Business and Career Opportunities (Bids and Purchases)

June 1, 2012

Business / Career

FedBizOpps – Procurements 

Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln. Room 13A-19 Rockville MD 20857

R — Resident FTE Assessment Program… CHGME Payment Program RFP12-250-SOL-00079 062712 Hanif S Abdul-Amin, Phone (301) 443-5261, Email habdul-amin@hrsa.gov DEPARTMENT OF HEALTH AND HUMAN SERVICES Health and Resources Services Administration Office of Acquisition Management and Policy Rockville, MD 20857-5600-0001 OMB No. 0990-0115 Reference: 12-250-SOL-00079 TO ALL OFFERORS: You are invited to submit a proposal in accordance with the requirements of FAR Part 15. This requirement is to audit the unweighted and weighted resident FTE counts reported by children’s hospitals in their initial applications for the Children-s Hospitals Graduate Medical Education (CHGME) Payment Program funding as required under Public Law 109-307. The contractor shall complete the Resident FTE Assessment Program within a six-month period to allow the CHGME Payment Program to reconcile payments within the FY for which payments are being made. For FY 2013, the Resident FTE Assessment Program shall commence on October 1, 2012 and conclude no later than April 1, 2013. Each successive contract year has similar commencement and completion dates. Your proposal must be received by the Contracting Officer no later than Wednesday, June 27, 2012 by 10:00 a.m., local prevailing time at the following address: Department of Health and Human Services, HRSA Office of Acquisition Management and Policy Parklawn Building, 5600 Fishers Lane, 13A-43, Room: 14, Rockville, Maryland 20857 301-443-2730 or 2750 Attn: Hanif S. Abdul-Amin, RFP 12-250-SOL-00079 An electronic version of your proposal is acceptable as an e-mail attachment to: habdul-amin@hrsa.gov . Questions must be submitted in writing (facsimile or email) by 10:00 a.m. local prevailing time, June 4, 2012. Questions received after this date will not be accepted. See Section L.2. for further information. NOTICE: ACCESS TO PARKLAWN BUILDING The Parklawn Building is a controlled access building; therefore you should allow ample time for visitor access. It is your responsibility to ensure that proposals are delivered by the due date and time, and specific place (Room 13A-43) required in the solicitation. Offerors delivering boxes of proposals must use the delivery entrance located on the loading dock, which is accessible from Parklawn Drive. All packages will be x-rayed by a security guard. Visitors will be required to provide photo identification and provide a name and telephone number of the individual being visited, (in this case, Hanif S. Abdul-Amin, 301-443-5261 or, e-mail: habdul-amin@hrsa.gov ). You will then need to personally bring the boxes to Suite: 13A-43 (13th Floor, A-Wing, and Room 14). Boxes of proposals should NOT be left on the loading dock. Your proposal must be prepared in accordance with Section L entitled Instructions, Conditions, and Notices to Offerors, Section C entitled Description/Specification/Work Statement, and Section M entitled Evaluation Factors for Award. This RFP does not commit the Government to pay any costs for the preparation and submission of a proposal. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to expenditure of public funds in connection with this proposed acquisition. Your proposal must provide a contact name and number, your company name and complete address, including street, city, county, state, zip code, Tax Identification Number (TIN), and Dun & Bradstreet Number (DUNS). Please note that FAR 52.204-6 Contractor Identification Number Data Universal System (DUNS Number) requires you to submit a DUNS number for your company along with your offer. If you do not have a DUNS number, you are requested to contact Dun and Bradstreet Information Services at 1-800-333-0505 to obtain one. Please include this information on the first page of your business proposal. If the address is different from the address to which payment should be mailed you  must also include the complete payment address. Requests for any information concerning this RFP should go to Hanif S. Abdul-Amin, 301-443-5261 or, e-mail: habdul-amin@hrsa.gov. Discussion with any other individual outside of the Office of Acquisition Management and Policy (OAMP) may result in rejection of a potential offeror’s proposal. Sincerely, /s/ Daniel E. Matusiewicz Contracting Officer    Page 3 is Blank (See Form SF 33 for pages  SECTION A TABLE OF CONTENTS SECTION DESCRIPTION A Table of Contents B Supplies or 1 and 2)  Services and Prices/Costs C Description/Specification/Work Statement D Packaging and Marking E Inspection and Acceptance F Deliverables or Performance G Contract Administration Data H Special Contract Requirements I Contract Clauses J List of Attachments K Representations and Certifications L Instructions, Conditions, and Notices to Offerors M Evaluation Factors for Award Attachment A Statement of Work Attachment B Billing InstructionsAttachment C CPARS Contractor Performance Report Attachment D SF_LLL Disclosure Lobbying Activities Attachment E Past Performance Attachment F Certificate Of Current Cost and Pricing Data Attachment G Small Business  SECTION B – SUPPLIES OR Subcontract Plan      SERVICES AND PRICES/COSTS B.1 Purpose of Contract The purpose of this cost plus fixed fee contract is to audit the unweighted and weighted resident FTE counts reported by children’s hospitals in their initial applications for CHGME Payment Program funding as required under Public Law 109-307. The contractor shall complete the Resident FTE Assessment Program within a six-month period to allow the CHGME Payment Program to reconcile payments within the FY for which payments are being made. For FY 2013, the Resident FTE Assessment Program shall commence on October 1, 2012 and conclude no later than April 1, 2013. Each successive contract year has similar commencement and completion dates. B.2 Compensation In consideration of the satisfactory performance of the services  e) Option Period Four It is estimated that the total cost to the Government for full performance of Option Period Three under this contract will be tiny_mce_marker__________of which the sum of tiny_mce_marker___________ represents the estimated reimbursable cost and tiny_mc and tasks detailed in Section J-Attachment A-Statement of Work, the Contractor shall be compensated in accordance with the following 1. Estimated Cost a) Base Period It is estimated that the total cost to the Government for full performance of the base period under this contract will be tiny_mce_marker__________of which the sum of tiny_mce_marker___________ represents the estimated reimbursable cost and tiny_mce_marker___________ represents the fixed fee. b) Option Period One It is estimated that the total cost to the Government for full performance of Option Period One under this contract will be tiny_mce_marker__________of which the sum of tiny_mce_marker___________ represents the estimated reimbursable cost and tiny_mce_marker___________ represents the fixed fee. c) Option Period Two It is estimated that the total cost to the Government for full performance of Option Period Two under this contract will be tiny_mce_marker__________of which the sum of tiny_mce_marker___________ represents the estimated reimbursable cost and tiny_mce_marker___________ represents the fixed fee. d) Option Period Three It is estimated that the total cost to the Government for full performance of Option Period Three under this contract will be tiny_mce_marker__________of which the sum of tiny_mce_marker___________ represents the estimated reimbursable cost and tiny_mce_marker___________ represents the fixed fee. e_marker___________ represents the fixed fee. 2. The Government shall not be obligated to reimburse the contractor for amounts incurred in excess of the contract amount, and the contractor shall not be obligated to continue performance under the contract or otherwise incur amounts in excess of the contract unless and until written notification is received by the contractor from the contracting officer which sets forth a revision of the contract amount. No notice, communication, or representation in any other form or from any other person other than the contracting officer shall affect the amount of this contract. The total funds currently available for payment and allotted to this contract are tiny_mce_marker_________. For further provisions on funding, see clauses FAR 52.232-20 – Limitation of Costs (Apr 1984) and FAR 52.232-22 – Limitation of Funds (Apr 1984). 3. It is estimated that the amount currently allotted to this contract will cover performance from __________ to __________________. 4. The Contracting Officer may allot additional funds to the contract without the concurrence of the Contractor. B.2.1 Allowable Costs Costs shall be determined by the Contracting Officer to be allowable in accordance with FAR Subpart 31.2 in effect on the date of this Contract and the terms of this Contract. B.2.2 Direct Costs The Contractor shall be reimbursed for all costs as described below, incurred directly and specifically in the performance of each task order, claimed by the Contractor and accepted by the Contracting Officer: 1. Salaries and wages of the Contractor’s employees directly employed in performing the work required by this contract, including related fringe benefits, if treated as a direct cost; otherwise, fringe benefits may be claimed as part of indirect costs below. 2. Materials and services required in the performance of this contract, after deducting all discounts for the purchase of such materials and services. 3. Consultant fees or other payments to consultants required in the performance of this contract, provided that such fees or payments shall not exceed the daily rate of tiny_mce_marker________, exclusive of travel costs, without the written approval of the Contracting Officer. 4. Travel and subsistence expenses incurred exclusively in direct performance of this contract. The Contractor shall be reimbursed for transportation costs and travel allowance in accordance with the established policy of the Contractor, but subject to the following limitations: a. Such transportation cost shall not be reimbursed in an amount greater than the cost of first class rail or of economy air travel, unless economy air travel and economy air travel space are not available and the Contractor certifies to the facts in the voucher or other documents submitted for reimbursement. Travel allowances for per diem shall be reimbursed in accordance with the Contractor’s established policy, but in no event shall such allowances exceed the prevailing Government rate except within the corporate limits of those cities and other specified areas where higher ceiling rates have been established by the GeneralServices Administration for Civil Service employees in travel status. b. The Contractor shall be reimbursed for the cost of travel performed by its personnel in a privately owned automobile at the prevailing Government rate (as set by Federal Travel Regulations-see http://www.gsa.gov) not to exceed the cost by the most direct economy air route between the points so traveled. If more than one person travels in such automobile, no additional charge shall be made by the Contractor for such travel between such points. c. HRSA will not reimburse travelers for unauthorized or excess expenses. B.2.3 Prior Authorization of Certain Direct Costs Purchase Orders and Subcontracts 1. Requirements for purchase orders and subcontracts are governed by FAR 52.244-2, Subcontracts (OCT 2010) of the General Provisions except as may be indicated herein. 2. The Contractor shall not incur any of the following costs without the prior written approval of the Contracting Officer. Incurrence of such costs with the intent of claiming reimbursement as direct costs under this contract shall be at the Contractor’s own risk: a. Purchase of any item of equipment, including furniture or office equipment, regardless of cost; b. Any rental agreement for real or personal property, or any term contract for maintenance; c. Travel for general scientific meetings; and d. Rearrangement, alternation or relocation of facilities. B.2.4 Indirect Costs Pursuant to the General Provisions of this contract, and FAR 52.216-7, Allowable Cost and Payment (DEC 2002), the following provisional and ceiling rates are established. Type Provisional Ceiling Base Fringe Overhead G&A The Contractor shall use the organization’s current negotiated provisional indirect costs rates for billing purposes. In the event the rates are determined by the cognizant negotiated indirect costs official on the basis of actual allowable costs are less than the provisional and ceiling rates agreed to herein, then the lower rates established by such cognizant official shall apply. Additionally, it is hereby agreed that the above ceiling rates are to be used for the life of the contract. Within the first 90 days after the effective date of this contract, the contractor shall initiate a request for indirect cost rate agreement from the following: (this could be NIH or DCAA) Mr. Raphael A. Woodruff National Institute of Health 6100 Executive Boulevard, Room: 6B05 Rockville, MD 20892 Telephone: (301) 496-2444 Fax: (301) 402-7180 E-mail: rw8u@nih.gov The request will be accompanied by an indirect cost rate proposal and its supporting data. If the contractor does not comply with these requirements within the allotted time frame, then the Contracting Office will suspend all indirect costs being billed after 90 days. Notwithstanding the foregoing, the Contractor shall, in the case of an upward adjustment of the provisional rates, comply with the requirements of FAR 52.232-20- Limitation of Cost (APR 1984).   (End Section B) SECTION C – DESCRIPTION/SPECIFICATIONS/ STATEMENT OF WORK C.1 Statement of Work Independently and not as an agent of the Government, the contractor shall furnish all personnel, material, facilities, services, and equipment as needed to perform the Statement of Work set forth in Section J attached hereto and made part of this document. C.2 Incorporation of Contractor’s Proposal It is understood and agreed that the contractor shall, in meeting the requirements of this contract, perform the work in accordance with the Contractors proposal to the Health Resources and Services Administration for Resident Full-time Equivalent (FTE) Assessment Program – An Assessment of Resident FTE Counts Reported by Children’s Hospitals Participating in the Children-s Hospitals Graduate Medical Education (CHGME) Payment Program dated: to be determined provided however, that to the extent that any provisions of the articles of this contract are in conflict or inconsistent with any provisions of said proposal, the provisions of the articles of this contract shall control and shall supersede the provisions of said proposal; therefore, the contractor’s proposal is hereby incorporated into the resultant contract.   (End Section C) SECTION D – PACKAGING AND MARKING D.1. Marking All reports and documentation required as deliverables in Section F.4 shall be marked as requested in Section F.5, Deliverables of this contract.   (End Section D)       SECTION E – INSPECTION AND ACCEPTANCE E.1 52.246-5 Inspection of Services-Cost Reimbursement (APR 1984) (a) Definition. “Services,” as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may- (1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce any fee payable under the contract to reflect the reduced value of the services performed. (e) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may: (1) By contract or otherwise, perform the services and reduce any payable by an amount that is equitable under the circumstances; or (2) By terminate the contract for default. E.2 Inspection and Acceptance The Contracting Officer Representative (COR), as a duly authorized representative of the Contracting Officer, shall assume the responsibilities for monitoring the Contractor’s performance, evaluating the quality of services provided by the Contractor and performing final inspection and acceptance of all deliverables. E.3 FAR 52.25 SECTION F – DELIVERIES OR PERFORMANCE F.1 FAR 52.242-15 Stop-Work Order (AUG 989)-Alternate I APR 1984 F.2 Observance of Federal Holidays No 2-2 Clauses Incorporated by Reference (FEB 1998) The contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. In addition, the full text of a clause may be accessed electronically at http://www.arnet.gov/far.   (End Section E)  services or deliveries shall be performed on Saturdays, Sundays or Federal legal holidays, any other holiday set forth by Presidential Executive Order, or any other Government closures. Official Holidays New Year’s Day January 1st Martin Luther King’s Birthday 3rd Monday in January Inauguration Day 3rd Tuesday in January Presidents’ Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans’ Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th F.3 Period of Performance The period of performance shall be a base period of twelve (12) months with four (4) 12-month option periods. The period of performance under this contract shall commence with the effective date of the contract (EDOC). F.4 Articles or Services to be Furnished 1. All reports, processes, and product deliverables are subject to approval of the Contracting Officer Representative (COR). 2. The COR shall respond within 15 working days after receipt of a deliverable for which the COR has indicated approval is required before the Contractor can proceed to the next step in the use of that deliverable. 3. All reports and documents shall have, at a minimum in the document header, the contract number, and the COR’s name. All reports and documents shall have, at a minimum in the document footer, the author in the lower left corner, the page # of total # of pages in the center bottom of the page, and the date and /or version of the document (not the auto date) in the lower right corner. F.5 Schedule of Deliverables For Base Year The contractor shall submit the following items identified within the Scope of Work of this contract in the quantities stipulated and during the periods listed below. Task # Description Quantity Due Date 1 Post Award Meeting Agenda 1 electronic copy Within two (2) business days of the EDOC 2 Execute Resident FTE Assessment Program 2.1 Excel Spreadsheet to include the name, organization and contact information, and hospital assignment of all auditors and the fiscal intermediaries participating in the audit 1 electronic copy 7 of October of base year 2.2 Execute introductory letter or e-mail to all CHGME participating children’s hospitals with a copy sent electronically to the COR Amount not to exceed 65 copies 15 of October of the base year 2.3 Execute DCs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of the base year 2.4 Execute DRs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of the base year 2.5 Execute FRs Amount not to exceed 65 audits Commence on or after November 1 and conclude on March 1 of the base year 2.5.1 Provide proposal of potential children’s hospitals to receive FRs with detailed list of specific triggers for each hospital included 1 electronic copy 21 of October of the base year 2.6 Audit Completion Procedures for DC, DR, and FR 2.6.5 Send a summary report to each children’s hospital indicating the final hospital-specific results of the Resident FTE Assessment Program. Amount not to exceed 65 copies (electronic and/or paper copy) 1 of February of the base year or within fifteen (15) business days of hospital DC and/or DR completion 15 of March of the base year or within fifteen (15) business days of hospital FR completion 2.6.6 and 2.6.7 Complete and send electronically resident FTE assessment packages to COR Amount not to exceed 65 audits 1 of February of the base year or within fifteen (15) business days of hospital DC and/or DR completion 15 of March of the base year or within fifteen (15) business days of hospital FR completion 2.6.8 Provide summary report detailing the sampling methodology used for each hospital audited 1 paper copy and 1 electronic copy Within fifteen (15) business days of hospital DC, DR and/or FR completion 3 Provide monthly progress reports with details on activities, accomplishments and challenges of the audit process for all CHGME participating children’s hospitals. Progress report template to be provided by the contractor at the kick-off meeting and approved by COR. Conference calls shall be arranged with the COR (weekly during the time when the DCs, DRs and FRs are being conducted) 1 electronic copy 7 of every month 4 Provide summary of audited IRIS data files to include specific data variables and a file format determined by COR 1 electronic copy Within forty-five (45) business days of hospital DC, DR and FR completion 5 Update Methodology Report 10 paper copies (of finalized, approved) and 1 CD July 1 of the base year 6 Resident FTE Assessment Program Fiscal Year End Summary Report 5 paper copies (of finalized, approved) and 1 CD September 30 of the base year 7 Develop, Organize, Facilitate, and/or Participate in CHGME Payment Program-Specific Conferences, Meetings, and Training Sessions Amount not to exceed 6 On an as needed basis, the COR will inform the Contractor at least 15 days prior to an web-based training session and at least 45 days prior to an in-person training event  Articles to be Furnished and Delivery Times For Option Year 1 The contractor shall submit the following items identified within the Scope of Work of this contract in the quantities stipulated and during the periods listed below. Task # Description Quantity Due Date 2 Execute Resident FTE Assessment Program 2.1 Excel Spreadsheet to include the name, organization and contact information, and hospital assignment of all auditors and the fiscal intermediaries participating in the audit 1 electronic copy 7 of October of option year 1 2.2 Execute introductory letter or e-mail to all CHGME participating children’s hospitals with a copy sent electronically to the COR Amount not to exceed 65 copies 15 of October of option year 1 2.3 Execute DCs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of option year 1 2.4 Execute DRs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of option year 1 2.5 Execute FRs Amount not to exceed 65 audits Commence on or after November 1 and conclude on March 1 of option year 1 2.5.1 Provide proposal of potential children’s hospitals to receive FRs with detailed list of specific triggers for each hospital included 1 electronic copy 21 of October of option year 1 2.6 Audit Completion Procedures for DC, DR, and FR 2.6.5 Send a summary report to each children’s hospital indicating the final hospital-specific results of the Resident FTE Assessment Program. Amount not to exceed 65 copies (electronic and/or paper copy) 1 of February of option year 1 or within fifteen (15) 8 Provide proposal on Intern Resident Information System (IRIS) Software Modification to include best options and process methodologies 3 paper copy and 1 electronic copy September 30 of the base year All deliverables shall be submitted to the COR.  business days of hospital DC and/or DR completion 15 of March of option year 1 or within fifteen (15) business days of hospital FR completion 2.6.6 and 2.6.7 Complete and send electronically resident FTE assessment packages to COR Amount not to exceed 65 audits 1 of February of option year 1 or within fifteen (15) business days of hospital DC and/or DR completion 15 of March of option year 1 or within fifteen (15) business days of hospital FR completion 2.6.8 Provide summary report detailing the sampling methodology used for each hospital audited 1 paper copy and 1 electronic copy Within fifteen (15) business days of hospital DC, DR and/or FR completion 3 Provide monthly progress reports with details on activities, accomplishments and challenges of the audit process for all CHGME participating children’s hospitals. Progress report template to be provided by the contractor at the kick-off meeting and approved by COR. Conference calls shall be arranged with the COR (weekly during the time when the DCs, DRs and FRs are being conducted) 1 electronic copy 7 of every month 4 Provide summary of audited IRIS data files to include specific data variables and a file format determined by COR 1 electronic copy Within forty-five (45)business days of hospital DC, DR and FR completion 5 Update Methodology Report 10 paper copies (of finalized, approved) and 1 CD July 1 of option year 1 6 Resident FTE Assessment Program Fiscal Year End Summary Report 5 paper copies (of finalized, approved) and 1 CD September 30 of option year 1 7 Develop, Organize, Facilitate, and/or Participate in CHGME Payment Program-Specific Conferences, Meetings, andTraining Sessions Amount not to exceed 6 On an as needed basis, the COR will inform the Contractor at least 15 days prior to an web-based training session and at least 45 days prior to an in-person training event Articles to be Furnished and Delivery Times For Option Year 2 The contractor shall submit the following items identified within the Scope of Work of this contract in the quantities stipulated and during the periods listed below. Task # Description Quantity Due Date 2 Execute Resident FTE Assessment Program 2.1 Excel Spreadsheet to include the name, organization and contact information, and hospital assignment of all auditors and the fiscal intermediaries participating in the audit 1 electronic copy 7 of Octob All deliverables shall be submitted to the COR. er of option year 2 2.2 Execute introductory letter or e-mail to all CHGME participating children’s hospitals with a copy sent electronically to the COR Amount not to exceed 65 copies 15 of October of option year 2 2.3 Execute DCs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of option year 2 2.4 Execute DRs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of option year 2 2.5 Execute FRs Amount not to exceed 65 audits Commence on or after November 1 and conclude on March 1 of option year 2 2.5.1 Provide proposal of potential children’s hospitals to receive FRs with detailed list of specific triggers for each hospital included 1 electronic copy 21 of October of option year 2 2.6 Audit Completion Procedures for DC, DR, and FR 2.6.5 Send a summary report to each children’s hospital indicating the final hospital-specific results of the Resident FTE Assessment Program. Amount not to exceed 65 copies (electronic and/or paper copy) 1 of February of option year 2 or within fifteen (15) business days of hospital DC and/or DR completion 15 of March of option year 2 or within fifteen (15) business days of hospital FR completion 2.6.6 and 2.6.7 Complete and send electronically resident FTE assessment packages to COR Amount not to exceed 65 audits 1 of February of option year 2 or within fifteen (15) business days of hospital DC and/or DR completion 15 of March of option year 2 or within fifteen (15) business days of hospital FR completion 2.6.8 Provide summary report detailing the sampling methodology used for each hospital audited 1 paper copy and 1 electronic copy Within fifteen (15) business days of hospital DC, DR and/or FR completion 3 Provide monthly progress reports with details on activities, accomplishments and challenges of the audit process for all CHGME participating children’s hospitals. Progress report template to be provided by the contractor at the kick-off meeting and approved by COR. Conference calls shall be arranged with the COR (weekly during the time when the DCs, DRs and FRs are being conducted) 1 electronic copy 7 of every month 4 Provide summary of audited IRIS data files to include specific data variables and a file format determined by COR 1 electronic copy Within forty-five (45) business days of hospital DC, DR and FR completion 5 Update Methodology Report 10 paper copies (of finalized, approved) and 1 CD July 1 of option year 2 6 Resident FTE Assessment Program Fiscal Year End Summary Report 5 paper copies (of finalized, approved) and 1 CD September 30 of option year 2 7 Develop, Organize, Facilitate, and/or Participate in CHGME Payment Program-Specific Conferences, Meetings, and Training Sessions Amount not to exceed 6 On an as needed basis, the COR will inform the Contractor at least 15 days prior to an web-based training session and at least 45 days prior to an in-person training event  Articles to be Furnished and Delivery Times For Option Year 3 The contractor shall submit the following items identified within the Scope of Work of this contract in the quantities stipulated and during the periods listed below. Task # Description Quantity Due Date 2 Execute Resident FTE Assessment Program 2.1 Excel Spreadsheet to include the name, organization and contact information, and hospital assignment of all auditors and the fiscal intermediaries participating in the audit 1 electronic copy 7 of October of option year 3 2.2 Execute introductory letter or e-mail to all CHGME participating children’s hospitals with a copy sent electronically to the COR Amount not to exceed 65 copies 15 of October of option year 3 2.3 Execute DCs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of option year 3 2.4 Execute DRs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of option year 3 2.5 Execute FRs Amount not to exceed 65 audits Commence on or after November 1 and conclude on March 1 of option year 3 2.5.1 Provide proposal of potential children’s hospitals to receive FRs with detailed list of specific triggers for each hospital included 1 electronic copy 21 of October of option year 3 2.6 Audit Completion Procedures for DC, DR, and FR 2.6.5 Send a summary re All deliverables shall be submitted to the COR. port to each children’s hospital indicating the final hospital-specific results of the Resident FTE Assessment Program. Amount not to exceed 65 copies (electronic and/or paper copy) 1 of February of option year 3 or within fifteen (15) business days of hospital DC and/or DR completion 15 of March of option year 3 or within fifteen (15) business days of hospital FR completion 2.6.6 and 2.6.7 Complete and send electronically resident FTE assessment packages to COR Amount not to exceed 65 audits 1 of February of option year 3 or within fifteen (15) business days of hospital DC and/or DR completion 15 of March of option year 3 or within fifteen (15) business days of hospital FR completion 2.6.8 Provide summary report detailing the sampling methodology used for each hospital audited 1 paper copy and 1 electronic copy Within fifteen (15) business days of hospital DC, DR and/or FR completion 3 Provide monthly progress reports with details on activities, accomplishments and challenges of the audit process for all CHGME participating children’s hospitals. Progress report template to be provided by the contractor at the kick-off meeting and approved by COR. Conference calls shall be arranged with the COR (weekly during the time when the DCs, DRs and FRs are being conducted) 1 electronic copy 7 of every month 4 Provide summary of audited IRIS data files to include specific data variables and a file format determined by COR 1 electronic copy Within forty-five (45)business days of hospital DC, DR and FR completion 5 Update Methodology Report 10 paper copies (of finalized, approved) and 1 CD July 1 of option year 3 6 Resident FTE Assessment Program Fiscal Year End Summary Report 5 paper copies (of finalized, approved) and 1 CD September 30 of option year 3 7 Develop, Organize, Facilitate, and/or Participate in CHGME Payment Program-Specific Conferences, Meetings, andTraining Sessions Amount not to exceed 6 On an as needed basis, the COR will inform the Contractor at least 15 days prior to an web-based training session and at least 45 days prior to an in-person training event Articles to be Furnished and Delivery Times For Option Year 4 The contractor shall submit the following items identified within the Scope of Work of this contract in the quantities stipulated and during the periods listed below. Task # Description Quantity Due Date 2 Execute Resident FTE Assessment Program 2.1 Excel Spreadsheet to include the name, organization and contact information, and hospital assignment of all auditors and the fiscal intermediaries participating in the audit 1 electronic copy 7 of October of option year 4 2.2 Execute introductory letter or e-mail to all CHGME participating children’s hospitals with a copy sent electronically to the COR Amount not to exceed 65 copies 15 of October of option year 4 2.3 Execute DCs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of option year 4 2.4 Execute DRs Amount not to exceed 195 audits Commence on October 1 and conclude on January 21 of option year 4 2.5 Execute FRs Amount not to exceed 65 audits Commence on or after November 1 and conclude on March 1 of option year 4 2.5.1 Provide proposal of potential children’s hospitals to receive FRs with detailed list of specific triggers for each hospital included 1 electronic copy 21 of October of option year 4 2.6 Audit Completion Procedures for DC, DR, and FR 2.6.5 Send a summary report to each children’s hospital indicating the final hospital-specific results of the Resident FTE Assessment Program. Amount not to exceed 65 copies (electronic and/or paper copy) 1 of February of option year 4 or within fifteen (15) All deliverables shall be submitted to the COR.  business days of hospital DC and/or DR completion 15 of March of option year 4 or within fifteen (15) business days of hospital FR completion 2.6.6 and 2.6.7 Complete and send electronically resident FTE assessment packages to COR Amount not to exceed 65 audits 1 of February of option year 4 or within fifteen (15) business days of hospital DC and/or DR completion 15 of March of option year 4 or within fifteen (15) business days of hospital FR completion 2.6.8 Provide summary report detailing the sampling methodology used for each hospital audited 1 paper copy and 1 electronic copy Within fifteen (15) business days of hospital DC, DR and/or FR completion 3 Provide monthly progress reports with details on activities, accomplishments and challenges of the audit process for all CHGME participating children’s hospitals. Progress report template to be provided by the contractor at the kick-off meeting and approved by COR. Conference calls shall be arranged with the COR (weekly during the time when the DCs, DRs and FRs are being conducted) 1 electronic copy 7 of every month 4 Provide summary of audited IRIS data files to include specific data variables and a file format determined by COR 1 electronic copy Within forty-five (45) business days of hospital DC, DR and FR completion 5 Update Methodology Report 10 paper copies (of finalized, approved) and 1 CD July 1 of option year 4 6 Resident FTE Assessment Program Fiscal Year End Summary Report 5 paper copies (of finalized, approved) and 1 CD September 30 of option year 4 7 Develop, Organize, Facilitate, and/or Participate in CHGME Payment Program-Specific Conferences, Meetings, and Training Sessions Amount not to exceed 6 On an as needed basis, the COR will inform the Contractor at least 15 days prior to an web-based training session and at least 45 days prior to an in-person training event All deliverables shall be submitted to the COR. SECTION G – CONTRACT ADMINISTRATION DATA G.1 Designation of Contracting Officer Representative (COR) The person identified below is hereby designated as the Contracting Officer Representative (COR) for this contract. The responsibility of the COR is to ensure that the Government’s technical objectives are met. To this end, the COR will provide necessary information, direction, coordination, etc., within the contractual work description. Issuance of changes which affect the articles, terms, or conditions of this contract will be accomplished through the Contracting Officer who is the only party authorized to bind the Government to contract: (Name) Health Resources and ServicesAdministration (Office/Division) 5600 Fishers Lane, Parklawn Building, Room _____ Rockville, Maryland 20857 Phone Number: __________ Fax Number: ____________ Email: ________________ G.3. CONTRACTING OFFICER’S REPRESENTATIVE’S RESPONSIBILITY Technical Direction – The COR will provide the necessary information, direction, and coordination within the confines of the existing contractual work description in order for the contract to have a successful outcome for the government. This includes providing technical direction to the Contractor to guide the contract effort in order to accomplish the contractual statement of work. This may include providing information to the Contractor for assistance in the interpretation of government provided information, specifications or technical portions of the work description, and where required by the contract, review and approval of product deliverables of the Contractor to the Government under the contract. All technical direction to the Contractor shall be issued in writing by the Contracting Officer Representative or shall be confirmed by him/her in writing within _____ working days after issuance. Contract Progress and Performance Management – The COR will establish a contract surveillance program that will permit verification of contractor progress and performance. The COR is responsible for monitoring the contractor’s performance and notifying the Contracting Officer immediately when: 1. Performance is not proceeding satisfactorily, OR 2. If problems are anticipated, OR 3. Changes in the contract requirement are anticipated that would require the execution of a modification, OR 4. All work is completed and the final deliverable has been accepted. The COR should prepare a performance report semiannually on the contractor’s performance on this Contract. The minimal requirement is an annual performance report. Performance reporting on this Contract follows established government guidelines and is submitted to the Contractor and Contracting Officer with supporting documentation. Document Contract Transactions – The COR maintains records, logs, and reports that document the actions taken by the Contractor and the Government during performance of the contract in hard copy files in the following manner: Establish a COR file for each contract which contains the CO delegation to the COR and all pertinent contract documents. The file should stand alone and contain copies of records documenting all contract actions. Assure proper payment for servicesrendered – The COR shall, in a timely manner, verify invoices submitted by the contractor to ensure that payment is made for services rendered, consistent with agreed upon payment rates and within budget. The COR shall thoroughly review invoices to verify that each has all the information necessary to ensure payment, and is otherwise accurate and complete. The COR shall promptly resolve any issues with the contractor, and ensure that expenditures are consistent with the contract budget according to the terms and conditions of the contract. After reviewing the invoice, the COR shall submit the invoice and send a notification approving payment to the Unified Financial Management System (UFMS) receiver within four (4) days from the date of receipt of a proper invoice. The COR shall keep a copy of the invoice for the COR contract file with the date and approving COR’s initials and the UFMS receiving number. If there are questions regarding payment, the COR should call the Payments Office at (301) 443-3020. Maintain Acquisition Professional Skills and Standards – The COR shall maintain HRSA COR certification during all periods of time delegated duties as a COR for a HRSA contract. The COR shall present their current, valid HRSA COR Certificate to Contractors, Contracting Officers, and other staff upon request. The COR shall never exceed the authorities delegated by the Contracting Officer to the COR nor violate the requirements established for Acquisition professionals established in the FAR and HHSAR. G.4. RESTRICTIONS ON THE CONTRACTING OFFICER’S REPRESENTATIVE’S AUTHORITY Direction given by the COR to the Contractor must be within the parameters of the Statement of Work as stated in the Contract. The COR may not issue any direction to the Contractor that: 1. Solicits a proposal, OR 2. Constitutes an assignment of additional work outside the Statement of Work of this Contract, OR 3. In any manner causes an increase in the total contract cost or the time required for contract performance, OR 4. Changes any of the express terms, conditions, or specifications of the Contract (i.e., changes in the price or scope of work, instructions to start or stop work, approval of any actions that will result in additional charges to the government). Issuance of changes that affect the articles, terms, or conditions of this Contract will be accomplished through the Contracting Officer, who is the only party authorized to bind the Government to contract and the only party who can determine if a direction is within the Statement of Work. G.5. CONTRACTOR’S RESPONSIBILITY Technical Direction – The Contractor shall proceed promptly with the performance of technical directions duly issued by the Contracting Officer Representative (COR) in the manner prescribed within the COR’s authority under this provision. If, in the opinion of the Contractor, any direction issued by the COR exceeds said authority, the Contractor shall not proceed, but shall notify the Contracting Officer in writing within five (5) days after the receipt of any such direction, and shall request the Contracting Officer to modify the contract accordingly. The Contracting Officer shall either issue an appropriate contract modification or advise the Contractor that the technical direction is within the scope of this contract and does not constitute a change of the contract. The Contractor shall then proceed immediately with the direction given. A failure of the parties to agree upon the nature of the direction or upon the contract action to be taken shall be subject to the provisions of the contract clause entitled “Disputes”. G.6. KEY PERSONNEL Pursuant to the Key Personnel clause (HHSAR 352.242-70) referenced in SECTION I of this contract, the following individual(s) is (are) designated as Key Personnel and considered to be essential to the work being performed under this contract: Title Name Project Director/Manager ______________________________ (To be completed at time of award) The person identified as the Project Director/Manager shall direct the necessary work and services toward fulfillment of the contractual requirements. Prior to removing, replacing, or diverting the specified individual(s), the Contractor shall notify the Contracting Officer in writing and reasonably in advance, and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the contract. No diversion shall be made by the Contractor without the written consent of the Contracting Officer, provided that the Contracting Officer may ratify in writing changes made due to events beyond the control of the Contractor, and such ratification shall constitute the consent of the Contracting Officer required by this clause. Examples of events beyond the control of the Contractor are: (1) prolonged sickness, (2) termination of employment, and (3) death. Key personnel, with the consent of the Contracting Officer, may be amended from time to time during the course of the contract to either add or delete personnel, as appropriate. G.7. SUBMISSION OF INVOICES AND PLACE OF PAYMENT 1. The Contactor shall submit monthly invoices/vouchers in an original and two (2) copies as follows: a) Send one copy to the COR b) Send one original and one copy to: Department of Health and Human ServicesHealth Resources and Services Administration Parklawn Building, 13A-43, Room: 14 5600 Fishers Lane Rockville, Maryland 20857 Attn: Hanif S. Abdul-Amin 2. For inquiries regarding payment, call Accounts Payable Section at (301) 443-3020. 3. For inquiries regarding receiving, inspection and acceptance, rejections, or technical issues, call your COR. 4. The Contractor agrees to include with each invoice, and comply with, the Billing Instructions, Section J, Attachment B, and to include the following information on its invoice/voucher: a. contractor’s name, invoice/voucher number, and date; b. contract number; c. description, price, and quantity of services/products delivered; d. date of services; e. payment terms; f. tax identification number; g. CAN number; h. object class appropriation number; i. contractor’s complete remittance address; j. signature of an authorized official certifying that the invoice is correct and proper for payment; k. invoice/voucher to be submitted in a format in which total number of hours, and funds used and remaining are shown; and l. documents that support the request for payment (e.g., receipts, invoices, master bills, time cards, etc.). 5. Payment shall be made by: PSC/Financial Management Service  SECTION H – SPECIAL CONTRACT REQUIREMENTS H.1. Communication Any HRSA communication Parklawn Building, Room 16A-12 5600 Fishers Lane Rockville, MD 20857 Telephone: 301-443-3020 Fax: 301-443-0562 G.8. ELECTRONIC FUNDS TRANSFER In accordance with FAR 52.204-7 Central Contractor Registration (APR 2008), the Contractor shall designate a financial institution for receipt of electronic funds transfer payments. This designation shall be submitted in writing to the finance office set forth in Section G.7.5. G.9. EVALUATION OF CONTRACTOR’S PERFORMANCE evaluation of Contractor performance shall be conducted on this contract in Interim and final evaluation of Contractor performance on this contract shall be conducted in accordance with the Office of Federal Procurement Policy (OFPP) Policy Letter 92-5 issued January 11, 1993, FAR Subpart 42.15, and HHSAR 342.7001(d). Upon contract completion, a final evaluation of the Contractor’s performance shall be completed by the Government; see Section J, List of Attachments. The Government will conduct an evaluation of Contractor’s performance based on the completion of the tasks stated in the SOW. The evaluation shall be conducted by the COR and be comprised of an evaluation of contractor performance completed by the Contractor and Federal staff, and a review of progress reports and financial reports (deliverables). (End of Section G)  products developed under this contract will require an additional separate clearance on an HHS-615 (for text and/or graphic publications and products that will be printed, posted on the Web, or disseminated through other electronic methods, such as by email) or an HHS-524A (foraudiovisual products, including those that will be posted on the Web). Communication clearance for this contract itself does not satisfy the requirement to seek clearance of the specific HRSA communicationproducts. H.2. Printing and Duplicating The printing of government documents must be accomplished through the Government Printing Office (GPO). Contractors and grantees shall not be used as sources of printing for the Department or OPDIVS. Therefore, the inclusion of printing in contracts and grants is prohibited unless authorized by the Joint Committee on Printing (JCP). All requests for waivers must go through the HHS Department Printing Officer. Contractors may prepare copy, illustrative material (forms etc.) and /or camera ready copy for the purpose of producing publications. The Contractor shall not engage in, nor subcontract for, any printing (as the term is defined in Title 1 of the Government Printing and Binding Regulations in effect on the effective date of this contract) in connection with the performance of work under this contract; except that performance of a requirement under this contract involving less than 25,000 production units in the aggregate of multiple pages will not be deemed to be printing. A production unit is defined as one sheet, size 8.5 x 11 inches, one side only, and one color. Regarding the use of private funds for printing, the regulations state that when appropriated funds are to be used to create information for publication, the printing of that information cannot be made available to a private publisher for publication without prior approval of the congressional Joint Committee on Printing by way of the office of HHS Department Printing Officer. For any questions, please contact the HHS Department Printing Officer at 301-594-3185. H.3. Clearance/Production of Information Products/services The U.S. Department of Health and Human Services (HHS), Office of the Assistant Secretary for Public Affairs, requires clearance for any external communication products, which includes publications, audiovisual products, multimedia products, exhibits (including exhibit structures),conferences (including program/agenda books and other meeting materials), or public affairs services produced for or by HRSA through this contract as a deliverable. An external communication product is one that will be distributed outside of HRSA in any quantity. This clearance, which takes approximately 4 weeks, is obtained by the project officer through HRSA’s Office of Communications. It is the policy of HHS that HHS must be prominently and dominantly identified as the primary publisher/producer, to include the name of HHS and placement of the HHS logo, on all communication materials, including those produced for Government publications and Government printed matter by contractors. The name of the U.S. Department of Health and Human Services and the Health Resources and Services Administration must be spelled out on the front cover of publications and on the opening and closing frames of audiovisual products. The HHS and HRSA logos must be displayed in addition to spelling out the names of the Department and the Agency. Use of the HHS and HRSA logos that include the names of the Department and the Agency as part of the graphics in the logos does not satisfy the requirement to spell out the names of HHS and HRSA. All publications andaudiovisual products must display the month and year of issuance. The HHS and HRSA logos must be displayed on the front cover of any publications and on the opening and closing frames of any audiovisual products. The requirement for placement of the logos may be satisfied by displaying the HHS logo on the bottom left corner and the HRSA logo on the bottom right corner. The HHS logo should be larger than the HRSA logo. Government publications or other Government printed matter may not include the contractor’s logo unless specifically authorized in accordance with agency policy and procedures (http://www.hhs.gov/web/policies/webpolicies/logopolicies/logos_contractors.html) Communication products are any and all products intended for audiences outside the Agency, including but not limited to: • reports, booklets, manuals, fact sheets, newsletters, brochures, flyers • Internet publications • press releases, advisories, other media materials (including press kits) • exhibits, exhibit structures • conferences, meeting materials (including program/agenda books) • summaries, monographs, proceedings • slides, overhead transparencies, posters • audio and videotapes, films, CDs, DVDs, and other audiovisual products • multimedia products, educational or information modules • advertisements and/or scripts for radio, TV, Web, or other venue Internal publications (no copies will be distributed outside of the Agency in print; electronically by any means, including by email or listserv; and will not be posted on the Internet) are exempted from this requirement. Where appropriate, the words Health Resources and Services Administration, Bureau …, Office of, Division of …, shall be included above the HRSA logo. Title 44 of the U.S. Code requires that the printing of any publication developed under this contract shall be done by the Government Printing Office. Printing shall be coordinated through the Contracting Officer Representative. NOTE: OMB clearance must be obtained if you (the contractor) intend to survey or interview more than 9 people outside of HRSA and/or the Department, including grantees. Failure on the part of the Contractor to comply with the printing and duplicating, and publication clearance requirements stated above will be deemed unauthorized servicesand reimbursement will be denied. H.4. Language Disclaimer The views expressed in written conference materials, publications, audiovisual products, and by speakers and moderators at HHS-sponsoredconferences, do not necessarily reflect the official policies of the U.S. Department of Health and Human Services nor does mention of trade names, commercial practices, or organizations imply endorsement by the U.S. Government. H.5. Rights in Data The Contractor will be prohibited from copyrighting, publishing or disseminating information resulting from work performed under this contract, and/or, using data produced or obtained under this contract, and/or any other information or products provided by the Government, or which the Contractor develops, for any purpose other than performance under this contract without prior written approval from the Contracting Officer. Ownership of Documents, Materials and Records: All documents, materials (including any computer code) or records provided to the Contractor, developed or maintained by the Contractor in the performance of this contract are deemed to be property of the Government. H.6. Security Requirements All Contractors and Subcontractors shall comply with existing legislation, regulations, and department requirements from the Office of Management and Budget (OMB) Circular A-130, Management of Federal Information Resources, Appendix III, Security of Federal Automated Information Resources, and Public Law 100-235, Computer Security Act of 1987. The Contractors/Subcontractors shall consider information security as one of the system’s integral functional requirements in a manner similar to other user andbusiness requirements, and shall comply with HHS and HRSA IT security policies and practices throughout the development and operation lifecycle phases of the system. Specifically, the Contractor/Subcontractor shall: • Ensure that all persons requiring access to HRSA information systems receive and clear a background investigation, commensurate with their level of job responsibilities as required by the Homeland Security Presidential Directive 12 (HSPD-12). • Ensure that during planning and requirements definition activities, the system security objectives and needs, such as system criticality and data sensitivity, are met and the appropriate level of effort for the system risk management activities is determined in accordance with FIPS Publication 199, NIST SP 800-30. • Collaborate with the HRSA IT Security Staff (provide point of contact, phone number, & e-mail address) to facilitate initial and periodic as well as continuous monitoring activities. The process runs from October to June in accordance to FISMA reporting schedule. Based on the required level of effort, the following documents may be required: o Risk Assessment (RA) in accordance with NIST SP 800-30 o System Security Plan (SSP) in accordance with NIST SP 800-18 o Security Control Assessment in accordance with NIST SP 800-53 and 800-53A o Privacy Impact Assessment (PIA) in accordance with E-Gov Act of 2002 o Security Testing & Evaluation (ST&E) Plan/Report o Plan of Action and Milestones (POA&M) in accordance with HRSA POA& M Guidance/Template o System Rules of Behavior o Memorandums of Agreement/Understanding and/or System Interconnection Agreement o Contingency Plan in accordance with NIST SP 800-34 o Incident Response Plan in accordance with NIST SP 800-61 o Contingency Plan and Tests/Exercises o Minimum Security Configuration Checklists • Ensure that the security controls needed to adequately protect the Bureau of Health Professions E-Learning and Web-based Conference meet the security requirements of the system and are selected in accordance with NIST SP 800-53, Federal regulations, HHS policy, and HRSA IT Security Policy. • Collaborate with the HRSA ITSS to facilitate the development of E-Authentication risk assessment documentation if electronic system/transactions require user authentication in accordance to Presidential Memorandum M-04-04 using NIST SP 800-63 guidance and delivered to HRSA Information Systems Security Staff. • Appoint a designated Information Systems Security Officer (ISSO) to ensure the Bureau of Health Professions E-Learning and Web-based Conference security posture complies with HRSA IT Security Policy and procedures during the course of operation, and to be the system “point of contact” for all HRSA IT security matters. H.7. Earned Value Management (if applicable) The Contractor shall prepare and submit a month Earned Value Management (EVW) report for all development, modernization, and enhancement (DME) activities defined in each task order. EVM Reports shall be prepared, and submitted monthly to the COR, for all SOW development, modernization, and enhancement tasks on each task order. The EVM shall be prepared and submitted by the Contractor according to the following: IT Contracts with annual cost of less than $1 Million This report shall be prepared in accordance with the agreed upon the monthly status report format by the COR and Contractor. Cost and schedule milestone data collected shall include Planned Start Date, Planned End Date, Actual Start Date, Actual End Date, Planned Percent Complete, Planned Cost and Actual Cost.” EVM reporting requirement regardless of contract threshold Contractor will provide Monthly EVM reports in an agreed upon report format. The project manager will determine the due date for EVM reporting. • Information made available to the contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without written agreement of the Contracting Officer. • The contractor agrees to assume responsibility for protecting the confidentiality of Government records, which are not public information. Each contractor or employee of the contractor to whom information may be made available or disclosed shall be notified in writing by the contractor that such information may be disclosed only for a purpose and to the extent authorized herein. OutreachSystems Article Number: 120526/PROCURE/0071 Matching Key Words: video*; film?; duplicat*; produc*; train*; conference?; you; web; page?; education*; business*; documentation; event?; produce?; production?; distribut*; instruct*; commercial?; videotap*; audiovisual; serv*; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Leavenworth, MICC – Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417

T–CSI-Historical Writing Team W91QF412R0014 071112 Ruth ‘Nickey’ Brown, 913-684-1615 MICC – Fort Leavenworth The Mission Contracting Office, Fort Leavenworth, intends to issue a solicitation for Historian Writing Services to the Combat Studies Institute (CSI) located at Ft. Leavenworth KS. The overall scope of this procurement will include the following: The contractor shall provide the support in conducting research and writing analytical articles and book length manuscripts for projects in support of current doctrinal concerns to the Army. The Government anticipates a solicitation release date on or about June 11, 2012 through Federal Business Opportunities (FedBizOps) website. A single award of a Firm Fixed-Price contract is anticipated and award will be made to the offeror who provides a proposal that best meets the Government’s requirement. All requirements, evaluation criteria, basis for contract award and proposal due date will be provided as part of the solicitation. The anticipated period of performance will consist of a one year period of performance with two 12-month optional periods of performance. This procurement is set-aside 100% for Service Disabled Veteran Owned Small Business concerns only; under NAICS Code 711510 and who meet the small business size standard of $7 Million. All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and be actively registered in the Central Contractor Registration (CCR) at http://www.ccr.gov and must have completed the Online Representations and Certifications Application (ORCA). This is a pre-solicitation notice only. Inquiries resulting from this notice will not receive a response. The solicitation and any documents related to this procurement will be available at the Government wide Point of Entry at http://www.fbo.gov/ and https://acquisition.army.mil/asfi. Requests for printed copies of the solicitation will not be accepted Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: MICC – Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS 66027-1417 US URL:https://www.fbo.gov/notices/0bd6672b96c567de05c0dd78fe771fb6 OutreachSystems Article Number: 120526/PROCURE/0086 Matching Key Words: naics!711510; 


Department of the Interior, Fish and Wildlife Service, CGS-WO, FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181

T–Acquisition of Motion Picture and Video Production F12PS00475 060812 Joshua Gordon This is a combined synopsis/solicitation for commercial items. This acquisition will be a 100% Small Business (SB) set-aside; the North American Industry Classification System (NAICS) code is 512110, Motion Picture and Video Production. The business size standard is $29.5M. This request for proposal consists of the following Contract Line Item Numbers (CLIN): CLIN 0001 Fifty Minute Video, One (1) Each Description: One (1) Fifty Minute master DVD High Definition (HD) Video and one hundred (100) copies to highlight the four wildlife refuges within the Desert National Wildlife Complex, in accordance with Statement of Work (SOW). CLIN 0002 Eight Minute Video, Four (4) Each Description: Four (4) Eight Minute master DVD High Definition (HD)Videos and one hundred (100) copies of each video to showcase each of the four wildlife refuges, in accordance with Statement of Work (SOW). Inspection and Acceptance shall be at destination (products shall be delivered to the destination at the expense of the contractor). The Government estimates award of a Purchase Order no later than June 15, 2012. Estimated Period of Performance to end on October 31, 2013. Proposals must be firm-fixed priced, and include all quantities listed, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1Instructions to Offerors — Commercial Items. FAR 52.212-2 Evaluation — Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation presents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are: (1) Experience/Technical Capability, (2) Past Performance, and (3) Price. Questions regarding this requirement may be submitted immediately via email but no later than June 1, 11 am, PST to: josh_gordon@fws.gov. Questions with the Governments responses will be posted as an amendment to this solicitation. HOW TO RESPOND ELECTRONIC SUBMISSION VIA EMAIL OR HARD COPY IS REQUIRED. Hard Copy Submission Instructions NOTE: Do not submit on flash drive media. Proposals shall be clearly marked with RFP F12PS00475 and include all items required in Technical Proposal and Price Proposal as indicated in the Instructions to Offerors, and shall be submitted viacommercial delivery service or hand delivered to the Contract Officer by solicitation due date and time at the following address: US Fish and Wildlife Service CGS Attn: Josh Gordon 911 NE 11th Avenue Portland, OR 97232 Proposals shall be submitted as follows: Text shall be at least single spaced on 8 by 11-inch, standard format. Offerors shall submit an original and one copy. The original may be unbound and placed in an economical pocket folder with one copy bound by a staple. A cover sheet clearly noted with the RFP number, date of submittal, Offerors name, address, Cage Code, DUNS Number, Tax Identification Number, and Offerors POC name, phone, and email. A sample DVD may be placed in the pocket, clearly label with same information. Please be advised that USFWS is located in a secure building. If proposals are hand delivered, access to the building will require participants to sign for building access in the lobby, surrender one form of state issued identification (e.g. a license) in exchange for an access badge while in the building, and be escorted from the lobby to the conference room. A staff member will meet the courier to receive the submittal. Email Submission Instructions Offerors shall submit proposals via email in Microsoft(MS) Office 2003 or 2007 Format. Proposals should be clearly marked with RFP F12PS00475. Due to email server and pipeline limitations, please limit the size of each email with attachments to 2MB. Please submit proposals (Technical Proposal with video sample with link and/or web address information, Cost Proposal, and fully completed Performance Questionnaires) as an attachment to: josh_gordon@fws.gov NO LATER THAN June 8, 2012, 11:00 AM, PST. It is the responsibility of each offeror to review the publication website for notice of amendments, updates or changes to current information. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). Late proposals will be rejected and will not be considered or evaluated for award. Set-Aside: Total Small Business Place of Performance: 98130 URL: https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00475/listing.html OutreachSystems Article Number: 120526/PROCURE/0087 Matching Key Words: video*; produc*; conference?; website; web; business*; production?; instruct*; commercial?; naics!512110; 


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

U — National Tobacco Education Campaign 2012-N-14321 071112 Thaddeus E Rollins, Contract Specialist, Phone 770-488-1971, Fax 770-488-2778, Email tnr6@cdc.gov – Teri M Routh-Murphy, Contracting Officer, Phone 770-488-2713, Fax 770-488-2778, Email tnr3@cdc.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. In conjunction with FAR 12.6, the government intends to use the policies and procedures in accordance with FAR 15 Contract By Negotiation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. 2012-N-14321 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This procurement is Total Small Business Set-Aside. The associated NAICS code 541890. The total period of performance under this contract shall be base period of 12 months with two (2) option periods twelve (12) months each. This is a Fixed Price Award Fee contract with not to exceed travel line item. The resultant contract will be funded using Prevention and Public Health Funds (PPHF). Additional PPHF reporting as required per Health and Human Services Acquisition Regulation (HHSAR) clause 352.204-16 is incorporated in full text. The purpose of the National Tobacco Education Campaign is to educate the public about the harmful effects of tobacco use and encourage smokers to quit. Our objectives will be to raise awareness of the health consequences of tobacco use; encourage cessation of tobacco products; and to direct people to free resources to help them quit. This campaign will support and reinforce the messages delivered by state and community media campaigns. The primary target audience for this campaign is the adult smoker ages 18-54. Secondary audiences include adult and young adult non-smokers, parents, family members, and adolescents. Coordinated mass media, public and private sector partnerships, and earned and social media strategies are core elements of the campaign. This is a Performance Base Award. The main purpose of this contract is to conduct a paid national media campaign which will run for three to six months (per performance period). The contractor should describe in its proposal a strategy for implementing a paid national media campaign, recognizing that with limited funds available, an emphasis would need to be placed on leveraging media dollars to the greatest extent possible and considering the best ratio of national to localized placement. Contractors are encouraged to include budgets for the costs of running a 12- vs. 24-week buy (3 vs. 6 month campaign) in all 200+ designated market areas (DMAs). The contractor shall develop up to fifteen (15) ad packages (5 in the Base year, 5 in Option period one and 5 in Option period two) that may target particular underserved populations at high risk for tobacco use. For the purposes of this contract, an ad package refers to the comprehensive development of an ad concept, with at least one execution in these mediums: television, radio, print, out of home, and digital executions. Note that certain executions will have multiple variations in sizes, etc. The contractor is also free to propose additional creative ad assets. For the campaign to be successful, a thorough understanding of the target audiences, the health behaviors promoted, and the barriers and motivators for the target audiences taking action is essential. This understanding will inform the placement of media, facilitate the development of messages, and enhance the campaign strategies and tactics that resonate with the target audiences. Contractors are encouraged to be creative and offer their best ideas to CDC. The following attached documents are an integral component of this synopsis/solicitation: 1. Attachment 1- Contract Line Items 2. Attachment 2- Performance Work Statement 3. Attachment 3- Quality Assurance Surveillance Plan 4. Attachment 4- Award Fee Plan Your submission should include three separate proposals: technical, business and past performance. Evaluation of Offeror’s proposals shall occur in a two stage process. In Stage One, the offeror’s written technical and business proposals will be evaluated based on the criteria listed below. After initial evaluation, and for the purposes of efficiency, the Government may elect to establish a competitive range limited to those Offerors that are the most highly rated, based only on the Offeror’s written technical and business proposal. In Stage Two, Offerors in the Competitive Range will be invited to participate in Oral presentations. During this stage the Offeror’s Oral Presentation will be evaluated and the scoring thereof added to the Offeror’s written proposal (Stage One score) to form the overall rating for the Offeror. Past Performance will be evaluated for all offerors in the Competitive Range on performance documentation or any other pertinent information available to the Government. This contract will be awarded to the Offeror whose proposal is considered to be the best value to the Government, price and other factors considered. For purposes of this evaluation, technical factors are more important than price in making the award determination. The Government will not make an award at a higher overall cost to the Government to achieve only slightly superior performance. Quality Assurance Surveillance and Award Fee Plan The contractor evaluation of this contract will be subject to the terms and conditions of the Quality Assurance Surveillance Plan (QASP) per attachment 3, and the award fee will be based on the criteria contained in the Award Fee Plan, attachment 4. The QASP is a Government developed document and the purpose is used to ensure that the Government receives quality services, and pays only for services actually provided. The QASP provides a systematic method to evaluate the services the Contractor is required to furnish. The QASP includes a Performance Requirement Summary, which will be used to gauge the Contractor’s commitment to successful performance, its willingness to stand behind its products and services during the course of the contract, as well as its confidence and ability to perform. The award fee plan sets forth specific criteria and procedures used to evaluate Contractor performance and to determine the amount of award fee earned during the performance of the contract. The Government may modify this award fee plan through unilateral modification at any time. Part I: Technical Proposal: The Contractor shall limit the technical proposal to 50 single-sided pages (not including appendices and exhibits), 8 1/2 by 11 inch paper of 12-point font. Pages exceeding the specified limit will be removed and not forwarded for evaluation. The narrative plan must include a technical approach & plan of operation, staffing & management work plan, proposed deliverables, and key deadline dates. In addition, the Contractor must provide a description of corporate qualifications and past/similar experience to demonstrate the company’s ability to successfully complete assignments of comparable size and complexity. Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s statement of work will not be eligible for award. The technical proposal should be in as much detail as considered necessary to reflect a clear understanding of the nature of the work being undertaken. The technical proposal must not contain reference to cost; however, resource information, such as data concerning labor hours and categories, materials, subcontracts, etc., must be contained in the technical proposal so that the Offeror’s understanding of the work can be evaluated. For purposes of the requirements set forth under this contract, the evaluation will be based upon the following criteria in descending order of importance: Criteria Value of criteria Similar Experience 40% Technical Approach and Plan of Operation 25% Oral Presentation 20% Staffing and Management Plan 15% Total: 100% Part II: Business Proposal The business proposal shall include the total price for the entire project, and shall be broken down by the task activities as set forth in the performance work statement. Pricing shall be a firm fixed priced, with a not to exceed Travel Line Item, and an Award fee determined by the Government. The price should be included as an appendix in an Excel spreadsheet itemized per task including cost for any subcontracted work. Budgets, staff hours, and other direct costs should be organized around the tasks and related deliverables described in the PWS. Offerors shall propose a payment schedule based on completion of defined milestones or specified deliverables in accordance with the PWS. Part III: Past Performance The Government will evaluate the quality of the Offeror’s past performance as it relates to accomplishing the requirements of the Statement of Work. Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. By past performance, the Government means the Offeror’s record of conforming to specifications and standards of good workmanship; the Offeror’s record of forecasting and controlling costs; the Offeror’s adherence to contract schedules and terms, including the administrative aspects of performance; the Offeror’s reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror’s business-like concern for the interest of the customer and the degree of quality of deliverables and performance A list of no more than three (3) most current (within the last 5 years), relevant contracts and/or subcontracts (completed or currently in progress) for the prime offeror and any subcontractors (3 each for prime and significant subcontract(s)). Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. The offeror shall provide the following information for each reference cited in the Corporate Experience section of theTechnical Proposal. Include the following information for each contract/subcontract: 1) Name of Contracting Activity 2) Contract Number 3) Contract Type 4) Total Contract Value 5) Contract Description 6) Contracting Officer Name, Email and Telephone Number FAR Clauses All FAR clauses and provisions can be obtained at http://www.arnet.gov/far/loadmainre.html. FAR 52.212-1 Instructions to offerors — Commercial Items FAR 52.212-4 Contract Terms and Conditions – Commercial Items FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition. The following FAR clauses identified in FAR 52.212-5 are applicable to this acquisition; 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-50 Combating Trafficking in Persons; 52.232-36 Payment by Third Party (May 1999); 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR), 52.246-2 Inspection of Supplies-Fixed-Price. FAR 52.212-3 Offeror Representations and Certifications – Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. ALTERNATE – REPRESENTATION BY CORPORATION REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UN ANY FEDERAL LAW The Consolidated Appropriations Act, 2012 Pub L112-74 and the Consolidated and Further Continuing Appropriations Act, Pub L. 112-55 prohibit covered agencies from using funds to enter into contracts with corporation that have unpaid federal tax delinquencies or certain felony convictions unless certain conditions are met. (a) The Offeror represents that: 1. It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. 2. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. FAR 52.219-14 Limitations on Subcontracting (NOV 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) FAR 52.221-41 Service Contract Act of 1965 (Nov 2007) Applicable Service Contract Act Wages (Jul 1999) The attached Wage Determination, No. 2005-2134 dated 06/13/2011 specifies hourly rates of wages that shall be paid to all employees performing work required under this contract. These rates have been determined by the Secretary of Labor in accordance with the provisions of the Service Contract Act of 1965, as amended. (End of Clause) FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by writtennotice to the Contractor within 60 days. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.227-17 Rights in Data-Special Works (DEC 2007) (a) Definitions. As used in this clause- “Data” means recorded information, regardless of form or the media on which it may be recorded. The term includes technical data and computer software. The term does not include information incidental to contract administration, such as financial, administrative, cost or pricing, or management information. “Unlimited rights” means the rights of the Government to use, disclose, reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, in any manner and for any purpose, and to have or permit others to do so. (b) Allocation of Rights. (1) The Government shall have- (i) Unlimited rights in all data delivered under this contract, and in all data first produced in the performance of this contract, except as provided in paragraph (c) of this clause. (ii) The right to limit assertion of copyright in data first produced in the performance of this contract, and to obtain assignment of copyright in that data, in accordance with paragraph (c)(1) of this clause. (iii) The right to limit the release and use of certain data in accordance with paragraph (d) of this clause. (2) The Contractor shall have, to the extent permission is granted in accordance with paragraph (c)(1) of this clause, the right to assert claim to copyright subsisting in data first produced in the performance of this contract. (c) Copyright- (1) Data first produced in the performance of this contract. (i) The Contractor shall not assert or authorize others to assert any claim to copyright subsisting in any data first produced in the performance of this contract without priorwritten permission of the Contracting Officer. When copyright is asserted, the Contractor shall affix the appropriate copyright notice of 17 U.S.C. 401 or 402 and acknowledgment of Government sponsorship (including contract number) to the data when delivered to the Government, as well as when the data are published or deposited for registration as a published work in the U.S. Copyright Office. The Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license for all delivered data to reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, by or on behalf of the Government. (ii) If the Government desires to obtain copyright in data first produced in the performance of this contract and permission has not been granted as set forth in paragraph (c)(1)(i) of this clause, the Contracting Officer shall direct the Contractor to assign (with or without registration), or obtain the assignment of, the copyright to the Government or its designated assignee. (2) Data not first produced in the performance of this contract. The Contractor shall not, without prior written permission of the Contracting Officer, incorporate in data delivered under this contract any data not first produced in the performance of this contract and that contain the copyright notice of 17 U.S.C. 401 or 402, unless the Contractor identifies such data and grants to the Government, or acquires on its behalf, a license of the same scope as set forth in paragraph (c)(1) of this clause. (d) Release and use restrictions. Except as otherwise specifically provided for in this contract, the Contractor shall not use, release, reproduce, distribute, or publish any data first produced in the performance of this contract, nor authorize others to do so, without written permission of the Contracting Officer. (e) Indemnity. The Contractor shall indemnify the Government and its officers, agents, and employees acting for the Government against any liability, including costs and expenses, incurred as the result of the violat

Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912) 1900 Half Street, SW Washington DC 20593-0001

R — TABSS (Technical, Acquisition and Business Support Services) HSCG23-10-R-TABS00 053012 TABSS Email Account, Email TABSS@USCG.MIL UPDATE 24 (24 May 2012) 1. The purpose of this update is to provide a current status on the TABSS procurement and to request proposal acceptance period extensions for the tracks specified below: (1) Domain 1, Track 3 – 8(a) Set-Aside Track (2) Domain 2, Track 3 – Service-Disabled Veteran-Owned Small Businesses (SDVOSB) Set-Aside Track (3) Domain 3 – 8(a) Set-Aside Track 2. The three above-noted tracks are expected to be awarded by June 30, 2012. The government is requesting a one-month proposal acceptance period extension to allow for notifications required by the Federal Acquisition Regulations (FAR). 3. Please note that offerors in all other TABSS tracks DO NOT need to respond to this message. ONLY offerors in the three tracks noted in item # 1 above need to respond at this time. 4. All offerors in the three tracks noted in item # 1 shall respond via email to the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions no later than 3 PM Eastern Standard Time on Wednesday, May 30, 2012: The email subject line shall be as follows: “[Domain and Track Company Has Proposed To] – [Company Name] – [Company DUNS] – [Company TIN] – 05/24/12 Proposal Extension” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Domain 3 D3 – 8(a) Track T3 – SDVOSB Track T3 If an offeror is proposing in Domain 3, no track designation is necessary. The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] [WILL or WILL NOT] be extended through June 30, 2012.” 5. Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 6. Please note that no other updates or changes to offerors’ proposals will be accepted as a result of this notice. 7. All questions regarding this notice or the TABSS procurement shall be directed to the TABSS email box, TABSS@uscg.mil. 8. Thank you for your time and your support of the TABSS procurement. UPDATE 23 (19 April 2012) 1. The purpose of this update is to provide a current status on the TABSS procurement and to request proposal acceptance period extensions for the tracks specified below: (1) Domain 1, Track 3 – 8(a) Set-Aside Track (2) Domain 2, Track 3 – Service-Disabled Veteran-Owned Small Businesses (SDVOSB) Set-Aside Track (3) Domain 3 – 8(a) Set-Aside Track 2. The three above-noted tracks are expected to be awarded by May 31, 2012. The government is requesting a one-month proposal acceptance period extension to allow for notifications required by the Federal Acquisition Regulations (FAR). 3. Please note that offerors in all other TABSS tracks DO NOT need to respond to this message. ONLY offerors in the three tracks noted in item # 1 above need to respond at this time. 4. All offerors in the three tracks noted in item # 1 shall respond via email to the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions no later than 3 PM Eastern Standard Time on Thursday, April 26, 2012: The email subject line shall be as follows: “[Domain and Track Company Has Proposed To] – [Company Name] – [Company DUNS] – [Company TIN] – 04/19/12 Proposal Extension” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Domain 3 D3 – 8(a) Track T3 – SDVOSB Track T3 The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] [WILL or WILL NOT] be extended through May 31, 2012.” 5. Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 6. Please note that no other updates or changes to offerors’ proposals will be accepted as a result of this notice. 7. All questions regarding this notice or the TABSS procurement shall be directed to the TABSS email box, TABSS@uscg.mil. 8. Thank you for your time and your support of the TABSS procurement. UPDATE 22 (2 February 2012) 1. The purpose of this update is to provide a current status on the TABSS procurement and to request proposal extensions for the tracks specified below in item # 3. The prospective award dates for each track in the TABSS procurement are as follows: (1) Domain 1, Track 1 – Unrestricted Track – Award No Later Than (NLT) November 30, 2012 (2) Domain 1, Track 2 – SmallBusiness Set-Aside Track – Award NLT November 30, 2012 (3) Domain 1, Track 3 – 8(a) Set-Aside Track – Award NLT April 30, 2012 (4) Domain 2, Track 1 – Unrestricted Track – Award NLT November 30, 2012 (5) Domain 2, Track 2 – Small Business Set-Aside Track – Award NLT November 30, 2012 (6) Domain 2, Track 3 – Service-Disabled Veteran-Owned Small Businesses (SDVOSB) Set-Aside Track – Award NLT April 30, 2012 (7) Domain 3 – 8(a) Set-Aside Track – Award NLT April 30, 2012 2. The government will continue to apply maximum resources toward source selection and will apply those resources in the most efficient manner in order to accelerate contract awards as much as possible. Also, as each track is a “separate and distinct source selection” (per RFP Section M-2), awards are not dependent upon the source selection process for any other track. Awards will be made as soon as all evaluations for a particular track are completed. 3. Per the prospective award dates noted in item # 1 above, the government requests proposal extensions to November 30, 2012, from offerors in the following four tracks: Domain 1, Track 1 – Unrestricted Track Domain 1, Track 2 – Small Business Set-Aside Track Domain 2, Track 1 – Unrestricted Track Domain 2, Track 2 – Small Business Set-Aside Track Please note that the offerors in these four tracks are the ONLY offerors who need to respond to the government at the present time. 4. All offerors in these four tracks shall respond via email to the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions no later than 3 PM Eastern Standard Time on Friday, February 10th, 2012: The email subject line shall be as follows: “[Domain and Track Company Has Proposed To] – [Company Name] – [Company DUNS] – [Company TIN] – 02/02/12 Proposal Extension” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Unrestricted Track T1 – Small Business Track T2 The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] [WILL or WILL NOT] be extended through November 30, 2012.” 5. Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 6. Please note that no other updates or changes to offerors’ proposals will be accepted as a result of this notice. 7. All questions regarding this notice or the TABSS procurement shall be directed to the TABSS email box, TABSS@uscg.mil. 8. Thank you for your time and your support of the TABSS procurement. UPDATE 21 (15 December 2011) 1. The purpose of this update is to provide a current status on the TABSS procurement, which is now in the source selection phase, and request proposal extensions from offerors in the following three tracks: Domain 1, Track 3 – 8(a) Small Business Track Domain 2, Track 3 – Service-Disabled Veteran Owned Small Business (SDVOSB) Track Domain 3 – 8(a) Small Business Track 2. The government requests the proposal acceptance period of all offerors in the above-noted three tracks be extended to April 30, 2012. 3. All offerors in these three tracks shall respond via email to the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions no later than 3 PM Eastern Standard Time on Wednesday, December 28th, 2011: The email subject line shall be as follows: “[Domain and Track Company Has Proposed To] – [Company Name] – [Company DUNS] – [Company TIN] – 12/28/11 Proposal Extension” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Domain 3 D3 – 8(a) or SDVOSB Track T3 If an offeror is proposing in Domain 3, no track designation is necessary. The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] [WILL or WILL NOT] be extended through April 30, 2012.” 4. Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 5. Please note that no other updates/changes to offerors’ proposals will be accepted as a result of this notice. 6. All questions regarding this notice or the TABSS procurement shall be directed to the contracting officer at TABSS@uscg.mil. 7. Thank you for your time and your support of the TABSS procurement. UPDATE 20 (22 July 2011) 1. The purpose of this update is to provide a current status on the TABSS procurement, which is now in the source selection phase, and request extensions to the acceptance period of all offers. Due to the volume of proposals received, it is anticipated that resultant contract awards will be made continuously by track through Spring 2012. However, it is anticipated that the 8(a) and Service Disabled Veteran Owned Business tracks will be awarded no later than December 31, 2011. 2. The Government requests the acceptance period of all offers for the TABSS procurement to be extended as follows: Domain 1: Track 1 – Unrestricted Track (Extension requested through May 31, 2012) Track 2 – Small Business Track (Extension requested through March 31, 2012) Track 3 – 8(a) Small Business Track (Extension requested through December 31, 2011) Domain 2: Track 1 – Unrestricted Track (Extension requested through May 31, 2012) Track 2 – Small Business Track (Extension requested through March 31, 2012) Track 3 – Service Disabled Veteran Owned Business Track (Extension requested through December 31, 2011) Domain 3: 8(a) Small Business Track (Extension requested through December 31, 2011) 3. Offerors who are unable to extend their offer in accordance with the schedule outlined above shall email the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions by 3 p.m. Eastern Time on Friday, August 12, 2011. The email subject line shall be as follows: “[Company Name] – [DUNS] – [TIN] – [Domain and Track] – Proposal Extension.” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Domain 3 D3 – Unrestricted Track T1 – Small Business Track T2 – 8(a) or SDVOSB Track T3 If an offeror is proposing in Domain 3, no Track designation is necessary. The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] WILL NOT be extended.” Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 4. Please note that no other updates/changes to offerors’ proposals will be accepted as a result of this notice. 5. For offers that were submitted for the TABSS requirement by the proposal due date of 2 March 2011 in which no response with regards to this notice is received, the Government will treat the offer as having extended the price proposal to the appropriate date as outlined in item #2 above. 6. All questions regarding this notice or the TABSS procurement shall be directed to the Contracting Officer at TABSS@uscg.mil.   UPDATE 19 (25 February 2011) The purpose of this update is to provide Amendment 7 and an amended RFP. For additional information, please see below: (1) The only area amended in the RFP is the hand delivery instructions in Section L-4. Due to the expected high volume of proposals, offerors hand delivering their proposals need to use the loading dock on the T Street Southwest (SW) side of the Jemal Building. Upon arrival at the loading dock area, offerors should go through the brown gate and climb the stairs to enter the building at the loading dock guard desk. Please see the attached map for further information; note that this map is not a part of Amendment 7. Please also note that the delivery building and address (1900 Half Street SW, Washington, D.C., 20593) are the same as before; only the proposal reception area is being changed. (2) To reiterate, all proposals are due by 3 PM Eastern Standard Time (EST) on Wednesday, March 2nd, 2011. All offerors planning to hand deliver proposals before Wednesday, March 2nd, are encouraged to coordinate their proposal deliveries with Nathan Dolezal or with Katherine Powers to ensure proper proposal reception. This coordination can be done via email to Nate.Dolezal@uscg.mil or Katherine.Powers@uscg.mil. All offerors planning to hand deliver their proposals on Wednesday, March 2nd, are encouraged to plan accordingly due to the aforementioned proposal volume and limited parking at the Jemal Building. (3) After the government receives the offeror’s package, the government will provide a receipt of confirmation. This receipt is provisional pending the package successfully passing the government screening process. Any offeror who has not received a confirmation receipt or is not in line at the loading dock of the Jemal Building by 3 PM EST will have their proposal considered late. Thank you for your time and your support of the TABSS procurement. UPDATE 18 (17 February 2011) The purpose this update is to provide Amendment 6 and three amended RFP attachments.  These documents are located in the lower-right hand side of this page. As described in Amendment 6, the three attachments have been amended as follows: 1.) Attachment 3B – A formula error has been fixed. The version of Attachment 3B attached to this amendment shall be used by offerors submitting Domain 2 proposals. 2.) Attachment 4 – Typographical errors have been fixed. 3.) Attachment 10 – References have been corrected. The RFP and all other RFP attachments are unchanged. Thank you for your time and your support of the TABSS procurement. UPDATE 17 (11 February 2011) The purpose of this update is to provide the TABSS Q+A Addendum Matrix. It is located in the lower-right hand side of this page. The Q+A Addendum Matrix has two parts. The first part consists of questions that were received before the TABSS question due date but were accidentally left off of the original TABSS Q+A Matrix. The second part consists of clarifications regarding certain questions from the original TABSS Q+A Matrix. The government will accept no further questions. Neither the TABSS Q+A Matrix nor the Q+A Addendum Matrix will be updated in the future. In the event of a discrepancy between either matrix and the amended RFP, the amended RFP governs. Neither the TABSS Q+A Matrix nor the Q+A Addendum Matrix are included in any of the TABSS amendments. They are provided as guidance to offerors. Thank you for your time and your support of the TABSS procurement. UPDATE 16 (10 February 2011) The purpose of this update is to provide the amended RFP and RFP attachments. Of particular note is the amended Attachment 10, “Labor Category Descriptions and Qualifications Matrix,” along with the new Attachment 11, “Annual Small Business Subcontracting Compliance Report.” Two copies of the RFP are being provided, an “informational” copy with highlighting and a “conformed” copy without highlighting. In the informational copy, all new changes to the RFP have been highlighted in turquoise. Changes made via Amendment 4 are highlighted in yellow. The content of the two RFPs (both informational and conformed) is identical. Please use the conformed copy in the future. Attachments that have been changed since Amendment 4 are updated per the descriptions on the Standard Form 30 in Amendment 5. Any attachment not mentioned in the Standard Form 30 in Amendment 5 is unchanged. However, all attachments are included with this update for offerors’ reference. Regarding the amended RFP, to reiterate: (1) Paper copies of proposals are required. Please see Sections L-5 and L-6 of the amended RFP for more information. (2) Labor category descriptions are provided in the amended Attachment 10. Offerors should meet those stated requirements (3) For offerors’ acknowledgement of amendments, please see Section L-8 of the RFP. (4) Evaluation Factor 3, “Socio-economic Considerations,” has been significantly amended. Please see Sections L and M of the RFP for more information. (5) For the $250 contractual minimum, this amount will be obligated to each contract at the time of award. It will not be provided as consideration for the contractor’s requirement to attend the post-award conference. Travel expenses for post-award conferences are the responsibility of the contractor. (6) The proposal due date is extended until 3 PM Eastern Standard Time on 03/02/2011. With regard to the TABSS email box, it is sporadically experiencing technical difficulties; the government is working to resolve the issue. Offerors should advise all their references to continue sending their past performance questionnaires to TABSS@uscg.mil, but references may also copy Nathan Dolezal (nate.dolezal@uscg.mil) and Katherine Powers (Katherine.Powers@uscg.mil) on emails containing completed questionnaires. Thank you for your time and your support of the TABSS procurement. UPDATE 15 (27 January 2011) The purpose of this update is to release Amendment 4.  Please review Amendment 4, the amended RFP, and the amended RFP attachments in the lower-right hand corner of this webpage. A future amendment providing labor category descriptions is forthcoming.  Please continue to check this page for updates. Thank you for your support of the TABSS procurement. UPDATE 14 (27 January 2011) The purpose of this update is to release the TABSS solicitation questions-and-answers matrix.  Please see the Excel file titled “TABSS Q+A Matrix” in the lower-right hand corner of this webpage. Amendment 4 will be released soon.  It will contain the amended TABSS RFP and amended TABSS RFP attachments.  It will also contain a solicitation due date extension. Thank you for your support of the TABSS procurement. UPDATE 13 (21 January 2011) The purpose of this update is to clarify that Amendment 3 was posted today.  There is not currently an Amendment 4.  Please see Amendment 3 in the lower-right hand corner of this webpage. Thank you for your support of the TABSS procurement. UPDATE 12 (21 January 2011) The purpose of this update is to extend the solicitation due date for proposals to 3 PM Eastern Standard Time on Monday, February 21st, 2011.  Please see Amendment 3 in the lower-right hand corner of this webpage. The questions-and-answers matrix will be posted soon. Thank you for your support of the TABSS procurement. UPDATE 11 (13 January 2011) The purpose of this update is to clarify the attachments to Update 10.  There is not currently an Amendment 3.  There are two documents for Amendment 2, both of which are  attached to this notice for clarification.  These documents are in the lower right-hand corner of this webpage. Thank you for your support of the TABSS procurement. UPDATE 10 (13 January 2011) The purpose of this update is to provide amendment two (2) to the TABSS solicitation.  Please review the amendment and the amended Attachment 5.  They are in the lower right-hand corner of this webpage. The RFP and all other RFP attachments are unchanged. Please note that the only Attachment 5 that should be used is the one attached to this update (dated 13 January 2011).  If an offeror has already sent out past performance questionnaires, please rescind them and use the new past performance questionnaire attached to this update.  We apologize for any inconvenience. The questions-and-answers matrix is expected to be posted within the next two weeks.  At that time an extension of the solicitation due date will be considered. Please continue to check this webpage for all communications.  Thank you for your support of the TABSS procurement. UPDATE 9 (17 December 2010) The purpose of this update is to provide amendment one (1) to the TABSS solicitation.  Please review the amendment, the amended RFP, and the amended Attachment 3 spreadsheets.  They are in the lower right-hand corner of this webpage. All other RFP attachments are unchanged, but are posted along with this update for offeror’s convenience. Please note that the only RFP and RFP attachments that should be used now are those attached to this update (dated 17 December 2010). Do not use the draft RFP or its attachments (dated 27 May 2010) or the older  RFP and its attachments (dated 3 December 2010) The questions-and-answers matrix is expected to be posted in early January.  Please continue to check this webpage for all communications.  Thank you for your  support of the TABSS procurement.  UPDATE 8 (03 December 2010) The purpose of this update is to release the TABSS RFP and its related attachments.  Please note that while the TABSS FedBizOpps page has the solicitation number as HSCG23-10-R-TABS00, the actual solicitation number as noted in the RFP is HSCG23-11-R-TABS00. The TABSS RFP and its attachments can be found in the bottom of the right-hand corner of this page. All questions-and-answers relating to the TABSS RFP are due by Friday, December 17th, 2010, at 3 PM Eastern Standard Time.  All questions should be emailed to TABSS @uscg.mil .  All proposals are due by Monday, January 31st, 2011,  at 3 PM Eastern Standard Time. Thank you for your patience and your support of the TABSS procurement. UPDATE 7 (04 November 2010) The purpose of this pre-solicitation update is inform potential offerors that the anticipated TABSS solicitation release date has been revised to mid to late November 2010. Please continue to email all questions to TABSS@uscg.mil. Thank you. UPDATE 6 (28 September 2010) The purpose of this update is to provide the TABSS pre-solicitation questions and answers.  The questions and answers are in an Excel file labeled “TABSS – Pre-Solicitation Questions and Answers.”  This file can be found at the bottom of the right-hand column on this page. Please email all questions and concerns to TABSS@uscg .mil .  Thank you. UPDATE 5 (10 September 2010) The purpose of this update is to provide additional information related to key TABSS documents.  Responses to the draft RFP questions and answers will be posted in the coming weeks; the anticipated release date is late September.  The final TABSS RFP has an anticipated release date of mid- to late October. Thank you for your patience.  Please send all future questions and concerns to the TABSS@uscg.mil email address. UPDATE 4 (22 July 2010): The purpose of the update is to provide the TABSS Pre-Solicitation Conference presentation in Adobe Acrobat format because some contractors are not able to view the presentation in the previously-posted Power Point format. UPDATE 3 (21 July 2010): The purpose of this update is the following: (1) Provide the audio recording, transcript, Power Point presentation and list of attendees from the TABSS Pre-Solicitation Conference.  Video from the conference is not able to be posted due to technical difficulties. (2) Notify contractors the Government is in the process of answering questions received in response to the draft RFP and will post those answers once finalized. (3) Notify contractors the current estimated final RFP release timeframe is late August, vice the date stated in the Pre-Solicitation Conference Power Point presentation. UPDATE 2 (10 June 2010): The purpose of this update is the following: (1) Provide instructions for attending the Live Webcast of the morning session of the TABSS Pre-Solicitation Conference – which will occur 15 June 2010, 8:30am through 10:30am – via the attached document entitled “Live Webcast Instructions”. (2) Provide an agenda for each of the two Pre-Solicitation Conference sessions via the attached document entitled “Agenda – TABSS Pre-Solicitation Conference”. (3) Notify contractors that the Government intends to post a list of allconference attendees to this synopsis ;webpage after the conclusion of the conference.  The information on this list will be limited to individual names, company names and email addresses for each attendee. UPDATE 1 (27 May 2010): The purpose of this update is to (1)  announce the scheduling of the Pre-Solicitation Conference and provide details related thereto and (2) provide the draft Request for Proposals (RFP) for industry comment. The presolicitation conference for this acquisition is scheduled for 15 June 2010 at 7th and D St SW, Washington, DC.  Due to security considerations, the deadline for registering for thisconference is 03 June 2010.  The attached file entitled “Frequently Asked Questions – TABSS Pre-Solicitation Conference” contains registration, location, and other details. The draft RFP and its corresponding attachments are included in this updated announcement.  The Government is soliciting industry input to inform its development of the final RFP.  Accordingly, please submit questions and comments related to the draft RFP no later than 08 June 2010, 5:00 PM EDT.  To the maximum extent possible, these questions and comments will be addressed at the Pre-Solicitation Conference. ORIGINAL SYNOPSIS: The primary goal of this acquisition is to establish a Department-Wide Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Contract vehicle for the Department of Homeland Security (DHS) to provide technical, acquisition, andbusiness support services. The acquisition and resulting multiple award contracts will be collectively referred to as TABSS (Technical, Acquisition and Business Support Services). The United States Coast Guard (USCG) is conducting this department-wide acquisition with on behalf of DHS and all of its components. Use of this contract vehicle will be limited to all DHS components. The technical, acquisition and businesssupport services to be acquired can be categorized into three domains: (1) Program Management, Engineering and Technology Support Services, (2) Business, Financial Management and Audit Support Services and (3) Contract Management Support Services. These domains comprise the professional services necessary to support a wide-range of Departmental requirements, to include DHS component organizations as well as those more specific in meeting the programmatic needs of the United States Coast Guard Acquisition Directorate (CG-9). The objectives for this acquisition include: a) Providing a comprehensive range of support services for use throughout the DHS. b) Providing a continuous alignment between business strategy, business processes, and various management support services while simultaneously maintaining an acquisition approach based on flexibility and efficiency. c) Leveraging the DHS spend in acquiring essential support services in an effective, economical, and expedient manner consistent with the DHS mission through the use of this enterprise-wide contract. d) Promote and support DHS socio-economic goals and initiatives. This acquisition is intended to replace numerous disparate contracts at USCG, as well as 3 multiple-award Blanket Purchase Agreements (BPAs) awarded by the DHS Strategic Sourcing Program Office. Said multiple-award BPAs consist of those for Acquisition Support Services, Financial Management Support Services and Program Management Support Services, which are scheduled to expire between May and June 2011. TABSS will also serve in companion to the Program Management, Administrative, Clerical and Technical Services (PACTS) contract. Although PACTS may appear to provide similar services as the TABSS Program Management, Engineering and Technology Support Services domain, the PACTS services are more generalized in nature. Under the TABSS vehicle, program management services are intended to meet a full range of specialized Program, Business, and Acquisition support services across multiple domains ensuring business continuity and integration. In the case of requirements overlap for a specific task order, PACTS will remain DHS’ preferred vehicle. This acquisition will utilize both unrestricted and small businessset-aside award tracks. DHS intends to award a sufficient number of contracts to maintain effective competition in each of the domain tracks. There will be multiple unrestricted and Small Business award tracks, as shown below. The number of awardees per track will be determined later, and may not be uniform among tracks. 1. Program Management, Engineering and Technology Support Services Domain; Unrestricted Track 2. Program Management, Engineering and Technology Support Services Domain; Small Business Track 3. Program Management, Engineering and Technology Support Services Domain; preferred 8(a) Track 4.Business, Financial Management and Audit Support Services Domain; Unrestricted Track 5. Business, Financial Management and Audit Support Services Domain; Small Business Track 6. Business, Financial Management and Audit Support Services Domain; preferred SDV Track 7. Contract Management Support Services Domain; preferred 8(a) Track The resulting IDIQ contract will have an ordering period of five (5) years from award. A draft solicitation for this acquisition is currently planned to be released in May 2010. Interested parties will have 1-2 weeks to submit questions and comments related to this draft. These questions and comments will be addressed at an Industry Day/Pre-solicitation Conference in late May or early June 2010. DHS anticipates release of a final solicitation shortly following this event. Contractors will be provided sufficient time after solicitation relaserelease to develop and submit proposals. An email address has been established for this acquisition – TABSS@USCG.MIL. Due to the large number of parties interested in this acquisition, use of email communication (sent to this address) is strongly encouraged to ensure timely response to questions. This synopsis corresponds to Advance Acquisition Plan (AAP) 62889, which is posted on the DHS AAP website (https://www.fido.gov/dhs/aap/publicview.asp). URL: https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-R-TABS00/listing.html OutreachSystems Article Number: 120525/PROCURE/0634 Matching Key Words: video*; conference?; you; website; webpage?; page?; business*; event?; instruct*; 

Department of the Air Force, Pacific Air Forces, 18 CONS – Kadena, Unit 5199 Kadena AB, APO Japan AP 96368-5199

R — Exercise Scenario Support FA5270-12-T-0049 060412 scott d cox, Contracting Officer, Phone 6345834, Email scott.cox.4@us.af.mil – William Davis, Contracting Officer, Phone 1-81-611-734-7254, Fax 1-81-611-734-1761, Email william.davis@us.af.mil Combined Synopsis/Solicitation For Scenario Ellipse Charlie 12-1 Support 1. This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a writtensolicitation will not be issued. The solicitation FA5270-12-T-0049 is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. 2. The North American Industry Classification System (NAICS) code is 611430 – Professional and Management Development Training. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov, in order to be considered for award. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of services: The purpose of this effort is to provide support to United States Pacific Command (USPACOM) exercise Ellipse Charlie 12-1. This exercise is to take place in Saipan. Due to military requirements and unforeseen circumstances, dates of the exercise may shift to earlier or later. The Contractor shall provide all subject matter expertise (SME), management, tools, supplies, equipment, and labor necessary to brainstorm, write, and provide a technical scenario for Special Operations Forces (SOF) training based on current threats and real world data. The contractor will be able to deploy and support 1st BN, 1st SFG (A) personnel in the development of a realistic scenario which will rehearse specific, classified Tactics, Techniques, and Procedures (TTPs). The period of performance for this contract is 12 June 2012 to 20 September 2012. Please see attached Performance Work Statement paragraph 4.1.1 for exact dates. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered by the FCC. 5. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of past performance and price. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. 6. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil) Please refer to PWS paragraph 6.2 for Personal Qualifications. 7. Submit the following documents in response to this RFQ: a. Completed and signed copy of the RFQ b. Resume’s or Degree/ Certificates c. Past Performance (Attachment B) 8. Offers are due on June 4 2012 0300 EST (3:00 am). All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than 3:00 PM EST on May 30, 2012. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of SSgt Scott Cox via email to: scott.cox.4@us.af.mil, respectively. Offerors who fail to complete and submit the requirements above may be considered non-responsive. NOTE: Past performance and Pricing Proposal should be submitted as one document. Place of Performance: Saipan, CNMI Fort Bragg, NC Fort Island, HI APO, 1 96367 US URL:https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-12-T-0049/listing.html OutreachSystems Article Number: 120524/PROCURE/0101 Matching Key Words: writ*; copy; technical; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299 99 — Swivel Bipod H92244-12-

T-0192 060812 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0192, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18 May’12. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Brand name or equal item, for equal item/s please provide specifications along with your quote in order to be considered for award Manufacturer/Brand – Harris Engineering CLIN 0001 HBRMS 6″-9″, Swivel Bipod with Notches. Extends to 6″ to 9″ with Leg Notches (Bench Rest), “S” Series (Swivels) Qty – 150 ea F O B Destination Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes – Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of CommercialItems Mar 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance Technical capability and price. Government will award this contract based on best value to the government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s externalwebsite, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 8 Jun’12. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Set-Aside: Total SmallBusiness Place of Performance: 1636 Regulus Ave Virginia Beach, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0192/listing.html OutreachSystems Article Number: 120524/PROCURE/0564 Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;  

FedBizOpps – Special Notes  

Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE WRIGHT-PATTERSON AFB OH 45433-5309

T — Request for Information- Strategic Communication Package FA8601-12-T-0195 061412 Sara Blue, Email sara.blue@wpafb.af.mil Pursuant to FAR 15.201, Wright Patterson Air Force Base, AFMC/ASC PKOB is issuing this Request for Information. This notice is a market research tool used to determine the availability of knowledge for potentially qualified sources and their business size relative to the North American Industry Classification System (NAICS) Code 511130, Strategic Communications Package. Responses to this announcement will be used by the Government to make appropriate acquisition planning decisions. Depending on the responses received, a future solicitation will either be set aside for small business concerns and/or be issued on an unrestricted basis. For purposes of this RFI, a firm is considered to be a small business concern if its average employment for the past three years does not exceed 500 employees.   The Government does not presently intend to award a contract, but desires information on capability, technology, risk, price, innovative methodologies and other information to be used in assessing a comprehensive Strategic Communications Package. No award will be made from this RFI. Additionally, no solicitation or specifications are available at this time. Potential offeror having the skills, equipment and capabilities necessary to perform the work described below are invited to provide feedback. This Request for Information is for planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for the information solicited. Respondents to this notice will not be notified of the results of the Request for Information. PROJECT DESCRIPTION: 1. Visit the Air Force Institute of Technology Graduate School for the purpose of interviewing AFIT leadership, faculty, staff and students, touring laboratories, and sitting-in on AFIT Grad School classes; based on information gleaned from these visits/ interviews, we expect the vendor to: Develop three options for a textual/graphical ‘brand’ that symbolizes AFIT and that will be used in all AFIT ‘image items,’ such as the AFIT Strategic Communications* Package, letterhead, Web sites, advertisements, announcements, media releases, and displays used at graduate college fairs, AFIT Open House programs, etc; Review all available AFIT photos to select those to be used for outreach activities; Meet with the AFIT Grad School Director of Admissions and Registrar to get detailed information concerning the planned uses for these deliverables, and; Write copy for: Heads, cover art, and (brief) introductory paragraphs for the three publications which comprise the Strategic Communications Package; Pull together copyfrom existing AFIT publications (available in electronic and/or hard-copy form) to use in the Strategic Communications Package; Save and organize all of the above images/photos/heads/text/etc., on CD’s that will ultimately be used by graphic artists to create mechanicals/camera-ready art for use by a commercial printer to produce AFIT outreach publications and the like. 2. Vendor must produce deliverables in no more than 30 days (from the award a contract). *The Strategic Communications ‘Package’ (yet to be produced) will consist of: The ‘AFIT Viewbook,’ a full-color, 24-page publication that presents the ‘AFIT story’ in text, photos and other graphic elements; The ‘Prospectus for Prospective AFIT Civilian Students,’ a full-color, 8 ½” x 14″ tri-fold publication whose targeted audience will be prospective AFIT civilian students , and; The ‘AFIT Civilian Student Survival Guide,’ a publication that is intended as a resource for new civilian students attending AFIT, featuring FAQ’s, lists of ‘ Where to Go For…..’ entries, and narratives discussing AFIT and how it is organized, the AFIT culture, maps of campus, etc. ACQUISITION APPROACH The purpose of this RFI is to improve the Government’s understanding of the requirements and industry capabilities in order to establish the best acquisition approach. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. RESPONSES REQUESTED Respondents are asked to provide the following information: 1. A description of potential solution(s) or complete capability.      a. Describe your solution(s)     b. How effectively has your solution(s) been used in similar applications 2. A schedule estimate from contract award to capability. 3. A cost estimate. 4. DUNS Number and CAGE Code. 5. Indicate any small business certifications. Submissions: Respondents are asked to submit replies no later than 3:00PM Eastern Time, WPAFB OH, on Thursday, 14 June 2012 by email to sara.blue@wpafb.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads “Request for Information, AFIT Strategic Communications Package. ” Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe, or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only .PDF, .doc, or .xls documents are sent. The e-mail filter may delete any other form of attachments.   URL: https://www.fbo.gov/spg/USAF/AFMC/88CONS/FA8601-12-T-0195/listing.html OutreachSystems Article Number: 120524/SPECIAL/1075 Matching Key Words: writ*; copy; 

       

USABID State and Local Purchases  

Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601

R – DISTRIBUTIVE EDUCATION CLUBS OF AMERICA STATE ADVISOR. RFP-540-1200000512-1 DUE 07-JUN-2012 Thomas Stratton, Phone: (502) 564-2351; Website: https://emars.ky.gov/online/vss/AltSelfServiceThis information is believed to be correct, but should be verified with the issuing agency/organization. OutreachSystems Article Number: 120530/BID/0002 Matching Key Words: age:state!ky; state!ky; 


Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601

R – TECHNOLOGY STUDENT ASSOCIATION STATE ADVISOR. RFP-540-1200000511-1 DUE 07-JUN-2012 Thomas Stratton, Phone: (502) 564-2351; 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: 120530/BID/0003 Matching Key Words: age:state!ky; state!ky; 


Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601

R – CAREER AND TECHNICAL EDUCATION STUDENT ORGANIZATIONS (CTSO) ASSISTANT. RFP-540-1200000498-1 DUE 07-JUN-2012 Thomas Stratton, Phone: (502) 564-2351; 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: 120530/BID/0004 Matching Key Words: age:state!ky; state!ky; 


KY Infrastructure Authority, 1024 Capital Center Drive, Suite 340, Frankfort, KY 40601

R – KIA TECHNICAL ASSISTANCE FOR SMALL WATER UTILITIES. RFP-082-1200000472-1 DUE 07-JUN-2012 James Nelson, Phone: (502) 573-0260; Website: https://emars.ky.gov/online/vss/AltSelfService The contractor shall provide appropriate personnel and resources to conduct the following activities envisioned in providing technical, financial and managerial assistance to small water utilities: 1. Coordinate an Emergency Response Plan Program to Provide Assistance to Small Drinking Water Utilities in Preparing for Disasters; 2. Coordinate a Capacity Development Review Program to Provide Assistance to Small Drinking Water Utilities; 3. Provide Technical Assistance to Small Water Utilities; 4. Provide Planning Assistance and Related Training to Small Water Utilities; 5. Develop and Implement Financial and Management Training for Small Water Systems. This information is believed to be correct, but should be verified with the issuing agency/organization. OutreachSystems Article Number: 120530/BID/0005 Matching Key Words: age:state!ky; state!ky; 

Department of Military Affairs, 100 Minuteman Parkway, Frankfort, KY 40601

R – ADMISSIONS, MENTORING, & PLACEMENT COORDINATOR. RFP-095-1200000446-1 DUE 06-JUN-2012 Kemmye Graves, Phone: (502) 607-5908; 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: 120529/BID/0007 Matching Key Words: age:state!ky; state!ky; 


Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202

R – REAL ESTATE MARKETING & SALES SERVICE PRICE CONTRACT. RFP-2762-0-2012/TB DUE 26-JUN-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization. OutreachSystems Article Number: 120529/BID/0010 Matching Key Words: age:state!ky; state!ky; 

New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – FRANKLIN TOWNSHIP BOARD OF EDUCATION Notice of Intent to Awar SOL Public Notice ID: 18541657.HTM FRANKLIN TOWNSHIP BOARD OF EDUCATION Notice of Intent to Award Contract under a National Cooperative Purchasing Agreement – PEPPM National Technology Bidding and Purchasing Program The Franklin Township Board of Education intends to participate in the PEPPM National Technology Bidding and Purchasing Program for projectors, printers, scanners, consumables and accessories. Information regarding the contract can be found at the PEPPM website at:http://www.peppm.org/pa/Products/epson/manufact.htm The Franklin Township Board of Education anticipates joining the PEPPM contract on June 14, 2012. The PEPPM contract term is January 1, 2012 through December 31, 2012. It is the intent of The Franklin Township Board of Education to make a contract award to Total Video Products pursuant to the proposal submitted in response to the PEPPM Request for Bids for projectors, printers, scanners, consumables and accessories. The Franklin Township Board of Education is permitted to join national cooperative purchasing agreements under the authority of N.J.S.A. 52:34-6/2(b)(3). Comment period ends June 5, 2012. ($20.68) 568194 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 120528/BID/0029 Matching Key Words: video*; produc*; website; education*; 

Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601

U – KSB (KY SCHOOL FOR THE BLIND) ART INSTRUCTOR. RFP-540-1200000491-1 DUE 01-JUN-2012 Thomas Stratton, Phone: (502) 564-2351; 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: 120525/BID/0006 Matching Key Words: age:state!ky; state!ky; 


State of Mississippi https://procurement.pbnlink.com/MainBidBoard?oid=18123 701 Woolfolk Building, Suite A, 501 North West Street, Jackson, MS 39201. Phone: 601-359-3409. Fax: 601-359-3910. E-mail: Purchasing_and_Travel@dfa.state.ms.us.

U – BID 2231 VIDEO LEARNING PROJECT, 2232 SPECIAL EDUCATION MANAGEMENT SYSTEM 2233 SOL 2231 JPS Bid 2231 – Video Learning Project Bid 2232 ? Special Education Documentation Management System Bid 2233 ? Behavioral management Software Sealed, written formal bid proposals for the above bids will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, 39201. For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 120525/BID/0030 Matching Key Words: video*; education*; business*; documentation; 


Georgia Procurement Registry http://ssl.doas.state.ga.us/PRSapp/index.jsp State Purchasing Office, 200 Piedmont Avenue S.E., Suite 1304, West Tower, Atlanta, GA 30334-9010. Ph: 404-657-6000, Fax: 404-657-8444.

T – Video Production System SOL ES-RFQ-55100-411 Video Production System For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 120525/BID/0222 Matching Key Words: video*; produc*; production?;  Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202 R – BEHAVIORAL RISK FACTOR SURVEILLANCE SURVEY PRICE CONTRACT. RFP-2755-0-2012/TB DUE 28-JUN-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization. OutreachSystems Article Number: 120524/BID/0002 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 – BLANKET STUDENT ACCIDENT INSURANCE. RFB-758-1200000905-1 DUE 19-JUN-2012 Richard Mize, Phone: (502) 564-6521; 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: 120524/BID/0004 Matching Key Words: age:state!ky; state!ky; 


Energy and Environment Cabinet, Dept. for Natural Resources, 2 Hudson Hollow, Frankfort, KY 40601

R – ACTUARIAL STUDY FOR BOND POOL ESTABLISHMENT. RFP-128-1200000509-1 DUE 12-JUN-2012 Nini Hughes, Phone: (502) 564-6940; 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: 120524/BID/0006 Matching Key Words: age:state!ky; state!ky; 


Cabinet for Health & Family Services, Department for Medicaid Services, 275 East Main Street, 6W-C, Frankfort, KY 40621

R – MEDICAID MANAGED CARE OPERATIONS COMPLIANCE AND ORGANIZATION. RFP-746-1200000455-1 DUE 11-JUN-2012 Lindsay Jackson, Phone: (502) 564-8196; 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: 120524/BID/0009 Matching Key Words: age:state!ky; state!ky; 


Cabinet for Health & Family Services, Division of Strategic Procurement Services, 275 East Main Street, 4E-B, Frankfort, KY 40621

R – LS-PPATS 2001-LEXINGTON COURIER SERVICES. RFQ-736-1200000182-1 DUE 06-JUN-2012 Leslie Searcy, Phone: (502) 564-7736; 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: 120524/BID/0011 Matching Key Words: age:state!ky; state!ky;     

Kentucky State Procurement   

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 – ADDENDUM. RFP-758-1200000374-3 DUE 15-JUN-2012 Sherita Miller, Phone: (502) 564-6522; Website:https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization. OutreachSystems Article Number: 120530/KY/6475 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 – ADDENDUM. RFP-758-1200000374-3 DUE 15-JUN-2012 Sherita Miller, Phone: (502) 564-6522; Website:https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization. OutreachSystems Article Number: 120530/KY/6476 Matching Key Words: age:state!ky; state!ky; 


Washington County Board of Education, 120 Mackville Hill, P.O. Box 72, Springfield, KY 40069

R — WASHINGTON COUNTY HIGH SCHOOL BUILDING PROJECT – RESIDENT OBSERVATION SERVICES. DUE 13-JUN-2012 The Board of Education of Washington County, Kentucky will receive proposals for the construction phase of work for the duration of the Washington County High School building project for resident observation services. These services include but are not limited to performing on-site observations of the progress and quality of the work, materials, equipment and workmanship on the project to ensure the work meets the requirements and specifications set forth. Please see http://www.washington.kyschools.us for the full job description. Proposals must be mailed or delivered to Judy Spalding, Director of Finance, Washington County Board of Education, 120 Mackville Hill, P.O. Box 72, Springfield, KY 40069 by 4:30 p.m. on June 13, 2012. The Board of Education cannot assume the responsibility for any delay as a result of failure of the mail to deliver proposals on time. The board will select and interview qualified applicants. Salary will be commensurate to qualifications and work history. Construction experience preferred. 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: 120530/KY/6486 Matching Key Words: age:state!ky; state!ky; 

Sanitation District No. 1, 1045 Eaton Drive, Ft. Wright, KY 41017

R — PROFESSIONAL SURVEYING SERVICES. DUE 08-JUN-2012 Pursuant to KRS 45A.365 (3) and 45A.370 (2), The Board of Directors of Sanitation District No. 1 (SD1) hereby invites the submission of proposals for a competitively negotiated contract for Professional Surveying Services. Proposals will be received until June 8, 2012 at 2:00 P.M. LOCAL TIME, at SD1 s office, 1045 EATON DRIVE, FT. WRIGHT, KENTUCKY. Copies of this Request for Proposals and any issued Addenda may be obtained from SD1 s Purchasing Department located at 1045 Eaton Drive, Ft. Wright, Kentucky, between the hours of 8:00 A.M. and 4:00 P.M., Monday through Friday, downloaded from SD1 s website at http://www.sd1.org, or by contacting Mike Glowacki, Purchasing Manager, 859-547-1646, prior to the time and date specified for the proposal deadline. There is no charge for this document. All proposals must follow the proposal format set forth in this Request for Proposals and meet the minimum qualifications in order to be considered. Pursuant to KRS 45A.37A (3), oral discussions will be conducted with all responsible offers determined by SD1 to be reasonably susceptible of being selected for contract award. These discussions will be scheduled beginning June 4, 2012. SD1 reserves the right to reject any and all proposals and to waive any informality. For additional information, contact: Mike Glowacki, Purchasing Manager, Office: 859-547-1646, Email: mglowacki@sd1.org. 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: 120525/KY/6388 Matching Key Words: age:state!ky; state!ky; 


University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005

R — TICKET SALES SERVICES. UK-1181-12 DUE 12-JUN-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: 120525/KY/6398 Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — STRATEGIC PLANNING FOR CAMPUS HEALTH SERVICES (CHS). RFP139-PSC DUE 06-JUN-2012 Carrie Bibelhauser, Phone: (502) 852-7058; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htmServices are required that will assess, design, develop and evaluate strategic planning for Campus Health Services (CHS) including developing training programs that help define organization goals and objectives. This person/organization will facilitate transformational change, strategy formulation and implementation of a strategic plan at Campus Health Services. Basic services are needed to determine where we are now; where we want to be; how to get there and how to monitor progress. We are looking for someone who specializes in strategic planning, leadership development, work team dynamics and organizational culture. 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: 120525/KY/6399 Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — COMPONENTIZATION STUDY AND SERVICES. RFP140-PSC DUE 15-JUN-2012 Susan Wilhelm, Phone: (502) 852-8234; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm Preparation of a componentization study on certain University buildings in order to determine whether the depreciation relative to building components would provide a more realistic presentation of such costs for financial statements and the facilities and administrative (F&A) rate for the fiscal year ending June 30, 2012 and thereafter. 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: 120525/KY/6400 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 — HEALTH BENEFITS EXCHANGE RFP – ADDENDUM. RFP-758-1200000496-2 DUE 12-JUL-2012 Don Speer, Phone: (502) 564-4510; Website: https://emars.ky.gov/online/vss/AltSelfService This Request for Proposal (RFP) is being issued by the Commonwealth of Kentucky, hereinafter referred to as the Commonwealth and the Cabinet for Health and Family Services (CHFS), to procure the services of a qualified Vendor to design, develop and implement an integrated multi-layer Health Benefit Exchange (HBE) solution that fulfills the certification requirements set out by the Center for Medicare and Medicaid Services (CMS) and the Federal Government in response to the Affordable Care Act (ACA). The HBE solution is comprised of two separate but closely integrated solutions. Through this RFP, the Cabinet is soliciting proposals from qualified entities to implement the above solution, and has identified the following primary functions that potential vendors shall address: An end-to-end Eligibility and Enrollment (E&E) solution that includes functions required to process eligibility and enrollment for all Medicaid members (both MAGI and non-MAGI) and other health insurance affordability programs offered on the HBE, as well as supporting functions such as Workflow, Notifications, Scheduling, Document Management, Business Rules Management, and associated business processes required to launch and continuously operate an efficient and effective E&E System. A Plan Maintenance and Billing (PMB) solution that includes functions required to offer and maintain individual and group insurance products including QHP Certification, Premium Billing, Collections & Reconciliation, Enrollment Maintenance, and more, required to offer individual and group health insurance products on the HBE and both support and sustain its seamless operation. After successful implementation of the above stated solutions, the Commonwealth s strategic vision is to extend the E&E solution to support additional human services programs including, but not limited to, SNAP and TANF in subsequent phases of implementation. This information is believed to be correct, but should be verified with the issuing agency/organization. OutreachSystems Article Number: 120524/KY/6318 Matching Key Words: age:state!ky; state!ky; 


Tourism, Arts and Heritage Cabinet, 500 Mero Street, 24th Floor, Frankfort, KY 40601

R — TOURISM RELATED ECONOMIC IMPACT RESEARCH – ADDENDUM. RFP-850-1200000399-2 DUE 07-JUN-2012 Tim Pollard, Phone: (502) 564-4270; 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: 120524/KY/6328 Matching Key Words: age:state!ky; state!ky; 


Fairview Independent Schools, Ashland, KY

R — REQUEST FOR PROPOSALS FOR GUARANTEED ENERGY SAVINGS CONTRACTING FOR THE FAIRVIEW HIGH SCHOOL. DUE 18-JUN-2012 Additional information can be found athttp://www.lynnimaging.com/distribution/View/Default.aspx Fairview Independent Schools requests proposals for the identification, design and implementation of energy efficiency improvements on a Guaranteed Energy Savings Contract (GESC) basis in compliance with the statutes and provisions of the Kentucky Model Procurement Code – KRS 45A.352. The purpose of issuing this Request for Proposal (RFP) is to identify and select a qualified provider, or Energy Services Company (ESCO), to perform the implementation of a GESC for the Fairview High School and Band Room Buildings ONLY. All requested construction must comply with 702 KAR 4:170 (Kentucky Department of Education Programming and Construction Criteria) and must involve an Architect and Engineer as required by KRS 322 & KRS 323. Submission Requirements: The following documentation will be submitted in conjunction with the GESCO proposal: a. Detailed list of proposed energy conservation measures and the guaranteed savings which shall be supported with calculations. b. Contract cost of GESC project including engineering, construction, commissioning, measurement and verification, annual reconciliation statements and required on-going services. c. Method and costs of financing. d. Written description of the basis of Guarantee, its execution, and the methods of payment or remedy that will be provided if the project fails to provide the Guaranteed Savings. Provide detailed supporting calculations for reference. e. Provide a list of Energy Conversation Methods (ECM) identified for implementation that is supported by Capital Cost Avoidance per 45A.352 (9). (Note: Capital Cost Avoidance Project total cannot exceed 50% of the final project cost). f. Certificate of Insurance and performance bond. Respondent to provide evidence that prior to award of contract the provider shall be able to provide for 100% of the projects value without risk to the Fairview Independent Schools. l. Executive summary with an overview of Respondent’s proposal approach and other pertinent information. Summaries are not to exceed three pages in length. Existing Conditions: A project is currently under design to upgrade the existing HVAC and building envelope systems in the Fairview High School and Band Room Buildings, to include the following: 1. Replace all existing windows and exterior doors in current locations with new aluminum windows and doors with insulated glazing. 2. Existing window air conditioning units are to be removed. 3. New, unitary vertical classroom unit ventilators shall be added to each classroom to provide ventilation, primary cooling, and secondary heating for each space. 4. Administration and Multipurpose areas shall be provided with unitary rooftop units to provide ventilation, heating and cooling for each space. 5. A custom roof mounted, 100% outside air unit shall be provided for the existing kitchen to provide make-up air for the kitchen hoods and to maintain space temperature (80 F cooling, 68 F heating). 6. A dedicated, ductless heat pump split system shall be provided for the server room to provide heating and cooling needs of the space. 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: 120524/KY/6362 Matching Key Words: age:state!ky; state!ky; 

, , , , , , , , , , , , , , , , , , , , , , ,

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained