. Line item 0003 — The Contractor shall prepare a draft of a manuscript on characterization of energetic materials using the laser-driven thermal reactor (LDTR) for publication in a homemade explosives (HME) forensic archival journal. TITLE: “Thermal and chemical characteristics of homemade explosives” I. BACKGROUND INFORMATION This procurement is being conducted for the U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Material Measurement Laboratory (MML), Chemical and Biochemical Reference Data Division (CBRDD) in Gaithersburg, Maryland. A research program has been initiated at NIST to develop a thermal- and chemical-signature database for forensic analysis of homemade explosives (HME), using a currently operational rapid laser heating approach, referred to as the laser-driven thermal reactor (LDTR). The NIST LDTR is a state-of-the-art technique, which uses a novel approach to determine the thermal behavior and decomposition of multiphase/multicomponent solid and liquid substances, such as energetics, fuels, and propellants through rapid and controlled heating with laser radiation. It provides in-situ, near temporally resolved determination of substance thermophysical properties and chemical reaction characteristics over a wide range of temperatures, heating rates, gas pressures, and ambient environments. The technique also has the capability to collect chemical reaction products for spectroscopic chemical analysis. The technique can provide in-situ, temporally resolved quantitative information for rates of heat release and chemical kinetics, total heat value, specific heat/energy release, threshold temperature for thermal explosion, and chemical reaction product identification. II. SCOPE OF WORK a. OBJECTIVES/PURPOSE Development of thermal-/chemical-signature database for HME. b. GENERAL: The Contractor shall conduct measurements of thermal and chemical characteristics of HME and perform analysis of LDTR thermograms and chemical-reaction product spectrograms. c. SPECIFIC REQUIREMENTS: Task one: Improve current design, fabrication protocol, and assembly procedures of the following LDTR components: 1) sphericity of the reactor sphere without wrinkles, 2) contaminants removal from the vacuum chamber, and 3) thermocouple responsivity and sample supports. Document (Microsoft Word 2010) the details of all modifications. Task two: Complete preliminary LDTR experiments with nitromethane at different steady-state temperatures and determine the total heat release. Document (Microsoft Word 2010) the effect of nitromethane sample preparation and pre-vaporization on the measurement uncertainty of the total heat release. Task three: Prepare draft manuscript (Microsoft Word 2010) on characterization of energetic materials using the LDTR (for publication in a HME/forensic archival journal). The manuscript must be prepared according to the guidelines provided by the NIST Contracting Officer Representative (COR) which will be provided 7 days after receipt of award. III. PERIOD OF PERFORMANCE The anticipated Period of Performance is four months after receipt of award. IV. PLACE OF PERFORMANCE Services must be performed at the NIST Gaithersburg, Maryland campus during normal duty hours (8:30 AM – 5:00 PM EST, Monday through Friday with the exception of Federal holidays or other official closures). (http://www.opm.gov/operating_status_schedules/fedhol/2012.asp ). V. GOVERNMENT FURNISHED PROPERTY Upon award of this requirement, NIST will provide the Contractor with an office, equipment, email and internet access, and NIST library access. The Contractor will have access to the NIST LDTR equipment and laboratory. VI. DELIVERABLES PROGRESS REPORT The Contractor shall provide a monthly progress report to the NIST COR via electronic mail every second Tuesday of the month. The report shall include details of the prior period’s activities, status of development and scheduled performance, and/or any problems, issues or risks identified during this period. It should also detail any resolution on previously identified problems, issues and/or risks. (1) The content of the monthly progress reports shall contain the following: Contractor’s name, Contract #, date of report, the period covered by the report, title of report; (2) Description of the progress made against milestones during the reporting period; (3) Results, positive and negative, obtained related to previously identified problem areas, with conclusions and recommendations; (4) Any significant changes to the Contractor’s organization or method of operation, to the project management network, or to the milestone chart; (5) Problem areas affecting technical or scheduling elements, with background and any recommendations for solutions beyond the scope of contract; (6) Problem areas possibly affecting various aspects of the debt collection program, with background and any recommendations for solutions beyond the scope of contract; (7) Any cost incurred and person-expended for the reporting period and total contractual expenditures for each as reporting dates; (8) Any significant trips and results; (9) Record of all significant telephone calls and any commitments made by telephone; Problem areas possibly affecting various aspects of the debt collection program, with background and any recommendations for solutions beyond the scope of contract; (10) Summary of important meetings, briefings, trips, and conferences during the reported period; (11) Action items requiring the Federal Government’s resolution; (12) Plans and activities during the following reporting period; (13) Name and telephone numbers of the prepare of the report, and (14) Appendices for any unnecessary tables, references, illustrations and charts. Task 1: Improve current design, fabrication protocol, and assembly procedures of the following LDTR components: 1) sphericity of the reactor sphere without wrinkles, 2) contaminants removal from the vacuum chamber, and 3) thermocouple responsivity and sample supports. Document (Microsoft Word 2010) the details of all modifications. The format for Task 1 is a technical report using Microsoft Word 2010. The quantity shall be one report for Task 1. The report is due at end of the first contract month. Task 2: Complete preliminary LDTR experiments with nitromethane at different steady-state temperatures and determine the total heat release. Document (Microsoft Word 2010) the effect of nitromethane sample preparation and pre-vaporization on the measurement uncertainty of the total heat release. The format for Task 1 is a technical report using Microsoft Word 2010. The quantity shall be one report for Task 2. The report is due at end of the third contract month. Task 3: Prepare draft manuscript (Microsoft Word 2010) on characterization of energetic materials using the LDTR (for publication in a HME/forensic archival journal). The manuscript must be prepared according to the guidelines of the NIST Point of Contact. The format for Task 1 is a technical report using Microsoft Word 2010. The quantity shall be one report for Task 3. The report is due at end of the fourth (final) contract month. VII. INSPECTION/ACCEPTANCE or PERFORMANCE REQUIREMENTS SUMMARY The reports containing the evaluation results and the recommendations shall undergo the procedure of acceptance testing by the NIST COR. The NIST COR will provide comments on each deliverable with 3 calendar days from the receipt of the given deliverable. The criteria for acceptance shall be that over 99 % of the data submitted to NIST are found acceptable. VIII. CONTRACTOR QUALIFICATIONS: The minimum requirements for the key personnel include, but are not limited to, (a) a PhD or an equivalent in chemical physics and mathematics, (b) peer-reviewed journal/conference publications in the area of explosive material chemistry, (c), extensive experience in the area of thermal analysis of highly energetic material properties and behavior, and (d) extensive experience involved with providing counter-IED (improvised explosive device) solutions including homemade explosives. The Contractor shall have (a) expertise in heat transfer, electromagnetic theory, thermodynamics, and chemistry, (b) experience in using high-powered lasers (note: offeror will have to pass NIST training to become an authorized laser user, as well as other required NIST safety on-line courses), (c) prior experience using the LDTR with in-depth familiarity with its component subsystems, (d) experience interpreting, analyzing, and evaluating the resulting LDTR thermal data, and (e) adequate writing skills to enable publication of results in an archival journal. IX. GENERAL INFORMATION Safety: The Contractor shall be responsible for knowing and complying with NIST installation safety prevention regulations (http://www-i.nist.gov/mml/safety/policies/index.htm). Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. Patent Rights: The Government retains a Government use license to all inventions arising from this work. Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus. Identification Badges: Contractor employees shall comply with NIST identification and access requirements. The Contractor employee is responsible for absences due to expired identification and access documents. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office. The badge must show the full name, title, and if required by NIST, the words “Contractor” in front. The Contractor employee shall turn in the NIST identification badge and vehicle pass to the NIST point of contact or Contracting Officer (CO) upon termination of their services under this contract. Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver’s license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle’s rear view mirror in accordance with instructions. The Contractor employee shall follow NIST procedures for removal and turn-in of the vehicle pass upon termination of services under this contract. Award shall be made to the quoter whose quote offers the best value to the Government, technicalcapability, past performance, and price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Approach meeting or exceeding the minimum specifications 2) Past performance 3) Price. Technical approach and past performance, when combined, are more important than Price. Evaluation of Technical Capability will be based on the information provided in the quotation which demonstrates the Contractors ability to perform the services required in this solicitation. The offorer shall provide the following: TECHNICAL EVALUATION OF APPROACH: The offeror’s technicalapproach will be evaluated to determine its ability to successfully complete the requirements. The offeror shall discuss: (a) understanding of the requirements; (b) risk mitigation strategy to ensure timely performance of the requirements; (c) offeror’s personnel curriculum vitae; and (d) publication list of relevant peer-reviewed articles published by the offeror in archival journals and conference proceedings. SUBMISSION OFTECHNICAL DOCUMENTS: a. Written summary of the 1) procedure to be used to complete the requested tasks within the specified time constraints, 2) offeror’s response to meeting the general criteria and qualifications detailed within the solicitation, and 3) statement that the offeror will be the responsible party carrying out the requested tasks (maximum of 10 pages). b. Principal investigator curriculum vitae, publication list, and any other supporting information demonstrating that the offeror meets the following general criteria: 1. expertise in heat transfer, electromagnetic theory, thermodynamics, and chemistry, 2. experience in using high-powered lasers (note: offeror will have to pass NIST training to become an authorized laser user, as well as other required NIST safety on-line courses), 3. prior experience using the LDTR with in-depth familiarity with its component subsystems, 4. experience interpreting, analyzing, and evaluating the resulting LDTR thermal data, and 5. adequate writing skills to enable publication of results in an archival journal c. Principal investigator curriculum vitae, publication list, and other supporting information indicating that the offeror meets the following qualifications: 1. a PhD or an equivalent in chemical physics and mathematics, 2. peer-reviewed journal/conference publications in the area of explosive material chemistry, 3. extensive experience in the area of thermal analysis of highly energetic material properties and behavior, and 4. extensive experience involved with providing counter-IED (improvised explosive device) solutions including homemade explosives. Part II: Past Performance The Government will evaluate the offeror’s and, if appropriate, its subcontractor’s and/or joint ventures and/or mentor protégé’s past performance information to determine its relevance to the current requirement and the quality , timeliness, and ability of the offeror to control cost and schedule on similar past projects. The Government will assign a neutral rating to the offeror’s with no relevant past performance information within the past three (3) years. The Government may also obtain past performance information from sources other than those provided by the offeror in its proposal to complete its evaluation of this factor. Part III: Price The proposed price will be evaluated but not scored and will be based on reasonable and realistic pricing. The prices will be evaluated to determine whether the proposed prices are fair and reasonable in relation to the requirements. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ******The following clauses apply to this acquisition: The following clauses apply to this acquisition: 1. 52.202-1 Definitions (JAN 2012) 2. 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012); 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs (APR 2012): a. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations ((MAY 2011) b. 52.219-6, Notice of Total Small Business Aside (Nov 2011) c. 52.222-3, Convict Labor (JUNE 2003) d. 52.222-19, Child Labor–Cooperation with Authorities and Remedies (MAR 2012) e. 52.222-21, Prohibition of Segregated Facilities (FEB 1999) f. 52.222-26, Equal Opportunity (MAR 2007) g. 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) h. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) i. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 4. 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 5. 52.225-25 Prohibition on Contracting With Entities Engaging In Sanctioned Activities (NOV 2011) 6. 52.227-14, Rights in Data–General (DEC 2007) 7. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. (End of clause) The following Department of Commerce (CAR) clauses Department of Commerce Clauses apply to this acquisition. 1. 1352.201-70 Contracting Officer’s Authority (March 2010) 2. 1352.201-72 Contracting Officer’s Representative (COR) (APR 2010) 3. 1352.209-73 Compliance With The Laws (APR 2010) 4. 1352.209-74 Organizational Conflict Of Interest (APR 2010) 5. 1352.246-70 Place Of Acceptance (APR 2010) 6. 1352.227-70 Rights in Data, Assignment of Copyright (APR 2010) 7. 1352.237-75 Key Personnel (APR 2010) ***Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm. *** *** Offerors shall submit their complete quotations no later than 3:00 PM Eastern Time on May 15, 2012. FAX quotations shall not be accepted. E-mail quotations shall only be accepted at james.cariaga@nist.gov, Electronic versions of all proposals must be received in MSWord or Adobe acrobat pdf format only. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of James Cariaga. *** Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive gaithersburg, MD 20899 US URL:https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0303/listing.html
OutreachSystems Article Number: 120501/PROCURE/0058
Matching Key Words: writ*; technical; standard; operating; procedure?;
Department of Transportation, Federal Aviation Administration (FAA), Southern Region, FEDERAL AVIATION ADMINISTRATION, AAQ-510 ASO – Southern
99–Janitorial Services, Air Traffic Control Tower (ATCT), Covington, Kentucky DTFAEN-12-R-00037-11757 053012 Tracie Harris, 404-305-5779 tracie.harris @faa.gov Proivde Janitorial Services at the Air Traffic Control Tower Shaft, Tower Cab, Base Building, Smoking Shelter and Guard Shelter, Covington, Kentucky. The work includes, but is not limited to, furnishing all personnel, labor and supplies of good commercial grade, acceptable to the Contracting Officer’s Technical Representative (COTR). This includes, but is not limited to: tools and applicances, brooms, mops, applicators, waxes, soaps, toilet supplies, seat covers, urinal cakes, paper towels for kitchenette and toilets and polishes. The Contractor must furnish Material Data Safety Sheeets (MSDS) for all chemicals, cleaning supplies, waxes, wax removers, etc., which are brought into the building. The FAA anticipates award of a contract for a base period (July 1,2012 – September 30, 2012)and four one-year options. Estimated start date for performance: 07/1/2012. The NAICS code for the acquisition is 561720, Janitorial Services. To be considered by award of this project, the contractor must be currently registered in the Central Contractor Registration (CCR) database (website:www.ccr.gov). To be placed on the mailing list, please submit a request in writing via e-mail to: Tracie.Harris@faa.gov or fax to telephone: 404-305-5774. The request must include the solicitation number, company name, point of contact, physical address, mail address, telephone number, and fax number. Contractors should check this announcement regularly for posting of any amendments that must be acknowledged and submitted with proposals by the required closing date and time. In accordance with AMS Clause 3.2.2.3-63 Site Visit (April 1996), Prospective offerors are urged to inspect the site where the services are to be performed. In no event shall failure to inspect the site constitute grounds for a dispute after contract award. Point of Contact for the site visit: Becky Holbrook, 56 New Price Pike, Erlanger, Kentucky 41018, Telephone: 859-372-6508. Offers are due no later than 3:00p.m. local time (Eastern Standard Time) on May 30, 2012. Offers can be submitted using the United States Postal Service (USPS) or any commercial mail carrier to the following address: FAA, Attn: Tracie B. Harris, AAQ-5101701 Columbia AvenueCollge Park, Georgia 30227 The offer must be submitted in a sealed envelope or package and labeled as follows: Solicitation # DTFAEN-12-R-00037, Due: 5/30/2012 @ 3:00p.m. Offerors submitting proposals by hand-delivery will need to consider allowing sufficient time to process through the security procedures in place at the FAA Southern Region Office. Overnight delivery of responses to this RFP may also be impacted if not sent in sufficient time to allow for the special mail-handling procedures in place at the Southern Region Office. Electronic offers in response to this solicitation can be submitted in accordance with the below clause: 3.2.2.3-20 Electronic Offers (July 2004) (a) The offeror (you) may submit responses to this SIR by the following electronic means (E-Mail). Your offer must arrive at the place and by the time specified in the RFP. (b) Electronic offers must refer to this RFP and include, as applicable, the item or sub-items, quantities, unit prices, time and place of delivery, all representations and other information required and a statement specifying the extent of your agreement with all the FAA’s (we) terms, conditions, and provisions. (c) We may decline to consider electronic offers that do not include required information, or that reject any of the terms, conditions and provisions of the SIR. (d) We reserve the right to make award solely on the electronic offer. However, if the CO requests, you must promptly submit the complete original (hard copy) signed proposal. (e) Send your offer electronically to: xxxxx.xxxxxx@faa.gov (f) If you chose to send your offer electronically, we will not be responsible for any failure attributable to transmitting or receiving the offer. (End of Provision) This request for offer is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation. To view the solicitation and applicable attachments for this procurement, please visit: http://faaco.faa.gov/index.cfm, Select “Current Announcements” and then select “Southern Region.” This notice is for information 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 socially and economically disadvantaged indivduals, 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 $750,000.00. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. URL:https://www.fbo.gov/spg/DOT/FAA/SR/DTFAEN-12-R-00037-11757/listing.html
OutreachSystems Article Number: 120501/PROCURE/0360
Matching Key Words: state!ky;
USABID State and Local Purchases
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R – BANK LOAN FOR UNEMPLOYMENT INSURANCE. RFP-758-1200000439-1 DUE 18-MAY-2012 Jodyi Hall, Phone: (502) 564-8625; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/BID/0003
Matching Key Words: age:state!ky; state!ky;
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
R – DISTRICT HEARING OFFICER. RFP-540-1200000425-1 DUE 11-MAY-2012 Lauren Moore, Phone: (502) 564-1976; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/BID/0005
Matching Key Words: age:state!ky; state!ky;
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
R – IDEA DUE PROCESS HEARING OFFICER/APPEALS BOARD MEMBERS. RFP-540-1200000397-1 DUE 11-MAY-2012 Lauren Moore, Phone: (502) 564-1976; Website: https://emars.ky.gov/online/vss/AdvantageThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/BID/0006
Matching Key Words: age:state!ky; state!ky;
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
U – KSB (KENTUCKY SCHOOL FOR THE BLIND) GUITAR INSTRUCTOR. RFP-540-1200000424-1 DUE 11-MAY-2012 Thomas Stratton, Phone: (502) 564-2351; Website: https://emars.ky.gov/online/vss/AdvantageThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/BID/0007
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R – FULL SERVICE FOR ISSUANCE OF LICENSE PLATE DECALS. RFP-758-1200000374-1 DUE 01-JUN-2012 Sherita Miller, Phone: (502) 564-6522; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/BID/0001
Matching Key Words: age:state!ky; state!ky;
Kentucky Board of Dentistry, 312 Whittington Pkwy., Suite 101, Louisville, KY 40222
R – INVESTIGATOR SERVICES, STATEWIDE – ADDENDUM. RFP-180-1200000386-2 DUE 11-MAY-2012 Lisa Turner, Phone: (502) 429-7280; Website: https://emars.ky.gov/online/vss/Advantage. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/BID/0016
Matching Key Words: age:state!ky; state!ky;
Alaska – Kenai Peninsula Borough http://purchasing.borough.kenai.ak.us/Opportunities.aspx Kenai Peninsula Borough Purchasing and Contracting Division 144 N. Binkley Soldotna, AK 99669 907-714-2260 E-mail: purchasing@borough.kenai.ak.us
T – Adopt-A-Stream Video Production SOL RFP12-025 Adopt-A-Stream Video Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120503/BID/0072
Matching Key Words: video*; produc*; production?;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R – BROKERAGE SERVICES FOR HUMAN SERVICES TRANSPORTATION (HSTD), REGIONS 1, 2, 3, 4 & 5. RFP-758-1200000385-1 DUE 31-MAY-2012 Donald Robinson, Phone: (502) 564-6525; Website:https://emars.ky.gov/online/vss/AltSelfService This Request for Proposal (RFP) is being issued for the purpose of: To procure efficient, reliable, and safe coordinated Human Service Transportation Delivery (HSTD) services to eligible clients for Office for the Blind, Office of Vocational Rehabilitation, and Non-Emergency Medical (Medicaid) Transportation (NEMT), excluding stretcher services. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120502/BID/0001
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R – LICENSE EXAMINATION QUESTION SERVICES. RFP-676-1200000358-1 DUE 10-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120502/BID/0012
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
U – CONTINUING EDUCATION/PRE-LICENSING SERVICES. RFP-676-1200000357-1 DUE 10-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120502/BID/0013
Matching Key Words: age:state!ky; state!ky;
Washington General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300
T – DNR Family Forest Fish Passage Program Video Production SOL Ref #: RFQQ 12-296 The purpose of this project is to create a video that educates family forest landowners about fish passage barriers and promotes the Family Forest Fish Passage Program (FFFPP). For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120502/BID/0621
Matching Key Words: video*; produc*; production?;
Other Federal Procurements – (Small)
American Public Transportation Association http://apta.com/passengertransport/Pages/classifieds.aspx American Public Transportation Association;1666 K Street, NW Suite 1100; Washington, DC 20006;Phone: (202) 496-4800
R — Transit Authority of River City (TARC) – RFP SOL LEGAL NOTICE RFP P-2392: Notice is hereby given that the Transit Authority of River City (TARC) is requesting proposals for: Automated Fare Collection System. Copies of this request for proposals are available from the Transit Authority of River City (TARC), Purchasing Department, 1000 West Broadway, Louisville, KY 40203-2031 by contacting Leo P. Wilbert Jr., Contract Coordinator/Buyer, at the above address, by phone (502) 213-3204, or by e-mail at lwilbert@ridetarc.org . All proposals shall be submitted in accordance with the requirements set forth in the RFP and shall be received in the office of J. Barry Barker, Executive Director, TARC, 1000 W. Broadway, Louisville, KY 40203-2031 before 3:00 p.m. Eastern Standard Time, Monday, July 30, 2012. All late bids will be returned unopened. A non-mandatory Pre-Proposal Conference will be held May 24, 2012 at 10:00 a.m., Eastern Standard Time, in TARC?s Boardroom located on the second floor of Union Station, 1000 West Broadway, Louisville, KY 40203-2031 for this solicitation. TARC hereby notifies all proposers that in regard to any contract entered into pursuant to the RFP, advertisement, or solicitation, Disadvantaged Business Enterprises will be afforded full opportunity to submit proposals and no one will be subjected to discrimination on the basis of race, color, creed, religion, sex, disability, age, or national origin in consideration for an award. TARC reserves the right to postpone, accept or reject any and all proposals, and to waive any informality in the RFP process as TARC deems in its own best interest. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120505/SMALL/1547
Matching Key Words: state!ky;
U — Multmedia Fraud Awareness Training Video SOL D12PS00280 Description ROO FRAUD AWARENESS TRAINING VIDEO Overview Reference number: D12PS00280 Issue date: 05/01/2012 Response due: 05/23/2012 01:00 PM ET Set Aside: NAICS: 611430-Professional and Management Development Training PSC / FSC: U008-EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMEN Agency: DOI Contracting office: DOI, OIG Procurement Division 12030 Sunrise Valley Drive Suite 350 Reston, VA 20191 Place of Performance: Contact: Douglas Stickler Phone: 703-487-5473 Fax: 703-487-5215 Email: douglas_stickler@doioig.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120502/SMALL/8503
Matching Key Words: video*; train*; conference?; education*;
Kentucky State Procurement
Cabinet for Economic Development, 300 West Broadway, Old Capitol Annex, Frankfort, KY 40601
R — CSC ACCOUNTING SERVICES – ADDENDUM. RFP-635-1200000375-2 DUE 18-MAY-2012 Gene Fuqua, Phone: (502) 564-7670; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5581
Matching Key Words: age:state!ky; state!ky;
Cabinet for Economic Development, Dept. of Financial Incentives, 300 West Broadway, Old Capitol Annex, Frankfort, KY 40601
R — COMPLIANCE AND FINANCIAL AUDITING SERVICES – ADDENDUM. RFP-638-1200000365-3 DUE 11-MAY-2012 Katie Smith, Phone: (502) 564-4554; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5586
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — ACTUARIAL SERVICES FOR KENTUCKY MINE SUBSIDENCE PROGRAM – ADDENDUM. RFP-676-1200000347-2 DUE 10-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5590
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — ACTUARIAL SERVICES FOR PROPERTY AND CASUALTY DIVISION – ADDENDUM. RFP-676-1200000352-2 DUE 10-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5591
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — FINANCIAL EXAMINATIONS ACTUARY – ADDENDUM. RFP-676-1200000315-2 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5596
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — DEPUTY FINANCIAL EXAMINER – ADDENDUM. RFP-676-1200000349-2 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5597
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — ACTUARIAL SERVICES FOR PROPERTY & CASUALTY DIVISION (GENERAL) – ADDENDUM. RFP-676-1200000353-2 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5598
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — DEPUTY FINANCIAL ANALYST – ADDENDUM. RFP-676-1200000350-2 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5599
Matching Key Words: age:state!ky; state!ky;
Anderson County Board of Education, 1160 Bypass North, Lawrenceburg, KY 40342
T — YEARBOOKS. DUE 17-MAY-2012 The Anderson County Board of Education is accepting sealed bids for Yearbook. Bids will be accepted at the Board of Education at 1160 Bypass North, Lawrenceburg, KY 40342, until 2:00 p.m., May 17, 2012. Bids should be sealed, properly identified as a bid by labeling the envelope Yearbook Bid in the lower left hand corner and sent to the attention of Nick Clark, Finance Director. The bids will be opened immediately following the closing time, and tabulated as soon as possible. The bids will be submitted for consideration at the regular meeting of the Board of Education on May 21, 2012 at 7:00 p.m. Direct any inquires to Nick Clark, Finance Director, at (502) 839-3406. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5621
Matching Key Words: age:state!ky; state!ky;
Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, KY 40601
R — LEGAL SERVICES. DUE 11-MAY-2012 Kentucky Housing Corporation, the state housing finance agency, is currently soliciting proposals for the provision of a variety of professional legal services. A copy of the RFPs can be obtained at http://www.kyhousing.org. Proposals due May 11, 2012 by 4:00 p.m. EST. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5623
Matching Key Words: age:state!ky; state!ky;
Northern Kentucky University, Procurement Services, 617 Lucas Administrative Center, Highland Heights, KY 41099
R — DENTAL FLEXIBLE SPENDING ACCOUNT ADMINISTRATION – ADDENDUM #2. NS-48-12 DUE 07-MAY-2012 Eli Baird, (859) 572-5266; E-mail: bairde1@nku.edu; Website: http://procurement.nku.edu/bid–quotes—rfps.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120504/KY/5628
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
T — FULL SERVICE FOR ISSUANCE OF LICENSE PLATE DECALS. RFP-758-1200000374-1 DUE 01-JUN-2012 Sherita Miller, Phone: (502) 564-6522; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/KY/5515
Matching Key Words: age:state!ky; state!ky;
Kentucky State Fair Board, P.O. Box 37130, Louisville, KY 40233
R — COLLECTION SERVICES, KY STATE FAIR BOARD – ADDENDUM. RFP-235-1200000328-4 DUE 16-MAY-2012 Melinda Marburger, Phone: 502-367-5250, Website: https://emars.ky.gov/online/vss/Advantage The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/KY/5530
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — HEALTH BENEFIT PLAN ACTUARY – ADDENDUM. RFP-676-1200000354-2 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/KY/5540
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — KY ACCESS FINANCIAL CONSULTANT – ADDENDUM. RFP-676-1200000313-2 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/KY/5541
Matching Key Words: age:state!ky; state!ky;
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — ACTUARIAL SERVICES FOR HEALTH INSURANCE POLICY & MANAGED CARE – ADDENDUM. RFP-676-1200000355-2 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/KY/5542
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — PROFESSIONAL LEGAL SERVICES AND COUNSEL. RFP138-PSC DUE 09-MAY-2012 Melea East and/or Holly S. Clark, Phone: (502) 852-2965; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htmProfessional legal services and counsel relating to transactional and/or litigation work involving intellectual property. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/KY/5547
Matching Key Words: age:state!ky; state!ky;
Springfield-Washington County Economic Development Authority, 124 W. Main Street, Springfield, KY 40069
R — DESIGN/BUILD CONSTRUCTION AND DEVELOPMENT SERVICES. DUE 18-JUN-2012 The Springfield-Washington County Economic Development Authority (SWEDA) intends to contract for professional design/build construction and development services relating to the preparation of a speculative industrial building in the Springfield-Washington County Commerce Center, Springfield, Kentucky. A design/build construction firm will be selected to provide professional services which will include, but not limited to: planning, evaluation, design, construction and financing of a speculative industrial building. The team s qualifications should also include architecture, site civil engineering and geo-technical services as needed. These services should also include identification of permitting requirements including contact with permitting agencies. Consideration of protective covenants for the building and site should be considered in the qualifications. The minimum requirements for the project, covenants, mapping and additional information about the project can be obtained by emailing Hal Goode at hal@sweda.org or by calling 859-336-0052 Ext. #3. They can also be requested by writing to Hal B. Goode, Executive Director, Springfield/Washington County Economic Development Authority, 124 W. Main Street, Springfield, KY 40069. TTD for the hearing impaired call 1-800-648-6057. Proposals must have specifications attached for true comparisons. Any Proposal not meeting the minimum requirements for design, construction, prior experience, or not meeting the minimum Scope of Services as outlined in this request will be rejected. The following Evaluation Criteria will be applied in the selection of the firm: 1. Must demonstrate experience in planning, design and construction of industrial buildings; 2. Experience of Proposed Project Manager, Design Team and Construction Team; 3. References from Similar Projects; 4. Familiarity with Proposed Project and/or Project Area; 5. Proposed Project Cost. Sealed bids should be submitted to: Springfield/Washington County Economic Development Authority, 124 W. Main Street, Springfield, Kentucky 40069, Phone: 859-336-0052 Ext. #3, Fax: 859-336-9410, http://www.sweda.org, Email: hal@sweda.org. Seven copies, sealed and marked Request for Proposals, Engineering and Construction Services for a Speculative Building must be received prior to 4 P.M., June 18, 2012. The SWEDA Board reserves the right to reject any and all responses, to waive any technicalities, and to negotiate with the respondent who most nearly meets the project requirements. SWEDA is an equal opportunity employer and encourages responses from all qualified firms. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/KY/5549
Matching Key Words: age:state!ky; state!ky;
Cincinnati Metropolitan Housing Authority, 1627 Western Avenue, Cincinnati, OH 45214
R — COLLECTION SERVICES. DUE 05-JUN-2012 The Cincinnati Metropolitan Housing Authority (CMHA) is soliciting Requests for Proposals (RFP) for Solicitation 2012-7016. CMHA will receive proposals until June 5, 2012, no later than 10:00 A.M. at 1627 Western Ave., Cincinnati, OH 45214. The RFP and related documents may be obtained by visiting our website at http://www.cintimha.com/business-opportunities.aspx. Questions concerning this RFP may be directed to Bill Walters at william.walters@cintimha.com. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120503/KY/5556
Matching Key Words: age:state!ky; state!ky;
City of Danville, KY
R — FINANCIAL ADVISOR SERVICES. DUE 16-MAY-2012 The City of Danville, Kentucky is requesting proposals for the provision of Financial Advisory Services. Please go to http://www.danvilleky.org for a complete copy of the Request for proposals. Please follow all instructions and general information. All proposals must be received not later than 4:00 p.m. EST on May 16, 2012. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120502/KY/5488
Matching Key Words: age:state!ky; state!ky;
Louisville Arena Authority, Inc., P.O. Box 21179, Louisville, KY 40221-0179
R — OPERATIONS MANAGEMENT SERVICES. DUE 16-MAY-2012 Phone: (502) 367-5107; Fax: (502) 367-5109; Website: http://www.arenaauthority.com/rfps.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120502/KY/5492
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
T — PRINTING AND BINDING OF A BOOK – SCHMID / MARY PICKFORD: QUEEN OF THE MOVIES. K-0646-12 DUE 18-MAY-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120502/KY/5494
Matching Key Words: age:state!ky; state!ky;
Northern Kentucky University, Procurement Services, 617 Lucas Administrative Center, Highland Heights, KY 41099
R — DENTAL FLEXIBLE SPENDING ACCOUNT ADMINISTRATION – ADDENDUM #1. NS-48-12 DUE 07-MAY-2012 Eli Baird, (859) 572-5266; E-mail: bairde1@nku.edu; Website: http://procurement.nku.edu/bid–quotes—rfps.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120502/KY/5496
Matching Key Words: age:state!ky; state!ky;
KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383
R — CONSULTING SERVICES FOR EMPLOYEE COMPENSATION/CLASSIFICATION PLAN – ADDENDUM #1. RFP-0120 DUE 09-MAY-2012 Website:http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120502/KY/5497
Matching Key Words: age:state!ky; state!ky;
Western Kentucky University, Bowling Green, KY
R — ON-SITE ATHLETIC TICKET SALES. BID #WKU-2012-051 DUE 24-MAY-2012 Website: http://www.wkuplanroom.com/purchasing/ Western Kentucky University requests proposals from qualified bidders for outbound ticket sales and to supply a staff on campus in order to facilitate the athletic ticket sales needs for WKU Athletics. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120502/KY/5502
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R — COMMONWEALTH OF KENTUCKY FIRE AND TORNADO INSURANCE – ADDENDUM. RFB-758-1200000734-4 DUE 05-JUN-2012 Michael Gustafson, Phone: (502) 564-5945; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120501/KY/5438
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — BACKGROUND CHECK SERVICES – ADDENDUM #1. RP-85-12 DUE 16-MAY-2012 Terry L. Cutler, Phone: (502) 852-7211; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120501/KY/5455
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — DEVELOP A TALENT MANAGEMENT PROGRAM. RFP137-PSC DUE 11-MAY-2012 Ann Coffey, Phone: (502) 852-1044; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm The University of Louisville (University) is requesting proposals for services to assist in developing a talent management program for the human resources within the Office of University Advancement. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120501/KY/5456
Matching Key Words: age:state!ky; state!ky;
Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623
R — DECORATING AND CLEANING SERVICES – ADDENDUM #1. KL-12-040 DUE 15-MAY-2012 Denover A. Whalen, Phone: (502) 560-1771; Fax: (502) 560-1531; E-mail: denover.whalen@kylottery.com; Website:http://www.kylottery.com/apps/about_us/procurement/solicitations.html New Due Date. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120501/KY/5464
Matching Key Words: age:state!ky; state!ky;
May 10, 2012
Business / Career