Business and Career Opportunities (Bids and Purchases)

June 8, 2012

Business / Career

FedBizOpps – Procurements

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

U — Training Course of Instruction H92244-12-T-0199 062212 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation forCommercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0199, 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 611699 with a business size standard of $7 million. The DPAS rating for this procurement is DO-S10. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 TrainingCourse of Instruction – see Sectiion C Statement of Work Qty – 1 lump sum (The contractor shall provide a detailed breakdown of the course price). Section C Statement of Work Contractor shall provide a Combatives/Edged and Firearms Weapon Course Of Instruction for fifteen (15) students. Contractor shall provide a minimum student to instructor ratio of 2-1 for five (5) days to train and instruct the students. Contractor to provide training in edged weapons, improvised weapons, striking, defense and multiple attacker scenarios. Instructor Requirements: 1. Lead instructor must have a significant amount experience in Kali and hold the rank of Tuhon (Master Instructor). He must also have a minimum ranking of Senior Instructor in Silat. Must also provide at least 2 other instructors at the course who holds the rank of Tuhon. 2. Familiarity with military tactics and personal protection, primarily Special operations. 3. Contractor must provide 8 instructors. 4. Contractor must have positive past performances with other units, government agencies. 5. Must have competitive shooting experience and be familiar with combat shooting techniques. 6. Must also have experience in unarmed combat to include boxing, jiu-jitsu, folk style, freestyle and Greco roman wrestling. 7. Instructors must be able to realistically conduct coordinated live scenarios with up to 6 role players to include vehicle born operations. 8. Instructors must have extensive knowledge in concealing and transporting weapons through security checkpoints. 9. Instructors must have experience conducting scenarios in low light conditions with night vision equipment. 10. Instructors must have knowledge and experience employing non metallic edged weapons. 11. Contractor shall provide the following training equipment: • Description: Training Weapons Package (TWP), should consist of a Training  Grip must be wrappedØ Solid construction 3.25″ single edged live blade at the half length w/ a3.5″ handle. Øand Live Blade with sheath. Qty : 15 each The package/blades must meet the following specifications:  & Øbraided w/ nylon Para cord.  Trainer  Concealable Kydex Sheath with clipping mechanism to house Live andØblade must match specs of live blade with the exception of the edge which must be rounded for safety.  Trainer blade. • Description: Training  Pistol – BlueØPistol and Holster, Qty : 15 each  trainer  Inner-wristband Holster (IWH) constructed with Kydex material shaped to fit the pistol of choice. 12. The contractor shall deliver a course ofØshape to match the exact dimension and weight of the piston chosen by our personnel.  instruction that will increase the student’s knowledge in the areas of edged weapons skills, tactical firearms, weapons retention, improvised weapons, blunt weapons, and grappling. 13. The contractor’s COI shall incorporate both practical and academic applications. 14. The contractor must have the expertise and the ability to provide cutting edge modern tactical training for military personnel. Contractor shall demonstrate that it has a program designed for the military and have significant experience training SOF personnel. 15. The contractor’s COI must cover the following topics through practical exercise, theory, and application reactionary gap, blade design, tactical carry, sheathing, power strike, various strike, retention, multiple target applications, and OODA Loop Theory. Place of Performance: Contractor’s facility. The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. 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 52-209-1 Qualifications Requirements Feb 1995 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 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 52.237-7 Indemnification and Medical Liability Insurance Jan 1997 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt 1 Changes – Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability – Services Feb 1997 FAR 52.247-29 F.o.b. Origin Feb 2006 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 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 Alt 1 Item Identification and Valuation – Alternate I Aug 2008 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.232-7010 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 athttp://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 ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation, and supporting documentation that the instructors meet the requirements of this RFQ (resumes). Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. The contractor shall provide the government with instructor qualifications. The contractor shall provide a detailed breakdown of the course price including travel costs, equipment costs, etc… (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications CommercialItems (Apr 2011) – Alternate 1 Feb 2012 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is 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 22 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 Small Business Place of Performance: Contractor’s Facility US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0199/listing.html
OutreachSystems Article Number: 120603/PROCURE/0006
Matching Key Words: film?; produc*; train*; you; website; business*; documentation; event?; instruct*; commercial?; 

Agency for International Development, Overseas Missions, Ukraine USAID-Kiev, Regional Contracting Office Dept. of State Washington DC 20521-5850

R — PEPFAR Country Coordinator SOL-121-12-000002 063012 Tamara Leschenko, HR Specialist, Phone 380445374619, Email tleschenko@usaid.gov – Oksana Shvaitser, EXO HR Assistant, Phone 380-44-537-4665, Email oshvaitser@usaid.gov PEPFAR Country Coordinator Position USAID/Kyiv, Ukraine __________________________________________________________ 1. SOLICITATION No. SOL-121-12-000002 2. ISSUANCE DATE: June 1, 2012 3. CLOSING DATE/TIME SPECIFIED FOR RECEIPT OF APPLICATIONS: June 30, 2012 4. POSITION TITLE: President’s Emergency Program for HIV/AIDS Relief (PEPFAR) Country Coordinator for Ukraine 5. MARKET VALUE: GS-14 ($84,697 to $110,104) Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background. 6. PERIOD OF PERFORMANCE: 2 years (with a possibility of extension) 7. PLACE OF PERFORMANCE: Ukraine, Kyiv 8. SECURITY CLEARANCE REQUIREMENT: The selected applicant shall be required to obtain a secret level security clearance as a pre-condition for employment. 9. MEDICAL CLEARANCE: The selected applicant and any eligible family members who will accompany the applicant to post shall be required to obtain a Department of State Medical clearance to live and/or work in Ukraine as a pre-condition for employment and/or residence in this position. 10. SUPERVISOR: Chief of Mission/Ambassador, Ukraine or Designee 11. AREA OF CONSIDERATION: US Citizens, Eligible Family Members, Green Card Holders ¬¬¬¬¬¬ 1. General Principles: The incumbent is the primary point of contact and coordinator of U.S. Government (USG) activities, schedules and events related to the U.S. President’s Emergency Plan for AIDS Relief (PEPFAR) in the country. The PEPFAR Coordinator plays a key role in the planning, inter-agency implementation, and inter-agency reporting on program performance. The role of the Coordinator is becoming more essential as the size and complexity of the PEPFAR/Ukraine program grows from a few projects to 23 discreet activities. The Ambassador leads the in-country PEPFAR program and is the final decision-maker under PEPFAR Guidance to all program plans and activities submitted to the US Deputy Principal’s Group, with final authority to the U.S. Global AIDS Coordinator for approval. The first line supervisor for this position is the Ambassador or his designee. The PEPFAR Coordinator is an internal USG facilitator, a communicator, and ensures the timely roll-out of PEPFAR reports and implementation plans. The PEPFAR Coordinator is responsible for maintaining an electronic interagency tracking report. The Coordinator is not a technicaldirector and is not expected to provide technical oversight of programs, although the Coordinator may be expected on occasion to ensure follow-up on implementation of technical recommendations based on the Country Operational Plan (COP) and other performance review information. The PEPFAR/Ukraine Country team currently has an interagency working group comprising agency leads. The Coordinator is accountable to ensure this group meets regularly, has an agenda, and is achieving objectives. As required or needed, the management working group may consist of smaller interagency technical working groups (TWGs) around themes such as medication assisted therapy, prevention or disease surveillance. In general, the PEPFAR Coordinator, in collaboration with Agency leads, will be accountable to ensure that these groups are established, have an agenda, are achieving objectives and maintain a clear file on actions taken, results and key issues. Agency leads should be copied on communications between the Coordinator and TWGs or staff as well as on substantive communications between the Coordinator and the Country Support Team Lead in headquarters. This procedure is essential to retain trust and respect between agency leads and the Coordinator. In addition, it is critical that the Coordinator be copied on internal agency communication related to matters of PEPFAR program strategy, implementation, and management and staffing. The Coordinator will periodically meet with the host country and technical partners, particularly when the nature of these contacts and meetings is related to bilateral coordination and information sharing. When the Coordinator meets with host country government counterparts, s/he should include Agency leads or, if not possible, consult with Agency leads. Regarding meetings that are of a technical nature or for purposes of negotiating with partners, this function will be maintained by the Agency leads. The Coordinator is the USG lead for coordinating and assembling the country operations plan (COP), Semi-Annual Performance Review (SAPR), and Annual Performance Review (APR) development. The Coordinator is responsible for ensuring that reports are submitted to Washington on time, for organizing the logistical arrangements for inter-agency work, and for keeping agencies on task for inter-agency efforts. 2. The Ukraine Context and Background: The PEPFAR/Ukraine portfolio is a $22.0 million annual program currently supporting HIV/AIDS prevention, including medication assisted therapy (MAT), safe blood supply, disease surveillance and HIV/TB integration and referrals, support for pharmaceutical management and commodity supply chain management for HIV, TB and other co-infection drugs and medication for MAT. The PEPFAR/Ukraine programs works with both the public sector and leading HIV non-governmental organizations (NGOs) across the country and a select number of private sector groups in leveraged partnerships. The program also engages a number of partners in academic institutions, foundations, international and bilateral organizations as well as the multilateral funding mechanism, the Global Fund to Fight AIDS, Tuberculosis and Malaria (GFATM), which is the largest external HIV/AIDS donor. The USG is the largest bilateral donor providing funds, technical assistance and some commodity support for HIV/AIDS programs. USG HIV/AIDS activities in Ukraine fall under the responsibility of the PEPFAR/Ukraine Team, under the leadership of the Ambassador, with principle membership being the US Agency for International Development (USAID/Ukraine), the US Department of Health and Human Services Centers for Disease Control and Prevention office (HHS/CDC/Ukraine), the US Department of Health and Human Services Substance Abuse and Mental Health Administration (SAMSHA) the US Peace Corps, which currently has over 500 volunteers making it the largest PC program in the world, and the Office of the Defense Attaché (DOA). Issues addressed by the Team include PEPFAR program implementation (program planning, budgeting, oversight, and reporting), support and assistance to Global Fund activities and coordinating with other health sector donors on issues regarding HIV/AIDS. In FY 2010, PEPFAR/Ukraine managed a $12 million program. The PEPFAR program is expected to receive $22 million for the core program with a possible additional resources to support a public private partnership and to support the work of the Global Fund. 3. Principal Responsibilities include: • Liaise with the Office of the Global AIDS Coordinator (OGAC) through the respective country Support Team Lead and members named by OGAC. • Liaise with units at the Embassy to ensure that the Ambassador and others are well apprised of key PEPFAR accomplishments, challenges, and timelines. • Liaise with named representatives of the USG PEPFAR agencies, (USAID, CDC, PC, DOA, and others present at post) and SAMSHA based in Washington to ensure critical communication between and among agencies, including action requests, and policy guidance from OGAC. • Liaise with specific and agreed-upon host government ministries/offices to promote maximum collaboration between the host government HIV/AIDS programs and those being planned and implemented by USG agencies and their partners. • Liaise with development partners active in HIV/AIDS, and specifically with the Country Coordination Mechanism and administrative agents of the Global Fund to Fight AIDS, TB and Malaria, to ensure optimal integration of USG efforts with those of others on their implementation plans. • Support representational activities by the following illustrative examples: -With agency input, prepare speeches for delivery by the Ambassador and requested background materials for public as well as sensitive diplomatic events, -With agency input, prepare written materials in collaboration with the PAS, including press releases and Op-Ed materials for local and international media, -With agency input, support Congressional visits, PEPFAR Deputy Principal visits, and visits by international dignitaries. • Facilitate the development and implementation of a unified PEPFAR program, which includes the planning and production of the bi-annual major COP , that capitalizes on the comparative advantages and competencies of participating USG agencies, achieves maximum results related to the HIV Partnership and is optimally responsive to the needs of the respective host country’s citizens infected and/or affected by HIV. • Coordinate and facilitate all reporting, including SAPR and APR development. 4. Specific Duties shall include: • Facilitate USG interagency collaboration and cooperation around HIV/AIDS activities by coordinating schedules and workplans; -Organize the work of the PEPFAR/Ukraine Team; call for meetings, prepare agendas, and keep and distribute minutes of PEPFAR Team meetings; maintain a calendar of important benchmarks to ensure the program is on schedule; -Coordinate interagency and Washington clearance for TDYs, and promoting inter-agency benefit from TDYs whenever possible and appropriate. -Coordinate strategic planning discussions among PEPFAR Team agencies; • Prepare and disseminate periodic internal and external updates/status reports on PEPFAR in the host country. -Work closely with Strategic Information team and USG agencies to coordinate and report program results. -Facilitate and ensure timely financial and programmatic reporting by all participating USG agencies. -Monitor, analyze and report trends and policy developments related to Ukraine’s HIV/AIDS epidemic as context for the operational environment of PEPFAR/Ukraine activities; -Responsible for the coordination of inputs and preparation of all required reports/documents to the Office of the OGAC, including the COP, the Annual report, and Joint Portfolio Reviews with partners; -Develop presentation and distribution materials regarding PEPFAR, globally and in Ukraine, for diverse audiences (including visitors, implementing partners, US businesses and the press) for all PEPFAR Team members to use; • Attend all relevant meetings concerning PEPFAR and often convene and chair meetings that are required to execute assigned responsibilities; • Assist in “translating” for the PEPFAR/Ukraine Team and implementing partners changes in and additions to OGAC policies, directives, guidance, etc. showing how they are applicable to the Ukraine program; • Work with the US Pubic Affairs Section (PAS) on outreach opportunities both in Ukraine and at other appropriate venues on PEPFAR and HIV/AIDS issues; • Assist in coordinating visits of U.S. government officials involved in health issues, and support HIV-related consultations, site visits and other activities developed and managed by the PEPFAR Team; • Undertake other assignments as identified by the PEPFAR Country Team. 5. Qualifications: To be considered, the applicant must have: • An advanced degree(s) (masters or higher) in a relevant professional discipline such as Public Health, Public Policy, Administration, Nursing, Medicine and a minimum of 5 years of progressively more senior experience managing projects, communications, planning and coordination of public health programming and/or implementation; • Excellent written and oral English communication skills; • Demonstrated ability to develop and coordinate implementation of detailed work plans/timelines for major time-sensitive and complex work projects that are dependent on contributions from multiple agencies and dozens of individuals; • At least 2 years of proven experience working with large, complex international or domestic programs; • Ability to work and reside in Kiev, Ukraine; 6. Personal Attributes: The successful applicant will have: • Highly effective interpersonal skills and demonstrated experience in operating effectively in cross-cultural environments and working within interagency settings; • Demonstrated teamwork and leadership skills; • Demonstrated ability to communicate clearly and effectively to both technical and non-technical colleagues, orally and in written format; • Demonstrated ability to communicate and collaborate effectively with multiple partners; • Familiarity with USG systems and implementation mechanisms; • Demonstrated high degree of sound judgment, maturity, ingenuity and originality to interpret technical and political opportunities and constraints; • Demonstrated ability to keep track of a large amount of data and manage complex interagency planning and reporting processes • Demonstrated ability to facilitate consensus on complex technical, programmatic, strategic, and financial issues. • Strong capacity to multi-task; including managing, prioritizing, and fulfilling competing demands in real time. 7. Other considerations: Desired Knowledge, Skills, and Abilities: Significant experience working directly for one or more of the United States government agencies responsible for implementing PEPFAR is preferable. Detail-oriented person; ability to work both independently and in teams; ability to organize tasks with critical time constraints; excellent interpersonal skills; ability to understand and use various computer programs. Basic knowledge/experience in program administration and oversight, and fiscal management within the US federal government context. Work Environment: Normal office environment with some travel required. Probationary Period: Within three months of entry into the position, the employee will demonstrate: • A good working knowledge of PEPFAR policy and overall objectives in Ukraine as well as a thorough understanding of the country program, its overall design, and structure. • An excellent working relationship with all USG personnel and local partner representatives engaged in PEPFAR implementation so that information can be gathered and shared openly and expeditiously. An excellent working relationship with the PEPFAR Strategic Information Specialist is essential. • Familiarity with the USG budgeting process, in particular the PEPFAR budgeting cycle that includes reprogramming and knowledge of accountability for USG spending. Available Guidelines: The incumbent is required to understand PEPFAR and Agency specific HIV policies and procedures which govern project activity management in addition to State-established administrative operating procedures, policies and formats. Oral guidance and specific detailed instructions will be given (when necessary) for carrying out unique assignments. The incumbent will be required to be proactive in keeping abreast of evolving guidelines and policies which affect overall initiative and keeping abreast of evolving development on HIV/AIDS issues in Ukraine. The PEPFAR Ukraine Team and the Ambassador (or designee) will review progress towards the end of the probationary period to determine if the employee should be retained. 8. Supervision: First-line supervision of this position is assigned to the Ambassador, DCM or his/her designee. As such, the incumbent represents the DCM or Ambassador in sensitively and collaboratively managing the complex processes associated with planning for, implementing, and monitoring the results of the Emergency Plan across the participating USG implementing agencies. USAID/Ukraine, the employing agency, or its agent, will manage administrative requirements (personnel files, payroll, etc.). 9. Authority to Make Commitments: The incumbent will have no independent authority to commit U.S. Government (USG) funds on behalf of the U.S. Government. 10. Evaluation of performance: In addition to the personnel evaluation procedures of USAID/Ukraine, the employing agency, and its agent, the Ambassador, DCM or his/her designee will obtain a “360 degree” evaluation seeking the perspectives of; at least one representative of each USG implementing agency, directly supervised staff involved in coordinating the Emergency Plan in the host country, and key host government interlocutors at least annually. The results of the “360 degree” evaluation will be shared with both the Coordinator and the Ambassador and will serve as the basis for determining whether the Coordinator’s terms of employment will be renewed. Appropriate security and medical clearances will be required before a contract is signed. This is not negotiable and forms will be provided to the selected candidate to complete. 11. Selection Factors: ABILITIES AND SKILLS (50 points): • Excellent management, coordination, interpersonal and teamwork skills • Demonstrated judgment, maturity, ingenuity and originality to interpret technical and political opportunities and constraints. • Demonstrated ability to develop and coordinate implementation of detailed work plans/timelines for major time-sensitive and complex work projects • Strong quantitative and analytical skills, verbal skills and ability to communicate technical information clearly and effectively to both technical and non-technical colleagues. • Familiarity with USG systems and implementation mechanisms. • Experience in operating effectively in cross-cultural environment and working within interagency setting. WORK EXPERIENCE (40 points): Minimum of seven years experience in international public health programming and/or implementation. Minimum of four years experience working in technical oversight, design and implementation of health programs in developing countries. Project Management and Coordination experience in developing countries is highly desirable. EDUCATION (10 points): Advanced degree(s) in public health, public policy/administration or other relevant advanced training in international health. Applicants meeting the required qualifications for the position will be evaluated based on information presented in the application and obtained through reference checks. 12. Selection Process: After the closing date for receipt of applications, a committee will be convened to review applications and evaluate them in accordance with the evaluation criteria. Applications from candidates which do not meet the selection factors will not be scored. As part of the selection process, final candidates may be interviewed either in person or by telephone at the discretion of the selection panel. Reference checks will be made only for applicants considered as finalists. If an applicant does not wish for the current employer to be contacted as a reference check, this should be stated in the application. The interviewing committee will delay such reference check pending communication with the applicant. Only shortlisted candidates shall be contacted with regards to the status of the recruitment and selection process. 13. Terms of Performance: The selected candidate shall perform the preceding services for a period of two years (with a possibility of extension), based in Kyiv, Ukraine. Within 2 weeks after written notice from the Contracting Officer that all clearances have been received; the incumbent will begin work. The position described has been classified at a U.S. Government GS-13. The actual salary of the successful candidate will be negotiated within that pay band, depending on qualifications and previous salary history. 14. Benefits: 1. Employee’s FICA Contribution 2. Health &Life Insurance: Health Insurance Annual Premium (not to exceed $20.330 for contractor with family; and $7,266 for contractor only. The Contractor shall be provided a maximum contribution of up to 72% against the actual costs of the Contractor’s annual health insurance costs, provided that such costs may not exceed the maximum U. S. Government contribution as announced periodically by USAID’s Office of Acquisition and Assistance. The Contractor shall be provided a contribution of up to 50% against the actual costs of annual life insurance not to exceed $500.00 per year. 3. Medical Evacuation (Medevac) Insurance: 100% Medical Evacuation Insurance annual premium for contractor with family will be reimbursed to the contractor, if not covered by Health Insurance. 4. Pay Comparability Adjustment-Annual across the board salary increase for US Government employees and US Personal Services Contractors. Currently this Pay Comparability Adjustment is frozen until further notice. 5. Eligibility for Worker’s Compensation. 6. Vacation & sick Leave 15. Allowances* (If Applicable): As a matter of policy, and as appropriate, an offshore USPSC is normally authorized the following allowances: 1. Post Differential (Section 500) 2. Living Quarters allowances (Section 130) 3. Temporary Lodging Allowances (section 120) 4. Post Allowance (COLA) (Section 220) 5. Supplemental Post Allowances (Section 230) 6. Payment During Evacuation (Section 600) 7. Education Allowances (Section 270) 8. Separate Maintenance Allowances (Section 260) 9. Education Travel (Section 280) *Dept. of State Standardized Regulation (DSSR) (Government Civilians Foreign Areas). 16. Other Benefits: Additional benefits are available for individuals hired outside Ukraine in accordance with the AIDAR, Federal travel Regulations and Standardized Regulation, e. g., international airfare from place of residence, R& R, international shipment of personal effects, unaccompanied baggage allowance, POV Shipment, Repatriation Travel and furnished housing. Federal Taxes: USPSCs are not exempted from payment of Federal Income taxes under the foreign earned income exclusion. 17. Required Forms for PSCs: The list of required PSC forms above can be found at: http://www.usaid.gov/forms 1. OF-612  A U.S government OF-612 which is available at the USAID website http://www.usajobs.opm.gov/forms.asp, or at Federal Offices. Alternatively, the old SF-171 may be submitted in lieu of the OF-612. 2. Applicant’s detailed Resume and a cover letter of application The letter of application should list the Qualifications and the Selection Criteria factors from section 12 above, and the applicant should address how s/he meets each criteria. Additionally, Applicants are required to provide three professional references with complete contact information including email address and telephone numbers. Failure to do this will result in exclusion from the recruitment and selection process. Please send your application package to this e-mail account: kyv7-2012@usaid.gov ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PERSONAL SERVICES CONTRACT (PSC) AAPDs contain information or changes pertaining to USAID policy, regulation and procedures concerning acquisition and assistance. There are a number of AAPDs pertaining to PSCs. Please refer to the USAID website http://www.usaid.gov/business/business_opportunities/ to locate relevant AAPDs. Additionally, AIDAR Appendix D applies to PSCs and can be found at: http://www.usaid.gov/policy/ads/300/aidar.pdf Point of Contact: 1. Elizabeth Wager, Regional Deputy Executive Officer, USAID/Ukraine, Belarus and Moldova (ewager@usaid.gov) 2. Tamara Leschenko, HR Specialist, USAID/Ukraine, Belarus and Moldova (tleschenko@usaid.gov) 3. Oksana Shvaitser, HR Assistant, USAID/Ukraine, Belarus and Moldova (oshvaitser@usaid.gov)       Place of Performance: 19, Nyzhniy Vas St. Kyiv, Ukraine Kyiv, Ukraine UA URL: https://www.fbo.gov/spg/AID/OM/KIE/SOL-121-12-000002/listing.html
OutreachSystems Article Number: 120602/PROCURE/0091
Matching Key Words: writ*; technical; operating; 


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

U — Forklift Training HSCG23-12-Q-PBP067 060812 Kelson A. Baker, Contract Specialist (CTR), Phone 7038565489, Email Kelson.A.Baker@uscg.mil – Robert Mann-Thompson, Contracting Officer, Phone 2024753252, Email robert.a.mann-thompson@uscg.mil The United States Coast Guard is seeking to identify possible sources capable of fulfilling an existing requirement for forklift training services at various CONUS and OCONUS locations. See the Statement of Work below for details of the requirement. Interested parties are encouraged to provide a statement of capabilities and applicable past performance. Please include the following information in your capabilities statement: DUNS, Business Size, Business Status, GSA Schedule/GWAC (if available), and a point of contact. 1.0 GENERAL. 1.1 SCOPE. The purpose of this Indefinite Delivery Indefinite Quantity (IDIQ) contract is to obtain Contractor training support services for the U.S. Coast Guard (USCG) Office of Safety and Environmental Health. Specifically, this IDIQ requires the Contractor to provide classroom and lab instruction training for a five (5) day Forklift and Weight Handling course (code 500094) to a maximum class size of 25 students. The course shall give USCG personnel (active duty, reserves, civilian and auxiliary) the knowledge and skills necessary to perform as Forklift Operators and Trainers as well as Weight Handling Principles and Techniques. Training shall be held at the following locations: TRACEN Yorktown, Yorktown, VA and TRACEN Petaluma, Petaluma, CA with minor possibility of an exported course to CONUS or OCONUS locations not yet determined on an as-needed basis. 1.2 BACKGROUND. The USCG mission is to provide Forklift and Weight Handling training to selected personnel who work and around forklifts and weight handling equipment. The purpose of this course is to provide students with the technical knowledge and skills to perform the duties of a Forklift Operator as detailed in OSHA 29 CFR 1910 subpart N. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this contract. The Project Manager is further designated as Key by the Government (see SOW 1.4). 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer (KO) and the Contracting Officer’s Technical Representative (COTR). It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor’s proposal. During any absence of the Project Manager, only one (1) alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior approval from the Contracting Officer. 1.3.1.2 The Project Manager shall be available to the COTR via telephone between the hours of 0800 and 1630 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 24 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this contract. All Contractor employees supporting this requirement shall also be citizens of the United States.\ Project Manager – College degree and three years experience in the management of educational services contracts. Four years of related work experience may be substituted for a college degree. Instructor(s) – Five (5) years as a certified forklift instructor. 1.3.2.1.1 Instructors shall be qualified and experienced in field operations of weight handling and in classroom instruction. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee’s photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.4 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security, and the USCG. 1.3.4.1 Contractor employees shall abide by the rules and regulations concerning the maintenance of personal standards for instructor integrity, grooming, conduct, speech, and student fraternization. The morale and motivation of student and instructional personnel must be maintained at a high level to ensure a favorable learning environment. 1.3.5 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from USCG facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any task order awarded under this contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.4 SECURITY. Contractor access to classified information is not currently required under this contract. 1.5 PERIOD of Performance. The period of performance for this contract is a 5 year (60 month) base period with the guarantee of one (1) class during the period of performance. 1.5.1 The Contractor will be notified of class schedules not less than thirty (30) days prior to convening of the first class. It is anticipated that there will be one (1) to six (6) course sessions scheduled per each option year as follows: TRACEN Yorktown, Yorktown, VA (02 sessions) and TRACEN Petaluma, Petaluma, CA (02 sessions); and exportable CONUS and OCONUS locations to be determined (see SOW 1.9). 1.6 PLACE OF PERFORMANCE. The primary places of performance will be USCG Training Centers in Yorktown, VA and Petaluma, CA, and exported to CONUS and OCONUS locations to be determined (see SOW 1.9). 1.7 HOURS OF OPERATION. Contractor employees shall generally perform all work between the hours of 0800 and 1630, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this task order. 1.7.1 Occasional non-standard training days may be required by emergencies, and operational commitments; therefore, in these cases, as much prior notification as possible will be provided to the Contractor. However, the course is designed for whole days and should not vary substantially from this format, e.g., ending after a half-day on the last day, two-hour lunches or ending class two hours early on days in the middle of the week. Likewise, extending past the normal ending time can only be done with the student’s option since many students may have off-hour commitments. 1.8 TRAVEL. Travel is required for work performed at USCG facilities and therefore travel costs for work performed at USCG facilities will be reimbursed to the Contractor in accordance with FAR 31.205-46. The Contractor shall obtain the COTR’s approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.8.1 Travel locations or Limitations. 1.8.2 The following are potential CONUS travel locations: Petaluma CA, New Orleans LA, St Louis MO, Detroit MI, Cleveland OH, Boston MA, Portland ME, Seattle WA, Portland OR, Portsmouth VA, Elizabeth City NC, Charleston SC, Buffalo NY, New York NY, Baltimore MD, Alameda CA, San Pedro CA, Los Angeles CA, San Francisco CA , Sacramento CA. 1.8.3 The following are potential OCONUS travel locations: Honolulu HI, Ketchikan AK, Kodiak AK, Netherlands, Guam and Japan. 1.9 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COTR not later than five (5) business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of the task order and review the Contractor’s project plan and Quality Assurance Plan. (See 5.4.7) The Kick-Off Meeting will be held at the Government’s facility or by phone. 1.10 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Contractor shall provide a final Project Plan to the COTR not later than five (5) business days after the Kick-Off Meeting. 1.11 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with USCG Standard Workstation (Windows Vista and Microsoft Office 2007 Applications). 1.12 INTELLECTUAL PROPERTY. All Contractor developed processes and procedures and other forms of intellectual property first developed under this contract shall be considered Government property. 1.12.1 All documentation, photography and electronic data and information collected by the Contractor and entered into or generated in support of this contract shall be considered Government property, and shall be returned to the Government at the end of the performance period. 1.13 PROTECTION OF INFORMATION. Contractor access to proprietary information is required under this contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, Safeguarding Sensitive but Unclassified (SBU) Information. SBU includes information categorized by DHS or other government agencies as: For Official Use Only (FOUO); Official Use Only (OUO); Sensitive Homeland Security Information (SHSI); Limited Official Use (LOU); Law Enforcement Sensitive (LES); Safeguarding Information (SGI); Unclassified Controlled Nuclear Information (UCNI); and any other identifier used by other government agencies to categorize information as sensitive but unclassified. The Contractor shall ensure that all Contractor personnel having access to business or procurement sensitive information sign a non-disclosure agreement (DHS Form 11000-6). 1.14 SECTION 508 COMPLIANCE Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable EIT accessibility standards have been identified: Section 508 Applicable EIT Accessibility Standards 36 CFR 1194.21 Software Applications and Operating Systems, applies to all EIT software applications and operating systems procured or developed under this work statement including but not limited to GOTS and COTS software. In addition, this standard is to be applied to Web-based applications when needed to fulfill the functional performance criteria. This standard also applies to some Web based applications as described within 36 CFR 1194.22. 36 CFR 1194.22 Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous Javascript and XML (AJAX) then 1194.21 Software standards also apply to fulfill functional performance criteria. 36 CFR 1194.31 Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required 1194.31 Functional Performance Criteria, they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Section 508 Applicable Exceptions Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.3(b) Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. Section 508 Compliance Requirements 36 CFR 1194.2(b) (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercialmarketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meet some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires authorization from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 2.0 GOVERNMENT TERMS & ACRONYMS COTR Contracting Officer’s Technical Representative GFE Government Furnished Equipment GFI Government Furnished Items IDIQ Indefinite Delivery Indefinite Quantity OSH Occupational Safety and Health OSHA Occupational Safety and Health Administration POC Point of Contact QCP Quality Control Plan RFP Request for Proposal SEH Safety and Environmental Health SME Subject Matter Expert SOW Statement of Work USCG United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES. The Government will provide the following property and information to the Contractor for work required in task orders awarded under this contract: 3.1 The Government will provide the following equipment for off-site Contractor use in performing work in task orders awarded under this contract: 3.1.1 The Government will provide classroom space, with chalk/dry marker boards, and standard audiovisual equipment (overhead projector, remotely controlled slide projector, projection screen, VCR, and monitor) for the course. For classes taught at TRACEN Yorktown, the Government will provide projection systems for computer-generated graphics. 3.1.2 The Contractor shall conform to all current and applicable USCG and local command instructions regarding physical security. 3.2 The Government will provide course addendums to training materials for USCG specific areas of focus that differ from Contractor’s training package. (See 4.1) 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of task orders awarded under this contract, except for the Government Furnished Resources specified in SOW 3.0 and 5.0 of this work statement. At a minimum, the Contractor shall provide the following: Laptop Computer Course Training Outline and Test Material Power Point Disks Training Videos Handout Materials Training completion certificates for personnel completing course Copies of course manuals for each student Projection system for courses conducted outside TRACEN Yorktown or TRACCEN Petaluma. 4.1 The Contractor shall provide a printed instructional workbook to each student attending the course. (See 3.2) 4.1.1 The Contractor shall provide feedback and recommendations for improvements on USCG provided addendums to the COTR. 4.2 The Contractor shall provide a minimum of Two (2) 6K diesel or electric standard forklifts and weightlifting training equipment OR (4.3) 4.3 Arrange transportation of students to a location suitable for hands on training with Forklifts and weightlifting equipment. 4.3.1 If training would occur in an OCONUS location, the USCG unit hosting the training will assist in arranging the weightlifting equipment or a suitable training location. 5.0 REQUIREMENTS The Contractor shall provide classroom and lab instruction training for 1-6 sessions annually of a five (5)-day Forklift and Weight Handling course (Code 500094) to a maximum class size of 25 students. 5.1 INSTRUCTOR SUPPORT The Contractor’s Instructor(s) shall maintain an environment conducive to learning and shall provide the following: 5.1.1 Maintain a high standard of professional qualifications in instructional and technical areas. 5.1.2 Utilize Government approved Instructor guide for this course and personalize it for each subject matter area as needed. 5.1.3 Recommend curriculum changes to course for approval by COTR prior to implementation. 5.1.4 Maintain qualifications in instructional techniques, training aids, training equipment, trainingdevices and instructional material required to teach assigned topics. 5.1.5 Prepare the classroom for instruction (e.g., assemble course material as required, ensure course materials are brought into classroom,, arrange tables and chairs, layout course materials for each student) and ensure classroom is left in an orderly fashion at the end of each day, especially on the last day of the class. 5.1.6 Upon request of the appropriate authority, make academic comments concerning students. 5.1.7 Ensure a dignified, harmonious and professional classroom atmosphere. 5.1.8 Administer, grade and review examinations, as necessary. 5.1.9 Report all problem areas related to assigned duties and responsibilities to the COTR. 5.1.10 Teach all assigned topics, in accordance with contract requirements, effectively utilizing allotted time. 5.1.11 Perform operational check on assigned training equipment, devices and aids. 5.1.12 Refer unresolved students’ disciplinary problems to the appropriate military authority. 5.1.13 Monitor students to ensure safe usage of alltraining equipment, devices and training aids. 5.2 COURSE CRITERIA The Contractor shall instruct a group-paced, criterion referenced, instructor managed, student participation, lecture/laboratory type instructionalsystem that uses firmly established training procedures. All procedures shall be accomplished in accordance with the latest instructional methodology. Upon completion of this course, the students will be able to: 5.2.1 Forklift operator training 5.2.2 Fundamentals of mobile crane operation 5.2.3 Rigging principles / Weight handling 5.2.4 Practical demonstration of forklifts and rigging 5.3 COURSE CURRICULUM The Contractor shall provide training for the USCG using learning materials, equipment and methodologies to produce a graduate that satisfies the USCG’s training mission. At a minimum, the curriculum shall address the following: 5.3.1 Forklifts Operation Design and types / application and limitations Causes and avoidance of accidents Moving with and without loads Appling OSHA and ANSI Standards Safety inspections Scanning techniques Operating conditions: Inside/outside, weather, ramps, trailers, elevators Pedestrian safety Rigging Design of a training course and practical application of training others in forklift operation. Train TheTrainer (TTT) 5.3.2 Cranes Fundamental of Crane operation Design and types / application and limitations Causes and avoidance of accidents Moving with and without loads Appling OSHA and ANSI Standards Safety inspections Scanning techniques Operating conditions: Inside/outside, weather, ramps, trailers, elevators Pedestrian safety Rigging / Operator and rigger responsibilities Securing the Crane Design of a trainingcourse and practical application of training others in crane operation. Train The Trainer (TTT) 5.3.3 Rigging Rigging types and design Fundamentals of Rigging Rigging devices Causes and avoidance of accidents Appling OSHA and ANSI Standards Rigger Responsibilities Safety inspections Inspection procedures and checklists Preparing to lift Creating a lift Plan Determining load weight Lifting device Calculating sling loads Reeving Safe practices Attaching a load Handling a load 5.3.4 Practical operation and demonstration. Forklift operational course Perform pre-operational safety inspections Perform proficient operation Demonstrate ability to facilitate training Crane operations Observe demonstration of crane operations Observe various lifting and loading and unloading operations and rigging 5.4 INSTRUCTORS AND CLASS SIZE 5.4.1 At least one Instructor shall instruct each class. 5.4.2 The maximum class size is 25 students. 5.4.2.1 The Government reserves the right to cancel or change a convening at no cost/penalty to the Government. The Contractor will be notified no later than 7 calendar days prior to the first day of the class, if the convening is cancelled. 5.4.2.2 The Government reserves the right to exceed the class size on a case-by-case, limited basis at no extra cost to the Government if agreed to in advance by the COTR and the Contractor. 5.5 COURSE COMPLETION AND CRITIQUES 5.5.1 The Contractor shall administer a written test to each member of the class at the beginning and end of the course and the results will be recorded. The Contractor may administer written quizzes as necessary. 5.5.1.1 The Contractor shall modify testing to include content provided from USCG. 5.5.2 The Contractor shall provide graduation certificates for the course. These certificates shall be filled out by the Contractor at the end of each course and passed out to students who have successfully completed the course. 5.5.3 Contractor shall complete a non-completion record for each student who does not complete the course and provide to the COTR. 5.5.3.1 Any student missing more than 10% of a class will fail the course and not receive a graduation certificate. The contract instructor should contact the COTR immediately to discuss the student’s situation. The Government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. 5.5.4 Contractor Instructors will be evaluated by Government Subject Matter Experts and by student critiques. Contractor shall ensure that a student roster is completed and submitted to the COTR and that student critiques are completed. 5.5.5 The Contractor shall submit to the COTR a course completion report within five (5) business days after the end of each class convening. The report shall include, as a minimum, a student roster, pre and post class assessment, student critiques, test results and instructor comments/observations. 5.5.5.1 Based on feedback received from student critiques, the Contractor shall submit to the COTR recommendations for changes to the curriculum for upcoming training sessions. Upon agreement between the Contractor and the Government (see SOW 5.1.3), the Contractor shall implement the changes to the curriculum and provide an updated version to the Government not later than thirty (30) days prior to the upcoming training session. 5.5.6 The Contractor shall immediately report all accidents occurring on Government property involving contract employees to local emergency response units and to the local resident authority and report the findings in writing to the COTR within three (3) calendar days after the occurrence. When required, the Contractor shall provide input for reporting accidents involving USCG students. 5.5.7 The Contractor shall establish, maintain, and monitor the quality assurance of the services provided via a detailed QAP clearly stating his/her procedures for ensuring quality. As part of the plan, the Contractor shall establish and maintain aninstructor evaluation system. Records of all instructor evaluations for contract employees shall be kept current, complete, and available to the Contracting Officer or COTR upon request during the performance of this task order. 6.0 REFERENCES. 6.1 29 CFR 1910 SUBPART N – Materials Handling and Storage 6.2 ANSI B30.2-43 (R 52) – Safety Code for Cranes, Derricks, and Hoists 6.3 ANSI B30.2.0-67 – Safety Code for Overhead and Gantry Cranes 6.4 ANSI B56.1-69 – Safety Standard for Powered Industrial Trucks 7.0 DELIVERABLES The Contractor shall consider items in BOLD as having mandatory due dates. All deliverables shall be submitted to the COTR in draft form according to the due date specified below. After receipt of USCG comments, the Contractor shall have five (5) business days to submit a final draft to the COTR. The Contractor shall consider items as having mandatory due dates. Items noted as “COTR Checkpoints” are deliverables or events that must be reviewed and approved by the COTR prior to proceeding to next deliverable in the SOW. Item 1: SOW 1.10 Kick-Off Meeting due Five (5) business days after the date of the award Item 2: SOW 1.11 Draft Contractor Project Plan Due at Kick-Off Meeting Item 3: SOW 1.11 Final Contractor Project Plan due Five (5) business days after the Kick-Off Meeting Item 4: SOW 5.0 Forklift Training Course Requirements due Varied – up to 25 students per class Item 5: SOW 5.5 Course Completion Certificates provided up to 25 students and COTR no later than 15 days after course completion   Set-Aside: Service-Disabled Veteran-Owned Small Business URL: https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBP067/listing.html
OutreachSystems Article Number: 120602/PROCURE/0553
Matching Key Words: video*; produc*; train*; web; site?; education*; business*; documentation; event?; produce?; instruct*; commercial?; 


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

U — Forklift Training HSCG23-12-Q-PBP067 060812 Kelson A. Baker, Contract Specialist (CTR), Phone 7038565489, Email Kelson.A.Baker@uscg.mil – Robert Mann-Thompson, Contracting Officer, Phone 2024753252, Email robert.a.mann-thompson@uscg.mil The United States Coast Guard is seeking to identify possible sources capable of fulfilling an existing requirement for forklift training services at various CONUS and OCONUS locations. See the Statement of Work below for details of the requirement. Interested parties are encouraged to provide a statement of capabilities and applicable past performance. Please include the following information in your capabilities statement: DUNS, Business Size, Business Status, GSA Schedule/GWAC (if available), and a point of contact. Due to USCG Internet restrictions, electronic mail attachments over 5 MB in size will not be received, and will need to be sent separately. It is the offereors responsibility to note the correlation of their proposal if sent over multiple emails. Capabilities Statement Submission Deadline: 1700ET on June 8, 2012 via email to Kelson Baker at Kelson.A.Baker@uscg.mil Statement of Work Dated January 18, 2012 1.0 GENERAL. 1.1 SCOPE. The purpose of this Indefinite Delivery Indefinite Quantity (IDIQ) contract is to obtain Contractor training support services for the U.S. Coast Guard (USCG) Office of Safety and Environmental Health. Specifically, this IDIQ requires the Contractor to provide classroom and lab instruction training for a five (5) day Forklift and Weight Handling course (code 500094) to a maximum class size of 25 students. The course shall give USCG personnel (active duty, reserves, civilian and auxiliary) the knowledge and skills necessary to perform as Forklift Operators and Trainers as well as Weight Handling Principles and Techniques. Training shall be held at the following locations: TRACEN Yorktown, Yorktown, VA and TRACEN Petaluma, Petaluma, CA with minor possibility of an exported course to CONUS or OCONUS locations not yet determined on an as-needed basis. 1.2 BACKGROUND. The USCG mission is to provide Forklift and Weight Handling training to selected personnel who work and around forklifts and weight handling equipment. The purpose of this course is to provide students with the technical knowledge and skills to perform the duties of a Forklift Operator as detailed in OSHA 29 CFR 1910 subpart N. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this contract. The Project Manager is further designated as Key by the Government (see SOW 1.4). 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer (KO) and the Contracting Officer’s Technical Representative (COTR). It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor’s proposal. During any absence of the Project Manager, only one (1) alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior approval from the Contracting Officer. 1.3.1.2 The Project Manager shall be available to the COTR via telephone between the hours of 0800 and 1630 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 24 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this contract. All Contractor employees supporting this requirement shall also be citizens of the United States.\ Project Manager – College degree and three years experience in the management of educational services contracts. Four years of related work experience may be substituted for a college degree. Instructor(s) – Five (5) years as a certified forklift instructor. 1.3.2.1.1 Instructors shall be qualified and experienced in field operations of weight handling and in classroominstruction. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee’s photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.4 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security, and the USCG. 1.3.4.1 Contractor employees shall abide by the rules and regulations concerning the maintenance of personal standards for instructor integrity, grooming, conduct, speech, and student fraternization. The morale and motivation of student and instructional personnel must be maintained at a high level to ensure a favorable learning environment. 1.3.5 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from USCG facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any task order awarded under this contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.4 SECURITY. Contractor access to classified information is not currently required under this contract. 1.5 PERIOD of Performance. The period of performance for this contract is a 5 year (60 month) base period with the guarantee of one (1) class during the period of performance. 1.5.1 The Contractor will be notified of class schedules not less than thirty (30) days prior to convening of the first class. It is anticipated that there will be one (1) to six (6) course sessions scheduled per each option year as follows: TRACEN Yorktown, Yorktown, VA (02 sessions) and TRACEN Petaluma, Petaluma, CA (02 sessions); and exportable CONUS and OCONUS locations to be determined (see SOW 1.9). 1.6 PLACE OF PERFORMANCE. The primary places of performance will be USCG Training Centers in Yorktown, VA and Petaluma, CA, and exported to CONUS and OCONUS locations to be determined (see SOW 1.9). 1.7 HOURS OF OPERATION. Contractor employees shall generally perform all work between the hours of 0800 and 1630, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this task order. 1.7.1 Occasional non-standard training days may be required by emergencies, and operational commitments; therefore, in these cases, as much prior notification as possible will be provided to the Contractor. However, the course is designed for whole days and should not vary substantially from this format, e.g., ending after a half-day on the last day, two-hour lunches or ending class two hours early on days in the middle of the week. Likewise, extending past the normal ending time can only be done with the student’s option since many students may have off-hour commitments. 1.8 TRAVEL. Travel is required for work performed at USCG facilities and therefore travel costs for work performed at USCG facilities will be reimbursed to the Contractor in accordance with FAR 31.205-46. The Contractor shall obtain the COTR’s approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.8.1 Travel locations or Limitations. 1.8.2 The following are potential CONUS travel locations: Petaluma CA, New Orleans LA, St Louis MO, Detroit MI, Cleveland OH, Boston MA, Portland ME, Seattle WA, Portland OR, Portsmouth VA, Elizabeth City NC, Charleston SC, Buffalo NY, New York NY, Baltimore MD, Alameda CA, San Pedro CA, Los Angeles CA, San Francisco CA , Sacramento CA. 1.8.3 The following are potential OCONUS travel locations: Honolulu HI, Ketchikan AK, Kodiak AK, Netherlands, Guam and Japan. 1.9 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COTR not later than five (5) business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of the task order and review the Contractor’s project plan and Quality Assurance Plan. (See 5.4.7) The Kick-Off Meeting will be held at the Government’s facility or by phone. 1.10 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Contractor shall provide a final Project Plan to the COTR not later than five (5)business days after the Kick-Off Meeting. 1.11 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with USCG Standard Workstation (Windows Vista and Microsoft Office 2007 Applications). 1.12 INTELLECTUAL PROPERTY. All Contractor developed processes and procedures and other forms of intellectual property first developed under this contract shall be considered Government property. 1.12.1 All documentation, photography and electronic data and information collected by the Contractor and entered into or generated in support of this contract shall be considered Government property, and shall be returned to the Government at the end of the performance period. 1.13 PROTECTION OF INFORMATION. Contractor access to proprietary information is required under this contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, Safeguarding Sensitive but Unclassified (SBU) Information. SBU includes information categorized by DHS or other government agencies as: For Official Use Only (FOUO); Official Use Only (OUO); Sensitive Homeland Security Information (SHSI); Limited Official Use (LOU); Law Enforcement Sensitive (LES); Safeguarding Information (SGI); Unclassified Controlled Nuclear Information (UCNI); and any other identifier used by other government agencies to categorize information as sensitive but unclassified. The Contractor shall ensure that all Contractor personnel having access to business or procurement sensitive information sign a non-disclosure agreement (DHS Form 11000-6). 1.14 SECTION 508 COMPLIANCE Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable EIT accessibility standards have been identified: Section 508 Applicable EIT Accessibility Standards 36 CFR 1194.21 Software Applications and Operating Systems, applies to all EIT software applications and operating systems procured or developed under this work statement including but not limited to GOTS and COTS software. In addition, this standard is to be applied to Web-based applications when needed to fulfill the functional performance criteria. This standard also applies to some Web based applications as described within 36 CFR 1194.22. 36 CFR 1194.22 Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous Javascript and XML (AJAX) then 1194.21 Software standards also apply to fulfill functional performance criteria. 36 CFR 1194.31 Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 Information Documentationand Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required 1194.31 Functional Performance Criteria, they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Section 508 Applicable Exceptions Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.3(b) Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. Section 508 Compliance Requirements 36 CFR 1194.2(b) (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meet some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires authorization from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 2.0 GOVERNMENT TERMS & ACRONYMS COTR Contracting Officer’s Technical Representative GFE Government Furnished Equipment GFI Government Furnished Items IDIQ Indefinite Delivery Indefinite Quantity OSH Occupational Safety and Health OSHA Occupational Safety and Health Administration POC Point of Contact QCP Quality Control Plan RFP Request for Proposal SEH Safety and Environmental Health SME Subject Matter Expert SOW Statement of Work USCG United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES. The Government will provide the following property and information to the Contractor for work required in task orders awarded under this contract: 3.1 The Government will provide the following equipment for off-site Contractor use in performing work in task orders awarded under this contract: 3.1.1 The Government will provide classroom space, with chalk/dry marker boards, and standard audiovisual equipment (overhead projector, remotely controlled slide projector, projection screen, VCR, and monitor) for the course. For classes taught at TRACEN Yorktown, the Government will provide projection systems for computer-generated graphics. 3.1.2 The Contractor shall conform to all current and applicable USCG and local command instructions regarding physical security. 3.2 The Government will provide course addendums to training materials for USCG specific areas of focus that differ from Contractor’s training package. (See 4.1) 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of task orders awarded under this contract, except for the Government Furnished Resources specified in SOW 3.0 and 5.0 of this work statement. At a minimum, the Contractor shall provide the following: Laptop Computer Course Training Outline and Test Material Power Point Disks Training Videos Handout Materials Training completion certificates for personnel completing course Copies of course manuals for each student Projection system for courses conducted outside TRACEN Yorktown or TRACCEN Petaluma. 4.1 The Contractor shall provide a printedinstructional workbook to each student attending the course. (See 3.2) 4.1.1 The Contractor shall provide feedback and recommendations for improvements on USCG provided addendums to the COTR. 4.2 The Contractor shall provide a minimum of Two (2) 6K diesel or electric standard forklifts and weightlifting training equipment OR (4.3) 4.3 Arrange transportation of students to a location suitable for hands on training with Forklifts and weightlifting equipment. 4.3.1 If training would occur in an OCONUS location, the USCG unit hosting the training will assist in arranging the weightlifting equipment or a suitable training location. 5.0 REQUIREMENTS The Contractor shall provide classroom and lab instruction training for 1-6 sessions annually of a five (5)-day Forklift and Weight Handling course (Code 500094) to a maximum class size of 25 students. 5.1 INSTRUCTOR SUPPORT The Contractor’s Instructor(s) shall maintain an environment conducive to learning and shall provide the following: 5.1.1 Maintain a high standard of professional qualifications in instructional and technical areas. 5.1.2 Utilize Government approved Instructor guide for this course and personalize it for each subject matter area as needed. 5.1.3 Recommend curriculum changes to course for approval by COTR prior to implementation. 5.1.4 Maintain qualifications in instructional techniques, training aids, training equipment, training devices and instructional material required to teach assigned topics. 5.1.5 Prepare the classroom for instruction (e.g., assemble course material as required, ensure course materials are brought into classroom,, arrange tables and chairs, layout course materials for each student) and ensure classroom is left in an orderly fashion at the end of each day, especially on the last day of the class. 5.1.6 Upon request of the appropriate authority, make academic comments concerning students. 5.1.7 Ensure a dignified, harmonious and professional classroom atmosphere. 5.1.8 Administer, grade and review examinations, as necessary. 5.1.9 Report all problem areas related to assigned duties and responsibilities to the COTR. 5.1.10 Teach all assigned topics, in accordance with contract requirements, effectively utilizing allotted time. 5.1.11 Perform operational check on assigned training equipment, devices and aids. 5.1.12 Refer unresolved students’ disciplinary problems to the appropriate military authority. 5.1.13 Monitor students to ensure safe usage of all training equipment, devices and training aids. 5.2 COURSE CRITERIA The Contractor shall instruct a group-paced, criterion referenced, instructor managed, student participation, lecture/laboratory type instructional system that uses firmly established training procedures. All procedures shall be accomplished in accordance with the latest instructional methodology. Upon completion of this course, the students will be able to: 5.2.1 Forklift operator training 5.2.2 Fundamentals of mobile crane operation 5.2.3 Rigging principles / Weight handling 5.2.4 Practical demonstration of forklifts and rigging 5.3 COURSE CURRICULUM The Contractor shall provide training for the USCG using learning materials, equipment and methodologies to produce a graduate that satisfies the USCG’s training mission. At a minimum, the curriculum shall address the following: 5.3.1 Forklifts Operation Design and types / application and limitations Causes and avoidance of accidents Moving with and without loads Appling OSHA and ANSI Standards Safety inspections Scanning techniques Operating conditions: Inside/outside, weather, ramps, trailers, elevators Pedestrian safety Rigging Design of a training course and practical application of training others in forklift operation. Train The Trainer (TTT) 5.3.2 Cranes Fundamental of Crane operation Design and types / application and limitations Causes and avoidance of accidents Moving with and without loads Appling OSHA and ANSI Standards Safety inspections Scanning techniques Operating conditions: Inside/outside, weather, ramps, trailers, elevators Pedestrian safety Rigging / Operator and rigger responsibilities Securing the Crane Design of a training course and practical application of training others in crane operation. Train The Trainer (TTT) 5.3.3 Rigging Rigging types and design Fundamentals of Rigging Rigging devices Causes and avoidance of accidents Appling OSHA and ANSI Standards Rigger Responsibilities Safety inspections Inspection procedures and checklists Preparing to lift Creating a lift Plan Determining load weight Lifting device Calculating sling loads Reeving Safe practices Attaching a load Handling a load 5.3.4 Practical operation and demonstration. Forklift operational course Perform pre-operational safety inspections Perform proficient operation Demonstrate ability to facilitate training Crane operations Observe demonstration of crane operations Observe various lifting and loading and unloading operations and rigging 5.4 INSTRUCTORS AND CLASS SIZE 5.4.1 At least one Instructor shall instruct each class. 5.4.2 The maximum class size is 25 students. 5.4.2.1 The Government reserves the right to cancel or change a convening at no cost/penalty to the Government. The Contractor will be notified no later than 7 calendar days prior to the first day of the class, if the convening is cancelled. 5.4.2.2 The Government reserves the right to exceed the class size on a case-by-case, limited basis at no extra cost to the Government if agreed to in advance by the COTR and the Contractor. 5.5 COURSE COMPLETION AND CRITIQUES 5.5.1 The Contractor shall administer a written test to each member of the class at the beginning and end of the course and the results will be recorded. The Contractor may administer written quizzes as necessary. 5.5.1.1 The Contractor shall modify testing to include content provided from USCG. 5.5.2 The Contractor shall provide graduation certificates for the course. These certificates shall be filled out by the Contractor at the end of each course and passed out to students who have successfully completed the course. 5.5.3 Contractor shall complete a non-completion record for each student who does not complete the course and provide to the COTR. 5.5.3.1 Any student missing more than 10% of a class will fail the course and not receive a graduation certificate. The contract instructor should contact the COTR immediately to discuss the student’s situation. The Government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. 5.5.4 Contractor Instructors will be evaluated by Government Subject Matter Experts and by student critiques. Contractor shall ensure that a student roster is completed and submitted to the COTR and that student critiques are completed. 5.5.5 The Contractor shall submit to the COTR a course completion report within five (5) business days after the end of each class convening. The report shall include, as a minimum, a student roster, pre and post class assessment, student critiques, test results and instructor comments/observations. 5.5.5.1 Based on feedback received from student critiques, the Contractor shall submit to the COTR recommendations for changes to the curriculum for upcoming training sessions. Upon agreement between the Contractor and the Government (see SOW 5.1.3), the Contractor shall implement the changes to the curriculum and provide an updated version to the Government not later than thirty (30) days prior to the upcoming training session. 5.5.6 The Contractor shall immediately report all accidents occurring on Government property involving contract employees to local emergency response units and to the local resident authority and report the findings in writing to the COTR within three (3) calendar days after the occurrence. When required, the Contractor shall provide input for reporting accidents involving USCG students. 5.5.7 The Contractor shall establish, maintain, and monitor the quality assurance of the services provided via a detailed QAP clearly stating his/her procedures for ensuring quality. As part of the plan, the Contractor shall establish and maintain an instructor evaluation system. Records of all instructor evaluations for contract employees shall be kept current, complete, and available to the Contracting Officer or COTR upon request during the performance of this task order. 6.0 REFERENCES. 6.1 29 CFR 1910 SUBPART N – Materials Handling and Storage 6.2 ANSI B30.2-43 (R 52) – Safety Code for Cranes, Derricks, and Hoists 6.3 ANSI B30.2.0-67 – Safety Code for Overhead and Gantry Cranes 6.4 ANSI B56.1-69 – Safety Standard for Powered Industrial Trucks 7.0 DELIVERABLES The Contractor shall consider items in BOLD as having mandatory due dates. All deliverables shall be submitted to the COTR in draft form according to the due date specified below. After receipt of USCG comments, the Contractor shall have five (5) business days to submit a final draft to the COTR. The Contractor shall consider items as having mandatory due dates. Items noted as “COTR Checkpoints” are deliverables or events that must be reviewed and approved by the COTR prior to proceeding to next deliverable in the SOW. Item 1: SOW 1.10 Kick-Off Meeting due Five (5) business days after the date of the award Item 2: SOW 1.11 Draft Contractor Project Plan Due at Kick-Off Meeting Item 3: SOW 1.11 Final Contractor Project Plan due Five (5) businessdays after the Kick-Off Meeting Item 4: SOW 5.0 Forklift Training Course Requirements due Varied – up to 25 students per class Item 5: SOW 5.5 Course Completion Certificates provided up to 25 students and COTR no later than 15 days after course completion   Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBP067/listing.html
OutreachSystems Article Number: 120602/PROCURE/0643
Matching Key Words: video*; produc*; train*; web; site?; education*; business*; documentation; event?; produce?; instruct*; commercial?; 

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–MENTAL MENTORING TRAINING AT FORT BENNING, GEORGIA W9124D12T0131 070212 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox MENTAL MENTORING TRAINING AT FORT BENNING, GEORGIA The Mission Installation Contracting Command Center Mission Contract Office – Fort Knox will issue a solicitation for mental mentoring training for the U.S. Army Marksmanship Unit at Fort Benning, Georgia. This requirement is a small business set-aside, NAICS 611430, with a size standard of $7.0M, applies to this requirement. The solicitation will be posted on the Army Single Face to Industry (ASFI) on or about 1 June 2012 with proposals due on or about 2 July 2012. No paper copies of the solicitation will be issued. All amendments to the solicitation will be likewise posted to this website. Contractors are cautioned to check this website for amendments. No solicitation mailing list will be compiled. Any questions shall be submitted in writing to Barbara Mattingly at barbara.j.mattingly2.civ@mail.mil, facsimiles will not be accepted. Any correspondence shall reference the solicitation number. Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/adefacb5e773170fde193dc93e0eba80
OutreachSystems Article Number: 120601/PROCURE/0078
Matching Key Words: state!ky; 


Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC – Aeronautical Center (Oklahoma City, OK)

99–REQUEST FOR OFFER (RFO) LEAD ACID STORAGE BATTERY – NSN: 6140-01-291-6488 DTFAAC-12-R-01010 063012 Casey Davis, 405-954-7897 casey.davis@faa.gov The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, has a requirement for lead acid batteries, manufactured in accordance with salient characteristics (2) provided. FAA Specification FAA-E-2826 is attached for reference. The batteries are required in support of the Aircraft Instrument Landing System (ILS). The proposed Indefinite Delivery/Requirements type contract with Economic Price Adjustment will include option provisions to renew for four (4) additional one-year periods. Requirements will be placed on an as needed basis. Each requirement will be direct ship from the contractor to the facility as orders are received. Contractor’s standard commercial warranty is required. Firms shall complete and submit the attached Business Declaration form with their proposal. A technical evaluation will be conducted, see SIR/RFO Provisions L.2 and M.1. Required technical documentation shall include: (a) Written documentation to demonstrate the proposed battery conforms to the salient characteristics (2) provided in Attachment 1 (b) Supporting documentation to establish that the proposed battery meets the battery life expectancy requirement as stated in FAA-E-2826 Section 4.3.22; e.g. data from life tests of SAE J240 or SAE J2185. As noted in the salient characteristics, the requirement for the battery life cycle expectancy (Years of Use) has been changed from 20 years to 10 years for this solicitation. (c) A copy of their standard commercial warranty.Technical/cost proposals must be received by the FAA, Customer Service Desk (AMQ-100), 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma 73169 (P.O. Box 25082, Zip Code 73125,) no later than 2:00 p.m. CST, June 30, 2012. Hand-carried proposals (or proposals sent by overnight delivery) shall be delivered to Room 313 of the Multi-Purpose Building located at 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma 73169. The proposal must be sealed and labeled as follows: SIR/RFO DTFAAC-12-R-01010; due 2:00 p.m. CST, June 30, 2012. Hand-delivered responses will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Overnight delivery of responses to this SIR/RFO could also be impacted if not sent in sufficient time to allow for special mail handling procedures in place at the Aeronautical Center. Any responses received after 2:00 p.m. CST, June 30, 2012, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor’s response may be determined ineligible. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR/RFO process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested technical documentation. Inquiries regarding the SIR/RFO should be directed to the Contract Specialist, Casey E. Davis, casey.davis@faa.gov. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.” NOTE: This original announcement was posted on the FAA’s Contracting Opportunities website. If you are viewing this from another source, it may not contain all pertinent information. You may visit the FAA’s website at http://www.faaco.faa.gov. URL: https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-12-R-01010/listing.html
OutreachSystems Article Number: 120601/PROCURE/0609
Matching Key Words: writ*; copy; technical; standard; 

General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002 Washington DC 20407

99 — REQUEST FOR QUALIFICATIONS – DESIGN COMPETITION NCPCTempArtCompetition 031312 Mary Pineda, Contracting Officer, Phone 202-205-8468, Fax 202.780-4982, Email mary.pineda@gsa.gov – Jilayne Willhoite, Contract Specialist, Phone 202-260-4445, Fax 202.780-4982, Email jilayne.willhoite@gsa.gov REQUEST FOR QUALIFICATIONS, DESIGN COMPETITION DUE March 13, 2012, 3:00PM   Beyond Granite: A Design Competition for a Temporary Commemorative Installation at the Ariel Rios Hemicycle, Washington, DC Introduction The US General Services Administration (GSA), working with the National Capital Planning Commission (NCPC), announces a competition for a temporary commemorative installation at the Ariel Rios Hemicycle, on 12 th Street NW, Washington, DC, adjacent to the Ariel Rios Federal Building, which houses the headquarters of the US Environmental Protection Agency. The winning proposal will feature a site-specific, temporary work that commemorates the founding principles and legacy of Earth Day-an environmental subject not otherwise represented in the city’s commemorative landscape-and which does so in a way that expands the palette of form and material for commemorative works in Washington. Project Background Historically, commemorative installations and memorials in Washington have been designed for the ages. They tend to feature works of stone and granite, set within a solemn landscape that often encompasses multiple acres dedicated solely to a commemorative purpose. Construction costs are high; recent projects range between sixty to one hundred twenty million dollars in costs. The Commemorative Works Act established a process for evaluating the subject matter, location, and form of permanent commemorative works in the Washington region, and the process can be complex and lengthy. It begins with an act of Congress, and often takes 10 years until project realization.   In 2010, NCPC sponsored a forum entitled Beyond Granite: Global Approaches to Public Art and Placemaking .   The program featured public artists and arts administrators discussing temporary works such as the World Trade Center Tribute in Light and London’s Fourth Plinth program in Trafalgar Square. Panelists discussed how a program of temporary commemorative works could be used to enrich the cultural landscape in Washington, DC, by providing a means to recognize issues and events that might not otherwise fit within the confines of the Commemorative Works Act, while alleviating the pressure of demands for permanent memorial sites in the Monumental Core. Such a program would also create opportunities for artists to experiment with new and dynamic kinds of designs and materials.   The Beyond Granite competition has been conceived to pick up where this conversation left off. The goal of the competition is to encourage more public dialogue about alternative ways to commemorate, and also to experiment with temporary forms of commemoration that can contribute to more vital public spaces within the nation’s capital.  Site Description The site is a grassy semi-circle along 12 th Street NW in the Federal Triangle area of Washington, DC. Immediately in front of the Ariel Rios Federal Building, it is known as the Ariel Rios Hemicycle. Although the site is adjacent to the Federal Triangle Metrorail Station and is a nexus for vehicular and pedestrian traffic moving between the National Mall and Pennsylvania Avenue and between the Old Post Office Pavilion and the Woodrow Wilson Plaza, the site itself is underutilized and undistinguished. Through the competition, NCPC and GSA seek to activate the site and make it a more memorable and attractive public space.  Concurrent with this competition, NCPC and GSA will be making permanent site enhancements such as new seating and improvements to the landscaping. Any other proposed modifications to the site must not permanently impact the façade of the historic Ariel Rios Federal Building, and also must not adversely affect the operations or structure of the Metrorail station located under the site.  Competition Theme While the overall objective of this competition is to explore opportunities created through temporary forms of commemoration, a theme has been identified to provide a focus for competition submissions-that of Earth Day. Earth Day began, and continues as, a grass-roots effort to promote environmental awareness and broaden responsibility for our planet. It is now the largest civic observance in the world, with more than 1 billion people participating. Earth Day continues to inspire individuals, businesses, diverse organizations and communities. Since the first Earth Day in 1970, this annual awareness and educational event has broadened support for environmental actions and programs at the local, national and international levels. In fact, some of the early Earth Day celebrations are now remembered for launching modern environmental awareness. In the U.S., Earth Day inspired passage of many groundbreaking environmental laws and helped lead to the establishment of the Environmental Protection Agency, whose offices are housed immediately adjacent to the competition site.    NCPC and GSA seek proposals that embody defining precepts of the founding of Earth Day, its legacy, and environmentally sustainable practices. Works should inspire the audience to reflect upon the impact of Earth Day over the past 40 years, environmental achievements going forward, and the challenges that remain. Works also should be site specific, designed to respond to the Hemicycle’s urban form and context. Scope of Work The selected Artist/Designer (or, if a team, the designated Lead Artist/Designer) will be responsible for producing a final design for NCPC and GSA approval. Once approved, the selected Artist/Designer may be contracted to develop the design and fabricate and install the project, resulting in a public display at the hemicycle for a period of up to one year (estimated April 22, 2013 – April 22, 2014).   The Artist/Designer will be responsible for producing or subcontracting fabrication, transportation, site preparation, installation, maintenance, and/or de-installation, and other services, as needed. Services required of the contracted artist/designer or team may include, but will not be limited to, site visits, concept design documents, design development documents, working drawings, fabrication documents, specifications, cost estimates, presentations, site preparation services, fabrication services, installation, and post-fabrications services. Ongoing coordination with GSA and NCPC will be required.   The total possible time frame of the project from award of contract to de-installation is anticipated to last between 19 – 21 months (depending on contract award date and final installation date). Budget This project is SUBJECT TO AVAILABILITY OF FUNDS .   The total cost range of this temporary commemorative work is between $200,000 to $300,000.    The value includes all costs associated with, but not limited to: presentations, design fees, travel, insurance, project materials, fabrication, and transportation of work to the site, site preparation, installation, maintenance, de-installation, and documentation. Selection Process This is a request for Qualification (RFQ) of an Artist/Designer interested in contracting for this temporary commemorative installation.   The Artist/Designer will be designated as the Lead if a team is involved, and is the individual who will have primary responsibility to conceive the design concept and the temporary commemorative installation’s fabrication, installation and deinstallation.    There are two stages to the design competition to select a winning submission. This RFQ represents STAGE I of the competition. Evaluation of all submissions in STAGE I and STAGE II will be conducted by an Evaluation Board, which will make a recommendation to the GSA Selection Authority on the final selection. The Evaluation Board may include representatives from NCPC, GSA, Commission of Fine Arts and private sector professional peers in the fields of art, architecture, history of memorials, and urban planning.  Advisors will include individuals with new media, performance art, or other discipline experience as required.    The process for selection in two stages is as follows: In STAGE I , Artists/Designers interested in contracting for this work will submit information about themselves, their teams and portfolios of accomplishment that establish their capabilities, as well as a preliminary vision statement for the commemorative installation based on information provided in this Request for Qualifications (RFQ). From this first round of submissions, an Evaluation Board will establish a short-list of approximately five Artists/Designers who are most qualified for the purposes of this competition. In STAGE II , short-listed Artists/Designers will be notified and asked to develop conceptual proposals for the commemorative installation in response to a Request for Proposals (RFP).   The RFP will include detailed guidelines, evaluation criteria, and final information about submission requirements and the site.   Soon after the RFP is issued, short-listed Artists/Designers (and their teams) will be invited to a Q&A session and site visit, and then given time to develop their proposals.   At the site visit, site conditions will be relayed. The STAGE II proposal submission requirements will consist of a written statement describing the concept, schedule and budget, and a 45-minute in-person interview and presentation using boards as well as digital material/slides. More specific information about STAGE II proposal submission requirements will be given to short-listed Artists/Designers along with the RFP.   The purpose of the RFP design review is to further evaluate the Artist/Designer (and team) qualifications, and the design for the temporary commemorative installation.   After reviewing all submitted materials and interviewing candidates, the Evaluation Board will recommend a winning candidate for Lead Artist/Designer to the GSA Selection Authority for approval.   A stipend will be offered to the short-listed artists/designers to assist with the purposes above.   The stipend will be paid following submission of the Stage II design.  All submitted materials become the property of the U.S. Government and may or may not be the basis, whole or in part, for the development of the final commemorative installation and may be posted to the competition website. Eligibility All experienced, practicing artists and/or designers are encouraged to apply. Artists/designers may work as individuals or teams, and may work in a variety of media. Proposed projects may be individual projects, team projects, or projects consisting of multiple works and artists. If submitting as a team, a Lead Artist/Designer must be identified.  To be considered eligible, the Lead Artist/Designer must be an American citizen or be a permanent resident of the US, and submit all required materials in the formats, and  with the page/character limits, described in the “Submission Requirements” section below. Project team members from NCPC and GSA will screen all responses to the RFQ for eligibility. Submission Requirements and Evaluation Criteria Submission materials for STAGE I shall be submitted as follows : ONE HARD COPY and ONE CD of the materials listed below, following the formats and size limitations listed. Submissions shall be sent to : Mary E. Pineda, Contracting Officer, Office of Planning and Design Quality, GSA/NCR, 301 7th Street, S.W., Room 4004, Washington, DC, 20407 by no later than 3:00 P.M. on 13 March 2012 via an overnight carrier with a tracking/receipt system. Percentages of valuation are given in parenthesis after each factor: (1) Cover Letter (5%): Submit a cover letter (8-1/2″ x 11″ format, one-page maximum, single-sided, titled: lastname_firstname_CoverLetter) referencing the FBO announcement and briefly identifying and describing the artist/designer or team, the proposed Lead Artist/Designer (if for a team), and noteworthy accomplishments. Include acknowledgement of the proposed Lead Artist/Designer’s U.S. citizenship/permanent residency.   (2) Portfolio (55%): Submit a portfolio representative of you/your team’s artistic and/or design ability and demonstration of your ability to complete an installation, consisting of the following:              a) Work Sample Images: Include examples of past work in the form of no more than five (5) digital images (count includes any images of details), in JPEG format ( 300 dpi at 10″square with files no bigger than 6MB) Image files should be titled in the following format: lastname_firstname_imagenumber (ex: Smith_Joe_01). Do not include label information in the JPEG image. One image per JPEG is preferred. However, if you need to convey a project’s complexity using multiple images, please make an effort to have no more than three views per JPEG compositeOnly five images may be submitted to represent an entire team.              b) Work Sample Narrative, to correspond with the images of examples of past work (8-1/2″ x 11″ format, titled lastname_firstname_WorkSampleNarrative). The Work Sample Narrative should include: image number, title of project, location of installation, client, dimensions, materials, construction techniques, contractors (where relevant), and total budget for the project.             c) Three (3) Letters of Recommendation (if a team, submit 3 for team or at least 2 of the 3 for proposed Lead Artist/Designer). Files should be titled: lastname_firstname_RecLetter.   In evaluating the above-listed portfolio materials, the Evaluation Board will consider artistic excellence and achievement as evidenced by the materials submitted, as well as the relevance of the artist/designer’s previous professional experience to this project and the artist/designer’s experience with projects of similar scale and scope, including demonstrated ability to successfully collaborate with public agencies. (3) Profile (10%): Submit a Resume/Biographical sketch that outlines the Lead Artist/Designer’s education, professional experience, and professional accomplishments inclusive of examples and specific successful achievements in public projects (8-1/2″ x 11″ format, maximum three pages, single-sided).   Resumes for team members should be no longer than three pages. In evaluating the Lead Artist/Designer profile, the Evaluation Board will consider overall experience and achievement, as well as relevance of the Artist/Designer’s previous professional experience to this project and the Artist/Designer’s experience with projects of similar scale and scope, including demonstrated ability to successfully collaborate with public agencies. (4) Vision Statement (30%): Submit a statement (8-1/2″ x 11″ format, 5000 characters, including spaces, maximum) in the proposed Lead Artist/Designer’s own words, that shares your vision, and the conceptual approach you would take to this project. The statement should present a sense of the quality of your thinking and level of expertise.   In evaluating this statement, the Board will look for evidence of the Artist/Designer’s understanding of competition theme and goals and ability to convey concepts clearly; an approach that addresses commemoration through nontraditional forms and materials; an approach that has the potential to engage and resonate with the public; an approach that is responsive to the surrounding environment and has the potential to integrate well with the urban environment. Please note that specific project proposals are not requested at this time and will not be reviewed by the committee.   Schedule                            Mar 13, 2012                             Deadline for RFQ submission Mar/Apr, 2012                           Short List of competitors notified  Apr, ’12                                         RFP issued to finalists   Apr/June, ’12                             Site Visit, Proposals developed June, ’12                                      Deadline for submissions in response to RFP   June/July, ’12                              Finalists present proposals Aug ’12                                        Winning proposal announced A ug/Dec ’12                               Award Contract (SUBJECT TO AVAILABILITY OF FUNDS) Spring/Summer ’13               Installation Spring/Summer ’13 – ’14      Public Display                                          Submission Deadline Materials must be submitted to the Contracting Officer, Mary Pineda, by 3:00pm local time, March 13, 2012 via an overnight carrier with a tracking/receipt system. Notification GSA will acknowledge receipt of submissions. GSA will send invitations for interviews/proposal stage or notification of non-selection by April 16, 2012.   Questions    All questions are due by no later than 3:00 PM on 22 February 2012 and must be addressed in writing to the GSA Contracting Officer via email mary.pineda@gsa.gov with cc: jilayne .willhoite@gsa.gov .   Do not contact the NCPC with inquiries concerning this solicitation.   All questions about the competition process, guidelines, or other content contained on the competition website located at:   http://www.ncpc.gov/beyondgranitemust also be submitted by no later than February 22, 2012. Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/GSA/PBS/WPC/NCPCTempArtCompetition/listing.html
OutreachSystems Article Number: 120531/PROCURE/0822
Matching Key Words: naics!711510; 


General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002 Washington DC 20407

99 — REQUEST FOR QUALIFICATIONS – DESIGN COMPETITION NCPCTempArtCompetition Mary Pineda, Contracting Officer, Phone 202-205-8468, Fax 202.780-4982, Email mary.pineda@gsa.gov – Jilayne Willhoite, Contract Specialist, Phone 202-260-4445, Fax 202.780-4982, Email jilayne.willhoite@gsa.gov NOTICE: Thank you for your interest in the Beyond Granite design competition. However, due to unforeseen circumstances, the competition has been put on a hold and the selection of finalists have been postponed.  NO DATE has been determined at when this hold will be lifted.  Information will be posted as it comes available. Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/GSA/PBS/WPC/NCPCTempArtCompetition/listing.html
OutreachSystems Article Number: 120531/PROCURE/0823
Matching Key Words: naics!711510;   

 

FedBizOpps – Special Notes

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

99–2013 NGB Public Affairs Training and History Workshop Exhibitors Sought NGBSN201201 Michael Wade, 7036071260 National Guard Bureau, Contracting Support The National Guard Bureau, Office of Public Affairs and Strategic Communications, anticipates hosting its bi-annual Public Affairs Training and History Workshop tentatively13-17 May 2013 in the Louisville, Ky area. The workshop will provide public affairs and historical training, peer-to-peer mentoring and networking to public affairs practitioners and historians from 54 states, territories, and provinces, totaling approximately 500 individuals. The conference is estimated to begin at 7:30 am daily and will conclude at 5:30 pm. Workshop participants will have opportunities for demonstrations and information sharing regarding latest technology, skills training and mentoring among DoD professionals and peers, as well as corporate and industry partners. The purpose of this notice is to obtain information regarding the availability, capability and interest of qualified parties interested in providing exhibits in the form of various types of displays for the 2013 Public Affairs Training and Historical Workshop. All parties seeking to achieve greater visibility within the National Guard Public Affairs and Historian communities are encouraged to seek consideration as exhibitors. No contract will be issued based on information provided in response to this notice, nor will any compensation be provided to exhibitors for their efforts. Interested parties should respond by providing a capability statement as detailed below. Project Requirements: Exhibitors must be capable of independently provide planning, research, expertise and implementation of innovative and or interactive displays to include in the 2013 Public Affairs Training and Historical Workshop exhibits. In addition, all exhibitors must provide for the shipment, installation, teardown, and maintenance of their display before, during, and after the workshop. NGB will select exhibitors from among interested parties based on their demonstrated capability and intent to provide experiences that educate DoD audiences about public affairs and historical related missions and programs. Themes are: Value Added for America; Always Ready, Always There; A Nation’s Force of Decisive Action – Ready Today, Prepared for Tomorrow; Meeting the Needs of the Nation; and The How To’s of History, as well as the themes and messages pertinent to future exhibits. Desired Capabilities: Interactive technical displays: The exhibitor should have the technical expertise to program interactive computer, electronic displays that allow the audience to drill down at least three levels to illustrate programs, using touch screen or pinch technology. The programming must be of the highest industry standards. The graphics for these displays must be visually interesting, educational, and able to draw the viewer into the exhibit. The exhibitor does not have to have Department of Defense organizations as its primary customer base, but must have experience with what government exhibitors can and cannot do based on regulations and law. Physical displays: The exhibitor should have the expertise to surround the interactive electronic display with a physical look that complements the display’s theme. Physical displays or topics of interest could include a Vietnam War-era supply tent, the front of a Humvee, a futuristic “portal,” and the Army Guard NASCAR, or professional organizations such as Public Relations Society of America, American Association of State and Local History, Society of Military Historians, and other technical aspects as related to still or digital cameras, high definition video cameras, LED lighting kits, editing and lighting software, specialized equipment cases and industry related education, professional organizations, industry programs or workshops, historical archival storage and systems, special edition book publishers, inventory systems for historical artifacts, and record digitization. Special effects: The “wow” factor in displays generally comes from the special effects that draw visitors into the display. Examples of such special effects include, but are not limited to, a hologram; an animated figure dressed as a Vietnam-era soldier that speaks to the audience; a pedestal that visitors use to control the interactive presentation inside the portal. Some special effects used in the past may be available at museums, theme parks and large corporate displays throughout the world. Submission Instructions: All Capability Statements sent in response to this Special Notice must be submitted electronically (via email) to CPT Michael Wade, Contract Specialist, at michael.s.wade@us.army.mil in MS Word, WordPerfect, or Adobe Portable Document Format (PDF), NLT COB Friday, 15 June, 2012. All responses must be received by the specified due date and time in order to be considered. No telephonic or hard copy responses will be considered or accepted. Additionally, all questions must be submitted in writing via email to the same addresses above. Disclaimer and Important Notes: This notice is for planning purposes only and does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any exhibitor or exhibitor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the exhibitor’s capability to provide an exhibit that Governments stated goals. Use of exhibit space does not include drayage, decoration such as tables and chairs, guard and security service, labor such as carpenters, electricians, plumbers and drapery men, cleaning of booths and aisles, booth and aisle carpeting, storage space for crates and security at client cost. NGB may charge reasonable fees for exhibits based upon conference costs. NGB activities shall not subsidize all conference costs through exhibitor fees unrelated to cost of hosting exhibitors in accordance with page 27, Item 3a of NGB Memorandum 37-4/65-001, Financial Administration, National Guard Bureau Policy, 28 Jan., 2011. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, additional announcements may be issued. Primary Point of Contact: CPT Michael S. Wade Contracting Officer, NGB Joint Staff Branch Operational Contracting Division Commercial: 703-607-1260 DSN: 327-1260 MAJ Chevelle Thomas Executive Officer, NGB Public Affairs Commercial: 703-607-0868 E-mail: Chevelle.Thomas@ng.army.mil URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/NGBSN201201/listing.html
OutreachSystems Article Number: 120531/SPECIAL/1137
Matching Key Words: video*; edit*; train*; conference?; page?; education*; instruct*; commercial?; 


General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002 Washington DC 20407

99 — REQUEST FOR QUALIFICATIONS – DESIGN COMPETITION NCPCTempArtCompetition 030112 Mary Pineda, Contracting Officer, Phone 202-205-8468, Fax 202.780-4982, Email mary.pineda@gsa.gov – Jilayne Willhoite, Contract Specialist, Phone 202-260-4445, Fax 202.780-4982, Email jilayne.willhoite@gsa.gov REQUEST FOR QUALIFICATIONS, DESIGN COMPETITION DUE March 1, 2012, 3:00PM   Beyond Granite: A Design Competition for a Temporary Commemorative Installation at the Ariel Rios Hemicycle, Washington, DC Introduction The US General Services Administration (GSA), working with the National Capital Planning Commission (NCPC), announces a competition for a temporary commemorative installation at the Ariel Rios Hemicycle, on 12 th Street NW, Washington, DC, adjacent to the Ariel Rios Federal Building, which houses the headquarters of the US Environmental Protection Agency. The winning proposal will feature a site-specific, temporary work that commemorates the founding principles and legacy of Earth Day-an environmental subject not otherwise represented in the city’s commemorative landscape-and which does so in a way that expands the palette of form and material for commemorative works in Washington. Project Background Historically, commemorative installations and memorials in Washington have been designed for the ages. They tend to feature works of stone and granite, set within a solemn landscape that often encompasses multiple acres dedicated solely to a commemorative purpose. Construction costs are high; recent projects range between sixty to one hundred twenty million dollars in costs. The Commemorative Works Act established a process for evaluating the subject matter, location, and form of permanent commemorative works in the Washington region, and the process can be complex and lengthy. It begins with an act of Congress, and often takes 10 years until project realization.   In 2010, NCPC sponsored a forum entitled Beyond Granite: Global Approaches to Public Art and Placemaking .   The program featured public artists and arts administrators discussing temporary works such as the World Trade Center Tribute in Light and London’s Fourth Plinth program in Trafalgar Square. Panelists discussed how a program of temporary commemorative works could be used to enrich the cultural landscape in Washington, DC, by providing a means to recognize issues and events that might not otherwise fit within the confines of the Commemorative Works Act, while alleviating the pressure of demands for permanent memorial sites in the Monumental Core. Such a program would also create opportunities for artists to experiment with new and dynamic kinds of designs and materials.   The Beyond Granite competition has been conceived to pick up where this conversation left off. The goal of the competition is to encourage more public dialogue about alternative ways to commemorate, and also to experiment with temporary forms of commemoration that can contribute to more vital public spaces within the nation’s capital.  Site Description The site is a grassy semi-circle along 12 th Street NW in the Federal Triangle area of Washington, DC. Immediately in front of the Ariel Rios Federal Building, it is known as the Ariel Rios Hemicycle. Although the site is adjacent to the Federal Triangle Metrorail Station and is a nexus for vehicular and pedestrian traffic moving between the National Mall and Pennsylvania Avenue and between the Old Post Office Pavilion and the Woodrow Wilson Plaza, the site itself is underutilized and undistinguished. Through the competition, NCPC and GSA seek to activate the site and make it a more memorable and attractive public space.  Concurrent with this competition, NCPC and GSA will be making permanent site enhancements such as new seating and improvements to the landscaping. Any other proposed modifications to the site must not permanently impact the façade of the historic Ariel Rios Federal Building, and also must not adversely affect the operations or structure of the Metrorail station located under the site.  Competition Theme While the overall objective of this competition is to explore opportunities created through temporary forms of commemoration, a theme has been identified to provide a focus for competition submissions-that of Earth Day. Earth Day began, and continues as, a grass-roots effort to promote environmental awareness and broaden responsibility for our planet. It is now the largest civic observance in the world, with more than 1 billion people participating. Earth Day continues to inspire individuals, businesses, diverse organizations and communities. Since the first Earth Day in 1970, this annual awareness and educational event has broadened support for environmental actions and programs at the local, national and international levels. In fact, some of the early Earth Day celebrations are now remembered for launching modern environmental awareness. In the U.S., Earth Day inspired passage of many groundbreaking environmental laws and helped lead to the establishment of the Environmental Protection Agency, whose offices are housed immediately adjacent to the competition site.    NCPC and GSA seek proposals that embody defining precepts of the founding of Earth Day, its legacy, and environmentally sustainable practices. Works should inspire the audience to reflect upon the impact of Earth Day over the past 40 years, environmental achievements going forward, and the challenges that remain. Works also should be site specific, designed to respond to the Hemicycle’s urban form and context. Scope of Work The selected Artist/Designer (or, if a team, the designated Lead Artist/Designer) will be responsible for producing a final design for NCPC and GSA approval. Once approved, the selected Artist/Designer may be contracted to develop the design and fabricate and install the project, resulting in a public display at the hemicycle for a period of up to one year (estimated April 22, 2013 – April 22, 2014).   The Artist/Designer will be responsible for producing or subcontracting fabrication, transportation, site preparation, installation, maintenance, and/or de-installation, and other services, as needed. Services required of the contracted artist/designer or team may include, but will not be limited to, site visits, concept design documents, design development documents, working drawings, fabrication documents, specifications, cost estimates, presentations, site preparation services, fabrication services, installation, and post-fabrications services. Ongoing coordination with GSA and NCPC will be required.   The total possible time frame of the project from award of contract to de-installation is anticipated to last between 19 – 21 months (depending on contract award date and final installation date). Budget This project is SUBJECT TO AVAILABILITY OF FUNDS .   The total cost range of this temporary commemorative work is between $200,000 to $300,000.    The value includes all costs associated with, but not limited to: presentations, design fees, travel, insurance, project materials, fabrication, and transportation of work to the site, site preparation, installation, maintenance, de-installation, and documentation. Selection Process This is a request for Qualification (RFQ) of an Artist/Designer interested in contracting for this temporary commemorative installation.   The Artist/Designer will be designated as the Lead if a team is involved, and is the individual who will have primary responsibility to conceive the design concept and the temporary commemorative installation’s fabrication, installation and deinstallation.    There are two stages to the design competition to select a winning submission. This RFQ represents STAGE I of the competition. Evaluation of all submissions in STAGE I and STAGE II will be conducted by an Evaluation Board, which will make a recommendation to the GSA Selection Authority on the final selection. The Evaluation Board may include representatives from NCPC, GSA, Commission of Fine Arts and private sector professional peers in the fields of art, architecture, history of memorials, and urban planning.  Advisors will include individuals with new media, performance art, or other discipline experience as required.    The process for selection in two stages is as follows: In STAGE I , Artists/Designers interested in contracting for this work will submit information about themselves, their teams and portfolios of accomplishment that establish their capabilities, as well as a preliminary vision statement for the commemorative installation based on information provided in this Request for Qualifications (RFQ). From this first round of submissions, an Evaluation Board will establish a short-list of approximately five Artists/Designers who are most qualified for the purposes of this competition. In STAGE II , short-listed Artists/Designers will be notified and asked to develop conceptual proposals for the commemorative installation in response to a Request for Proposals (RFP).   The RFP will include detailed guidelines, evaluation criteria, and final information about submission requirements and the site.   Soon after the RFP is issued, short-listed Artists/Designers (and their teams) will be invited to a Q&A session and site visit, and then given time to develop their proposals.   At the site visit, site conditions will be relayed. The STAGE II proposal submission requirements will consist of a written statement describing the concept, schedule and budget, and a 45-minute in-person interview and presentation using boards as well as digital material/slides. More specific information about STAGE II proposal submission requirements will be given to short-listed Artists/Designers along with the RFP.   The purpose of the RFP design review is to further evaluate the Artist/Designer (and team) qualifications, and the design for the temporary commemorative installation.   After reviewing all submitted materials and interviewing candidates, the Evaluation Board will recommend a winning candidate for Lead Artist/Designer to the GSA Selection Authority for approval.   A stipend will be offered to the short-listed artists/designers to assist with the purposes above.   The stipend will be paid following submission of the Stage II design.  All submitted materials become the property of the U.S. Government and may or may not be the basis, whole or in part, for the development of the final commemorative installation and may be posted to the competition website. Eligibility All experienced, practicing artists and/or designers are encouraged to apply. Artists/designers may work as individuals or teams, and may work in a variety of media. Proposed projects may be individual projects, team projects, or projects consisting of multiple works and artists. If submitting as a team, a Lead Artist/Designer must be identified.  To be considered eligible, the Lead Artist/Designer must be an American citizen or be a permanent resident of the US, and submit all required materials in the formats, and  with the page/character limits, described in the “Submission Requirements” section below. Project team members from NCPC and GSA will screen all responses to the RFQ for eligibility. Submission Requirements and Evaluation Criteria Submission materials for STAGE I shall be submitted as follows : ONE HARD COPY and ONE CD of the materials listed below, following the formats and size limitations listed. Submissions shall be sent to : Mary E. Pineda, Contracting Officer, Office of Planning and Design Quality, GSA/NCR, 301 7th Street, S.W., Room 4004, Washington, DC, 20407 by no later than 3:00 P.M. on 1 March 2012 via an overnight carrier with a tracking/receipt system. Percentages of valuation are given in parenthesis after each factor: (1) Cover Letter (5%): Submit a cover letter (8-1/2″ x 11″ format, one-page maximum, single-sided, titled: lastname_firstname_CoverLetter) referencing the FBO announcement and briefly identifying and describing the artist/designer or team, the proposed Lead Artist/Designer (if for a team), and noteworthy accomplishments. Include acknowledgement of the proposed Lead Artist/Designer’s U.S. citizenship/permanent residency.   (2) Portfolio (55%): Submit a portfolio representative of you/your team’s artistic and/or design ability and demonstration of your ability to complete an installation, consisting of the following: I would say 300 dpi at 10 inches with files no bigger than 6mb – that will ensure you can print 8x10s, but the files won’t be huge and they’ll all have to be jpegs (no tiffs).              a) Work Sample Images: Include examples of past work in the form of no more than five (5) digital images (count includes any images of details), in JPEG format ( 300 dpi at 10″square with files no bigger than 6MB) Image files should be titled in the following format: lastname_firstname_imagenumber (ex: Smith_Joe_01). Do not include label information in the JPEG image. One image per JPEG is preferred. However, if you need to convey a project’s complexity using multiple images, please make an effort to have no more than three views per JPEG compositeOnly five images may be submitted to represent an entire team.   (Jilayne is confirming the IT requirements for receiving information electronically for a paperless (earth friendly) submission)            b) Work Sample Narrative, to correspond with the images of examples of past work (8-1/2″ x 11″ format, titled lastname_firstname_WorkSampleNarrative). The Work Sample Narrative should include: image number, title of project, location of installation, client, dimensions, materials, construction techniques, contractors (where relevant), and total budget for the project.             c) Three (3) Letters of Recommendation (if a team, submit 3 for team or at least 2 of the 3 for proposed Lead Artist/Designer). Files should be titled: lastname_firstname_RecLetter.   In evaluating the above-listed portfolio materials, the Evaluation Board will consider artistic excellence and achievement as evidenced by the materials submitted, as well as the relevance of the artist/designer’s previous professional experience to this project and the artist/designer’s experience with projects of similar scale and scope, including demonstrated ability to successfully collaborate with public agencies. (3) Profile (10%): Submit a Resume/Biographical sketch that outlines the Lead Artist/Designer’s education, professional experience, and professional accomplishments inclusive of examples and specific successful achievements in public projects (8-1/2″ x 11″ format, maximum three pages, single-sided).   Resumes for team members should be no longer than three pages. In evaluating the Lead Artist/Designer profile, the Evaluation Board will consider overall experience and achievement, as well as relevance of the Artist/Designer’s previous professional experience to this project and the Artist/Designer’s experience with projects of similar scale and scope, including demonstrated ability to successfully collaborate with public agencies. (4) Vision Statement (30%): Submit a statement (8-1/2″ x 11″ format, 5000 characters, including spaces, maximum) in the proposed Lead Artist/Designer’s own words, that shares your vision, and the conceptual approach you would take to this project. The statement should present a sense of the quality of your thinking and level of expertise.   In evaluating this statement, the Board will look for evidence of the Artist/Designer’s understanding of competition theme and goals and ability to convey concepts clearly; an approach that addresses commemoration through nontraditional forms and materials; an approach that has the potential to engage and resonate with the public; an approach that is responsive to the surrounding environment and has the potential to integrate well with the urban environment. Please note that specific project proposals are not requested at this time and will not be reviewed by the committee.   Schedule                            Mar 1, 2012                               Deadline for RFQ submission Apr 30, 2012                              Short List of competitors notified (others will be notified at conclusion of the process)   Apr 18, ’12                                 RFP issued to finalists   Apr 25, ’12                                 Q&A Session and Site Visit Apr 18 – June 6, ’12                  Proposals developed June 6, ’12                                  Deadline for submissions in response to RFP   Mid June, ’12                            Interviews with proponents Early Aug ’12                              Winning proposal announced A ug/Dec ’12                               Award Contract (SUBJECT TO AVAILABILITY OF FUNDS) Sep/Jan ’13                                 Prepare Final Design Fabrication/Construction documents Nov/Mar ’12                              Approval of Final Design Dec/Apr ’13                                Permits & Bidding Jan to Apr or Apr to Jun ’13     Fabrication and Installation Apr/Jun ’13 – Apr/Jun ’14          Public Display                                            Submission Deadline Materials must be submitted to the Contracting Officer, Mary Pineda, by 3:00pm local time, March 1, 2012 via an overnight carrier with a tracking/receipt system. Notification GSA will acknowledge receipt of submissions. GSA will send invitations for interviews/proposal stage or notification of non-selection by April 16, 2012.   Questions    All questions are due by no later than 3:00 PM on 22 February 2012 and must be addressed in writing to the GSA Contracting Officer via email mary.pineda@gsa.gov with cc:jilayne.willhoite@gsa.gov .   Do not contact the NCPC with inquiries concerning this solicitation.   All questions about the competition process, guidelines, or other content contained on the competition website located at:   http://www.ncpc.gov/beyondgranite must also be submitted by no later than February 22, 2012. Place of Performance: Washington, DC US URL:https://www.fbo.gov/spg/GSA/PBS/WPC/NCPCTempArtCompetition/listing.html
OutreachSystems Article Number: 120531/SPECIAL/1139
Matching Key Words: naics!711510;   

 

Other Federal Procurements – Small

American Public Transportation Association http://apta.com/passengertransport/Pages/classifieds.aspx American Public Transportation Association;1666 K Street, NW Suite 1100; Washington, DC 20006;Phone: (202) 496-4800

R — Kentucky (Lextran) – RFP SOL REQUEST FOR PROPOSALS Alternatives Analysis LEGAL NOTICE Notice is hereby given that the Transit Authority of Lexington, Kentucky (Lextran) is requesting proposals for firms to perform an alternatives analysis. Copies of the Request for Proposals are available from the office of Keith Srutowski, Lextran, 109 West Loudon Avenue, Lexington, Kentucky 40508; (859) 255?7756 ext 408. Email requests for electronic copies of the RFQ should be made to KSrutowski@Lextran.com . All proposals must be submitted in accordance with requirements set forth in the RFP and must be received in the Lextran offices at 109 West Loudon Avenue, Lexington, KY 40508 by or before 3:00 PM local time, on July 11, 2012. Lextran hereby notifies all proposers that in regard to any contract entered into pursuant to this RFP, advertisement or solicitation, disadvantaged business enterprises will be afforded full opportunity to submit proposals and no one will be subjected to discrimination on the basis of race, color, creed, religion, sex, disability, age, or national origin in consideration for an award. Lextran reserves the right to postpone, accept or reject any and all proposals and to waive any informality in the RFQ process as Lextran deems in its own best interest. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120602/SMALL/3484
Matching Key Words: state!ky; 

USABID State and Local Purchases

Kentucky Board of Physical Therapy, 312 Whittington Parkway, Suite 102, Louisville, KY 40222

R – DIRECTOR FOR IMPAIRED PHYSICAL THERAPY PRACTITIONERS PROGRAM. RFP-275-1200000506-1 DUE 08-JUN-2012 Donna Sims, Phone: (502) 429-7140; 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: 120604/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Kentucky Board of Physical Therapy, 312 Whittington Parkway, Suite 102, Louisville, KY 40222

R – INVESTIGATOR SERVICES. RFP-275-1200000499-1 DUE 08-JUN-2012 Donna Sims, Phone: (502) 429-7140; 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: 120604/BID/0007
Matching Key Words: age:state!ky; state!ky; 


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

99 – RFP: PRICE CONTRACT FOR PROMOTIONAL ITEMS SUPPLIER FOR LOUISVILLE METRO DEPARTMENTS & OPERATOR OF INTERNET BASED METRO EMPLOYEE STORE. RFP-2773-0-2012/MBB DUE 19-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: 120604/BID/0014
Matching Key Words: age:state!ky; state!ky; 

Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622

R – INVESTIGATIVE SERVICES FOR OFFICE OF INSPECTOR GENERAL. RFP-605-1200000500-1 DUE 15-JUN-2012 Laura Stephens, Phone: (502) 564-4630; 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: 120531/BID/0001
Matching Key Words: age:state!ky; state!ky;  

 

 

Kentucky State Procurement

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

R — ADMISSIONS, MENTORING, & PLACEMENT COORDINATOR – ADDENDUM. RFP-095-1200000446-2 DUE 20-JUN-2012 Kemmye Graves, Phone: (502) 607-5908; 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: 120604/KY/6627
Matching Key Words: age:state!ky; state!ky; 


Housing Development Alliance, Inc., P.O. Box 7284, Hazard, KY 41702

R — AUDIT SERVICES. DUE 10-JUL-2012 Housing Development Alliance, Inc., a SOl(c)3 non-profit organization, is issuing a Request for Proposals (RFPs) from qualified firms for a financial audit of its fiscal year ending June 30, 2012. HDA, Inc. receives state and federal funding and foundation grants and donations. Sealed responses must be submitted by 12:00 p.m. (noon) on July 10, 2012 by mail to HDA, Inc., Attn: Finance Committee, P.O. Box 7284, Hazard, KY 41702, or by hand delivery to 2871 North Main St., Hazard, KY 41701. HDA, Inc. reserves the right to reject any or all bids. HDA, Inc. is an equal opportunity employer and women and minority owned entities are encouraged to submit proposals. Contact Wm. David Woods at 606-436-0497 or david@housingdevelopmentalliance.org for more information and instructions. 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: 120604/KY/6651
Matching Key Words: age:state!ky; state!ky; 


Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, KY 40505

R — SUPPORT & TECHNICAL ADVISORY SERVICES. DUE 19-JUN-2012 The Lexington-Fayette Urban County Housing Authority ( LHA ) requests submission of proposals from qualified experienced firm(s), licensed and in good standing in the Commonwealth of Kentucky, to provide an indefinite quantity of support & technical advisory services for affordable housing developments & programs which shall include grantsmanship, planning, management, finance, administration, training, project development, housing development & redevelopment and such other such needs as defined by the LHA. Proposals will be received at the Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, Kentucky 40505, until 1:00 p.m., June 19, 2012. The LHA reserves the right to reject any or all proposals and to waive any informality. Copies of the Proposal Documents may be obtained by contacting: Barry Holmes, Chief Operating Officer, Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Rd., Lexington, KY 40505, (859) 281-5092, holmesb@lexha.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: 120604/KY/6652
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 — MANAGED PRINT SERVICES – ADDENDUM. RFP-758-1200000479-3 DUE 25-JUN-2012 Stephanie Williams, Phone: (502) 564-8621; 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: 120601/KY/6573
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 — ELECTRONIC PAYMENT TRANSACTIONS AND E-MESSAGING SERVICE – ADDENDUM. RFP-758-1200000489-2 DUE 19-JUN-2012 Stephanie Williams, Phone: (502) 564-8621; 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: 120601/KY/6574
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-850-1200000399-3 DUE 08-JUN-2012 Tim Pollard, Phone: (502) 564-4270; 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: 120601/KY/6583
Matching Key Words: age:state!ky; state!ky; 


Cabinet for Health & Family Services, Department for Public Health, 275 East Main Street HS1W-C, Frankfort, KY 40601

R — FY13 CHFS/DPH KENTUCKY TOBACCO QUITLINE – ADDENDUM. RFP-728-1200000410-2 DUE 06-JUN-2012 Bobbie Davis, Phone: (502) 564-6663; 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: 120601/KY/6585
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 — MANAGED PRINT SERVICES – ADDENDUM. RFP-758-1200000479-2 DUE 20-JUN-2012 Stephanie Williams, Phone: (502) 564-8621; 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: 120531/KY/6515
Matching Key Words: age:state!ky; state!ky; 


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

R — EXTERNAL QUALITY REVIEW ORGANIZATION (EQRO) – ADDENDUM. RFP-746-1200000194-2 DUE 15-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: 120531/KY/6516
Matching Key Words: age:state!ky; state!ky; 


Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622

R — ROW (RIGHT-OF-WAY) ACQUISITION SERVICES, TRIGG COUNTY, 1-180.51 (RE-BID) – ADDENDUM. RFP-605-1200000488-2 DUE 12-JUN-2012 Laura Stephens, Phone: (502) 564-4630; 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: 120531/KY/6519
Matching Key Words: age:state!ky; state!ky; 


Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601

99 — WIRE THEFT MONITORING & NOTIFICATION NETWORK – ADDENDUM. RFB-758-1200000899-2 DUE 11-JUN-2012 Sherita Miller, Phone: (502) 564-6522; 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: 120531/KY/6522
Matching Key Words: age:state!ky; state!ky; 


City of Georgetown, City Clerk, City Hall, 100 N. Court Street, Georgetown, KY 40324

R — STORMWATER FUNDING FEASIBILITY AND IMPLEMENTATION STUDY FOR FY2012. DUE 12-JUN-2012 Website: http://www.georgetownky.gov/index.php?option=com_rfp The City of Georgetown will receive sealed proposals for a Stormwater Funding Feasibility and Implementation Study for FY2012 until June 12, 2012 at 2:30 P.M., ET at the City Clerk s Office, 100 N. Court Street, Georgetown, KY 40324, at which time and place the proposals will be opened. Copies of the Proposal may be obtained at the Georgetown City Clerk s Office, Monday through Friday, 8:00 a.m. to 4:00 p.m., or may be downloaded from the City of Georgetown website: http://www.georgetownky.gov. All inquiries regarding this proposal shall be submitted in writing to the City Clerk by email to tracie.hoffman@georgetownky.gov or by fax to 502-863-9962. 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: 120531/KY/6538
Matching Key Words: age:state!ky; state!ky; 


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

R — TRAVEL AGENT FOR DONOR/FAN TRAVEL. UK-1182-12 DUE 22-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: 120531/KY/6551
Matching Key Words: age:state!ky; state!ky; 


City of Hopkinsville, 101 North Main Street, Hopkinsville, KY 42240

99 — VEHICLE EXHAUST REMOVAL SYSTEM FOR FIRE DEPARTMENT. DUE 15-JUN-2012 Office of Procurement Specialist, (270) 890-0230, Website: http://hopkinsvilleky.us/city-departments/administration/finance/rfp-rfq-bids Sealed bids addressed to the Procurement Specialist for furnishing and delivering the following: VEHICLE EXHAUST REMOVAL SYSTEM FOR THE CITY OF HOPKINSVILLE FIRE DEPARTMENT, will be received at the Lackey Municipal Center, 101 North Main Street, Room 160, P.O. Box 707, Hopkinsville, Kentucky 42241, until 1:00 p.m., local time, June 15, 2012, at which time the bids will be opened and read aloud publicly in the Council Chamber, Second Floor, at the same address. 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: 120531/KY/6568
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

%d bloggers like this: