Business and Career Opportunities (Bids and Purchases)

June 19, 2012

Business / Career

FedBizOpps – Procurements 

U.S. Department of State, Foreign Service Institute, Office of Acquisitions, FSI/EX/GSACQ, 4000 Arlington Boulevard Room F-2129, SA-42 Arlington VA 22204

T — Russian Video Production SFSIAQ12I0002 061512 Nadia Shokry, Phone (703) 302-6804, Fax (703) 302-7227, Email ShokryNO@state.gov The Foreign Service Institute requires a production company to take 16 script dialogues provided by FSI in the Russian language and produce each scenario in a studio with sets or green screen technology, or outdoor setting with professional Russian actors and authentic backgrounds. Location shots of Moscow and its environs will be used as establishing shots. The contractor will be responsible for all pre-production, production and post-production and casting. The contractor will also be responsible for determining the appropriate visuals for the dialogue in the location specified and developing an appropriate shot list. The contractor will be responsible for all production on the set. The contractor will be working at the studio with the project manager and subject matter expert in Washington, DC. It is not anticipated that the Foreign Service institute will have anyone present on the set unless it is easily accessible to Washington, DC. The contractor will be responsible for any and all travel expenses incurred in the production of the video. Please see PWS for the entire requirment   Place of Performance: 4000 Arlington Blvd Arlington, VA 22204 US URL: https://www.fbo.gov/spg/State/FSI/GSACQ/SFSIAQ12I0002/listing.html
OutreachSystems Article Number: 120609/PROCURE/0557
Matching Key Words: video*; produc*; produce?; production?; naics!512110; 

Department of the Air Force, Direct Reporting Unit – Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd Suite 2780 Andrews AFB MD 20762-6500

R — CONTEMPORARY SERVICE BAND DIRECTOR FA2860-12-T-0084 061512 Archie Y. Warren, Contract Specialist, Phone 240-612-5680, Fax 240-612-2176, Email archie.warren@afncr.af.mil – Rhonda Coles, Contracting Officer, Phone 240-612-5647, Fax 240-612-2176, Email rhonda.coles@afncr.af.mil The 11th Contracting Squadron intends to contract for a Contemporary Service Band Director where prospective offerors are required to provide musical services for regularly scheduled Contemporary Worship service, events, and rehearsals at Chapel 1 located on Joint Base Andrews, MD. The Contractor shall provide all labor, tools, and materials in accordance with the specifications and attachments that will be identified in the solicitation. A firm-fixed price contract award is contemplated. This action will be set-aside for small business. The applicable North American Industry Classification System (NAICS) code is 813110 with a business size standard of $7.0 million dollars. It is anticipated the solicitation will be issued electronically on or about 15 June 2012 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this website frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registered requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Point of Contact: Ms. Archie Y. Warren, Phone (240)612-5680, E-mail archie.warren@afncr.af.mil. Set-Aside: Total Small Business Place of Performance: Chapel 1, 1345 Arkansas Road, Joint Base Andrews, Camp Springs, MD 20762 Joint Base Andrews, MD 20762 US URL: https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0084/listing.html
OutreachSystems Article Number: 120608/PROCURE/0082
Matching Key Words: naics!711510; 


Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AAQ-240 HQ – FAA Headquarters (Washington, DC)

99–Direct User Access Terminal Service (DUATS) 11872 071112 Patrick Weare, 202-267-5483 patrick.weare@faa.gov This market survey announcement is issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) 3.2.1.2.1. This is a market survey. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submittal is solely at the interested vendor’s expense. I. INTRODUCTION/ BACKGROUND The FAA requires current dial-up and internet-based flight service functions provided under Direct User Access Terminal Service (DUATS) to continue until the functionality is provided under Future Flight Services Program (FFSP). II. PURPOSE The purpose of this market survey is to: 1. Request industry comments on the DRAFT DUATS Statement of Work (SOW) and Specification. 2. Solicit industry best practices, methodologies, and potential alternative service approaches to provide DUATS. 3. Explore and assess the feasibility benefits, risks, and interest in potential alternative service approaches for DUATS. III. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The Principal North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services. IV. INDUSTRY COMMENTS ON DRAFT DUATS SOW AND SPECIFCIATION The FAA is soliciting industry comments on the DRAFT DUATS SOW and Specification. Interested parties are encouraged to review the attached DRAFT copies of the SOW and Specification. All comments must be provided in writingand will be considered by the FAA for incorporation into the FINAL SOW and Specification. V. POTENTIAL ALTERNATIVE SERVICE APPROACHES FOR DUATS The FAA is exploring the feasibility of potential alternative service approaches for DUATS. Currently, DUATS is provided by two separate FAA contracts with Data Transformation Corporation (DTC) and Computer Sciences Corporation (CSC) – who each bill the FAA monthly based on the number of transactions with users. In an effort to improve services and reduce cost, the FAA is soliciting industry and stakeholder input on potential alternative service approaches to continue providing DUATS. Approaches may include, but are not limited to, continuing with the current FAA contract approach to developing Government Industry Partnerships (GIPs) between the FAA and other entities. VI. QUESTIONS TO INDUSTRY Respondents are requested to answer the following questions: 1. Would your company be interested in pursuing a GIP or any other alternative service approaches with the FAA to provide DUATS to the general aviation (GA) community? Please provide alternative concepts. 2. Do any alternative service approaches seem feasible to a commercial entity? What structural agreement would make an alternative service approach for these services a feasible and mutually beneficial solution? 3. Are there ways the agreement could be structured that would provide continuous improvements to the service in terms of safety and efficiency at a reduced cost to the FAA? If so, please discuss how this could be achieved under an alternative service approach. 4. Can your company’s current system access the National Airspace System (NAS)? If so, what specific systems are you interfacing with and what protocol is used in doing so? What FAA testing was conducted with each system? What type of message traffic is exchanged? 5. What other data could be exchanged through the NAS to potentially create a revenue stream to sustain services? 6. What is your company currently charging for the use of DUATS functions, if anything? 7. What issues or barriers would deter or prevent your company from pursuing an alternative service approach with the FAA? 8. What are the technical risks associated with a DUATS alternative service approach? 9. What are the financial risks associated with a DUATS alternate service approach? 10. Is your company capable of providing DUATS under any alternative service approach? If so, please provide: a. A written Capabilities Statement demonstrating technical experience, capability, and understanding of the requirements stated in the attached draft SOW and Specification. This document should identify: i. Type of services provided by your firm ii. Size and type of services of a like or similar nature provided by previous contracts (elaborate and provide detailed information and past performance) iii. Number of years in business iv. DUATS has a requirement that the system must be able to handle up to 10,000,000 transactions annually. Please provide evidence that your company’s solution can handle this capacity. b. Geographical areas where your company can provide services c. Expected programmatic approach (in-house, teaming, subcontracting, etc.) – Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. d. If a small business, complete the attached Business Declaration Form. VII. INSTRUCTIONS FOR SUBMITTALS Interested parties must provide responses in writing. Responses must be in common electronic readable format (Microsoft Word 2003, Excel 2003, PowerPoint 2003, PDF), in Times New Roman 12 Font. Please limit company background to one page. There is no limit on page responses. Please provide answers to the questions in the same order as identified in Section VII. Comments and questions must be received by Tuesday, July 10, 2012, 3:00PM EST and must be submitted electronically to the Contracting Officer, Patrick Weare, at patrick.weare@faa.gov. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. Government Point of Contact: Patrick Weare Contracting Officer, AAQ-240 800 Independence Ave., SW Room 406 Washington, DC 20591 Email: patrick.weare@faa.gov Phone: 202-267-5483 URL: https://www.fbo.gov/spg/DOT/FAA/HQ/11872/listing.html
OutreachSystems Article Number: 120608/PROCURE/0638
Matching Key Words: writ*; technical; 


Department of the Air Force, Direct Reporting Unit – Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd Suite 2780 Andrews AFB MD 20762-6500

R — CONTEMPORARY SERVICE BAND DIRECTOR FA2860-12-T-0084 061512 Archie Y. Warren, Contract Specialist, Phone 240-612-5680, Fax 240-612-2176, Email archie.warren@afncr.af.mil – Rhonda Coles, Contracting Officer, Phone 240-612-5647, Fax 240-612-2176, Email rhonda.coles@afncr.af.mil The 11th Contracting Squadron intends to contract for a Contemporary Service Band Director where prospective offerors are required to provide musical services for regularly scheduled Contemporary Worship service, events, and rehearsals at Chapel 1 located on Joint Base Andrews, MD. The Contractor shall provide all labor, tools, and materials in accordance with the specifications and attachments that will be identified in the solicitation. A firm-fixed price contract award is contemplated. This action will be set-aside for small business. The applicable North American Industry Classification System (NAICS) code is 711510 with a business size standard of $7.0 million dollars. It is anticipated the solicitation will be issued electronically on or about 15 June 2012 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this website frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registered requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Point of Contact: Ms. Archie Y. Warren, Phone (240)612-5680, E-mail archie.warren@afncr.af.mil. Set-Aside: Total Small Business Place of Performance: Chapel 1, 1345 Arkansas Road, Joint Base Andrews, Camp Springs, MD 20762 Joint Base Andrews, MD 20762 US URL: https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0084/listing.html
OutreachSystems Article Number: 120608/PROCURE/0784
Matching Key Words: naics!711510; 


Environmental Protection Agency, Office of Acquisition Management, Region IV, Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104USA

R–Regional Oversight Contract (ROC) IV SOL-R4-12-00004 Janice Spady spady .janice@epa.gov This pre-solicitation notice replaces SOL-R4-11-00001. The U.S. Environmental Protection Agency (EPA) Region 4 office will issue a solicitation for Regional Oversight Contract (ROC IV) utilizing a performance based statement of work. The contractor will provide technical support to EPA Region 4 in fulfillment of its responsibilities for oversight and enforcement of both Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA) activities at active, closing or former Federal facilities, including Base Realignment and Closure (BRAC) installations, Formerly Used Defense Sites (FUDS), and Formerly Used Site Remedial Action Program (FUSRAP) sites. To a much lesser extent, the resultant contract may be used to provide technical support to EPA at non-Federal potentially responsible party (PRP)-lead sites (i.e., privately owned). The major tasks include: Technical Reviews, Meeting Support, Field Activiti es and Data Review, and Other Technical Support. These services will be provided within EPA Region 4 (which encompasses the area of Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee). It is the Government?s intent to award a Time and Materials, Indefinite Delivery Indefinite Quantity (IDIQ) quantity type contract, which includes a five-year base period with two, one-year award term period. This action is a total small business set-aside in accordance with FAR Subpart 19.5 and is subject to the North American Industry Classification System Codes (NAICS) code 562910 with a size standard of 500 employees (Environmental Remediation Services; footnote 14). Only small business may apply. For more information on these size standards, please visithttp://www.sba.gov/size. This procurement will be conducted under the Federal Acquisition regulations (FAR) Part 15. Award will be based on Best Value. The evaluation criteria and propos al instructions will be included in the Request for Proposal. This is not a request for submission of proposals. The RFP is anticipated to be issued on or about June 22, 2012 as solicitation number SOL-R4-12-00004. The solicitation and all information pertaining to this procurement to include the Performance Work Statement (PWS) will be available at http://www.epa.gov/oam/regions/index.htm#notissue. No hard copies of the solicitation will be provided. It is the responsibility of the offeror to frequently check the fedbizopps website for updates and changes. No phone calls will be accepted. Point of Contact: Email your questions to: JANICE L. SPADY, Contract Specialist, E-Mail: spady.janice@epa.gov Set-Aside: Total Small Business Place of Performance: Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104USA 30303-3104 USA URL: https://www.fbo.gov/spg/EPA/OAM/RegIV/SOL-R4-12-00004/listing.html
OutreachSystems Article Number: 120608/PROCURE/0793
Matching Key Words: state!ky; 


Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AAQ-240 HQ – FAA Headquarters (Washington, DC)

99–Direct User Access Terminal Service (DUATS) 11872 071112 Patrick Weare, 202-267-5483 patrick.weare@faa.gov This market survey announcement is issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) 3.2.1.2.1. This is a market survey. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submittal is solely at the interested vendor’s expense. I. INTRODUCTION/ BACKGROUND The FAA requires current dial-up and internet-based flight service functions provided under Direct User Access Terminal Service (DUATS) to continue until the functionality is provided under Future Flight Services Program (FFSP). II. PURPOSE The purpose of this market survey is to: 1. Request industry comments on the DRAFT DUATS Statement of Work (SOW) and Specification. 2. Solicit industry best practices, methodologies, and potential alternative service approaches to provide DUATS. 3. Explore and assess the feasibility benefits, risks, and interest in potential alternative service approaches for DUATS. III. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The Principal North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services. IV. INDUSTRY COMMENTS ON DRAFT DUATS SOW AND SPECIFCIATION The FAA is soliciting industry comments on the DRAFT DUATS SOW and Specification. Interested parties are encouraged to review the attached DRAFT copies of the SOW and Specification. All comments must be provided in writingand will be considered by the FAA for incorporation into the FINAL SOW and Specification. V. POTENTIAL ALTERNATIVE SERVICE APPROACHES FOR DUATS The FAA is exploring the feasibility of potential alternative service approaches for DUATS. Currently, DUATS is provided by two separate FAA contracts with Data Transformation Corporation (DTC) and Computer Sciences Corporation (CSC) – who each bill the FAA monthly based on the number of transactions with users. In an effort to improve services and reduce cost, the FAA is soliciting industry and stakeholder input on potential alternative service approaches to continue providing DUATS. Approaches may include, but are not limited to, continuing with the current FAA contract approach to developing Government Industry Partnerships (GIPs) between the FAA and other entities. VI. QUESTIONS TO INDUSTRY Respondents are requested to answer the following questions: 1. Would your company be interested in pursuing a GIP or any other alternative service approaches with the FAA to provide DUATS to the general aviation (GA) community? Please provide alternative concepts. 2. Do any alternative service approaches seem feasible to a commercial entity? What structural agreement would make an alternative service approach for these services a feasible and mutually beneficial solution? 3. Are there ways the agreement could be structured that would provide continuous improvements to the service in terms of safety and efficiency at a reduced cost to the FAA? If so, please discuss how this could be achieved under an alternative service approach. 4. Can your company’s current system access the National Airspace System (NAS)? If so, what specific systems are you interfacing with and what protocol is used in doing so? What FAA testing was conducted with each system? What type of message traffic is exchanged? 5. What other data could be exchanged through the NAS to potentially create a revenue stream to sustain services? 6. What is your company currently charging for the use of DUATS functions, if anything? 7. What issues or barriers would deter or prevent your company from pursuing an alternative service approach with the FAA? 8. What are the technical risks associated with a DUATS alternative service approach? 9. What are the financial risks associated with a DUATS alternate service approach? 10. Is your company capable of providing DUATS under any alternative service approach? If so, please provide: a. A written Capabilities Statement demonstrating technical experience, capability, and understanding of the requirements stated in the attached draft SOW and Specification. This document should identify: i. Type of services provided by your firm ii. Size and type of services of a like or similar nature provided by previous contracts (elaborate and provide detailed information and past performance) iii. Number of years in business iv. DUATS has a requirement that the system must be able to handle up to 10,000,000 transactions annually. Please provide evidence that your company’s solution can handle this capacity. b. Geographical areas where your company can provide services c. Expected programmatic approach (in-house, teaming, subcontracting, etc.) – Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. d. If a small business, complete the attached Business Declaration Form. VII. INSTRUCTIONS FOR SUBMITTALS Interested parties must provide responses in writing. Responses must be in common electronic readable format (Microsoft Word 2003, Excel 2003, PowerPoint 2003, PDF), in Times New Roman 12 Font. Please limit company background to one page. There is no limit on page responses. Please provide answers to the questions in the same order as identified in Section VII. Comments and questions must be received by Tuesday, July 10, 2012, 3:00PM EST and must be submitted electronically to the Contracting Officer, Patrick Weare, at patrick.weare@faa.gov. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. Government Point of Contact: Patrick Weare Contracting Officer, AAQ-240 800 Independence Ave., SW Room 406 Washington, DC 20591 Email: patrick.weare@faa.gov Phone: 202-267-5483 URL: https://www.fbo.gov/spg/DOT/FAA/HQ/11872/listing.html
OutreachSystems Article Number: 120608/PROCURE/0920
Matching Key Words: writ*; technical; 

Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W. Washington DC 20535

R — Forensic Support Services 12-P-0701122412 061512 Lynda M. Theisen, Fax 703-632-8480, Email Lynda.Theisen@ic.fbi.gov The Federal Bureau of Investigation intends to issue solicitation 12-P-0701122412 to establish a single-award Indefinite Delivery/Indefinite Quantity contract for Forensic Support Services. The contractor shall furnish all supervision, labor, facilities, supplies, and materials necessary to perform work associated with individual task orders. Contract period will be for a base period of one year and 4 (four) 1-year option periods. Total contract period, to include all options, shall not exceed five calendar years. The contract awarded in response to this requirement will support, at a minimum, three sections of the Laboratory (not to the exclusion of other FBI Sections). The four sections are: 1) Terrorist Explosive Device Analytical Center (TEDAC), 2) Scientific Analysis Section (SAS), 3) Operational Response Section (ORS), 4) Forensic Science Support Section (FSSS). The forensic operations services to be provided under the contract shall fall within four organizational entities listed above with the vast majority in the support of TEDAC Forensic Operations Unit. Unlike other FBI Laboratory forensic units, which focus on one forensic or scientific discipline, the TEDAC Forensic Operations Unit is a multi-discipline unit that encompasses evidence control, biometrics, and scientific analysis components. Support provided to ongoing investigations and operations requires highly motivated individuals committed to providing high quality analysis. The Functional Areas to be covered under the IDIQ contract include the following: 1. Program Management – Provide overall program management support. 2. Render Safe – Provide services to assist in the render safe and disposal of improvised  explosive devices and explosives ordinance. 3. Evidence Inventory, Control and Management – Provide services to: properly inventory, assess, process, and maintain the chain of custody of all evidence and forensic materials submitted by contributors; route evidence and forensic materials to examining units and others; and manage the storage of evidence. 4. Examination of Evidence – examine and analyze evidence in one or more forensic disciplines, such as trace, tool mark, nuclear and mitochondrial DNA, and explosives chemistry, and prepare written documentation and reports. 5. Quality Assurance – Follow and adhere to established FBI Laboratory Quality Assurance standards and protocols. As necessary, establish and maintain a quality assurance program to ensure that all tasks are completed in accordance with the contract. In addition Contractor may be called upon to write Quality Assurance standards, Standard Operating Procedures (SOP) and training manuals. Award will be made to the offeror who submits a proposal that is found to be the best value to the Government as defined in FAR Part 15. This RFP will be issued in electronic format only and will be available on or about June 15, 2012 on the Federal Business Opportunities (FedBizOps) websites. Accordingly, telephoned, mailed, e-mailed or faxed requests for the RFP will not be honored. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through the Federal Business Opportunities website. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information regarding this acquisition. The Government will not reimburse interested parties for any costs associated with responding to this solicitation. To be eligible for award, a firm must be registered in the Central Contract tor Registration (CCR) database. Register via the CCR internet site at http://www.ccr.gov . Questions may be submitted to Ms. Lynda M. Theisen at Lynda.Theisen@ic.fbi.gov or by fax at 703-632-8480.     URL: https://www.fbo.gov/spg/DOJ/FBI/PPMS1/12-P-0701122412/listing.html
OutreachSystems Article Number: 120607/PROCURE/0065
Matching Key Words: writ*; standard; operating; procedure?; 


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

99 — GRAB HOOKS H92244-12-T-0202 062212 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for CommercialItems in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0202, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18 May’12. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Brand name or equal item, for equal item/s please provide specifications along with your quote in order to be considered for award Manufacturer/Brand – ACPT CLIN 0001 P/N 3276 Grab Hooks – Composite Hook Assembly Qty – 30 ea F O B Destination Section C Specifications The Grappling hooks are pronged hooks with minimum of four inches of depth and width at the opening, ½ inch in diameter made of Ti 6AI-4V titanium material. Overall length of the hook is 13.875 inches to beginning of hook with a .561 stock. It has 3 hooks which are 120 degrees. Welded eye piece (with 1″ eye) starts 4″ from the end of the stock. Machined threads start 4″ for end of stock and stops 2.32″ from end of stock at ½-20 UNF-2A. Minimum 2000 pound tensile strength at each prong. Certified to AS9100 Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes – Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Oct 2011 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance Technical ability to meet specifications and price. Contractor must provide detailed specifications to meet Government requirements. Government will award this contract based on best value to the government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 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: 1636 Regulus Ave Virginia Beach , VA 23461 US URL:https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0202/listing.html
OutreachSystems Article Number: 120607/PROCURE/0618
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 


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

99–AMENDMENT ONE 6-6-2012: 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 June 6, 2012. Amendment One is added to revise Schedule B on the Solicitation. Please use SIR MOD 1 (attached) to submit your proposal. The closing date of June 30, 2012, remains the same. 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 standardcommercial 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: 120607/PROCURE/0818
Matching Key Words: writ*; copy; technical; standard; procedure?; 

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

U — TUNNEL COACHING, AIR-TO-AIR VIDEO SUPPORT, RIGGING SERVICES AND FREEFALL INSTRUCTION H92244-12-T-0194 070312 Danyiele F. Peterson, Phone 7578932713, Email danyiele.peterson@vb.socom.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0194. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 May 2012. North American Industrial Classification Code (NAICS) 611620 with a standardbusiness size of $7.0 million applies to this procurement. This procurement is 100% Small Business Set-Aside. The DPAS rating for this procurement is DO-S10. Section B – Supplies or Services CLIN LINE ITEM NUMBER (CLIN) 0001 Contractor shall provide six (6) tunnel coaches within a 50 mile radius of Marana, AZ for five (5) days, up to twelve (12) hours per day. Period of Performance: 06 -10 August 2012. CLIN LINE ITEM NUMBER (CLIN) 0002 Contractor shall provide two (2) tunnel coaches within a 50 mile radius of Marana, AZ for three (3) days, up to twelve (12) hours per day. Period of Performance: 13 -15 August 2012. CLIN LINE ITEM NUMBER (CLIN) 0003 Contractor shall provide two (2) tunnel coaches within a 50 mile radius of Marana, AZ for three (3) days, up to twelve (12) hours per day. Period of Performance: 20 -22 August 2012. CLIN LINE ITEM NUMBER (CLIN) 0004 Contractor shall provide ten (10) Air-to-Air Support Videographers within a 50 mile radius of Marana, AZ for five (5) days, up to twelve (12) per day. Period of Performance: 13 -17 August 2012. CLIN LINE ITEM NUMBER (CLIN) 0005 Contractor shall provide ten (10) Air-to-Air Support Videographers within a 50 mile radius of Marana, AZ for five (5) days, up to twelve (12) hours per day. Period of Performance: 20 -24 August 2012. CLIN LINE ITEM NUMBER (CLIN) 0007 Contractor shall provide six (6) Parachute Riggers within a 50 mile radius of Marana, five (5) days, up to twelve (12) hours per day. Period of Performance: 13-17 August 2012. CLIN LINE ITEM NUMBER (CLIN) 0008 Contractor shall provide six (6) Parachute Riggers within a 50 mile radius of Marana, five (5) days, up to twelve (12) hours per day. Period of Performance: 20-24 August 2012. CLIN LINE ITEM NUMBER (CLIN) 0009 Contractor shall provide four (4) Accelerated Free Fall (AFF) Instructors within a 50 mile radius of Marana, AZ for five days, up to twelve (12) hours per day. Period of Performance: 13-17 August 2012. CLIN LINE ITEM NUMBER (CLIN) 0010 Contractor shall provide four (4) AFF Instructors within a 50 mile radius of Marana, AZ for five days, up to twelve (12) hours per day. Period of Performance: 20-24 August 2012. CLIN LINE ITEM NUMBER (CLIN) 0011 Travel and Other Direct Costs. Contractor shall provide a detailed breakdown of all travel-related and other direct costs. All travel-related and other direct costs shall be in accordance with the Joint Travel Regulations (JTR) in effect at the time of award. Section C – Specifications and Qualifications 1. Tunnel Coaches.Instructors shall be current Skyventure Vertical Wind Tunnel Instructors/Operators or International Bodyflight Association (IBA) Pro-rated flyers with a minimum of 500 hours tunnel coaching experience. Coaches shall be able to effectively teach basic, intermediate, and advanced belly and back-oriented body stabilization in a vertical wind tunnel free fall simulator. Coaches shall be able to effectively and safely rig and de-rig the students with the Military Javelin Navy (MJN-1) harness-container for slick, weapon, combat equipment (rucksack and weapon) tunnel flight. Coaches shall be able to organize and clearly present debrief points to the student in both real-time (during flight), and video (post-flight) debriefs of student performance. Coaches shall be able to work twelve (12) hours each day. Coaches shall have a positive past performance with Special Operation Forces (SOF) units, as well as demonstrate a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Free Fall Course. Coaches shall arrive up to one hour prior to alltraining evolutions. They shall work continuously in a vertical wind tunnel free-fall simulator for up to six consecutive hours. 2. Air-to-Air Videographer Support. Videographers shall have a high degree of proficiency in air-to-air video, which means the ability to stay consistently within one arm’s reach of the student from the time they leave the plane through the deployment sequence, in order to have discernable video for debrief purposes. Videographers shall have a high-definition camera system capable of recording student jumps in 1080p for the highest quality video for debriefs. Videographers shall have an excess of 5000 logged jumps and be highly competent jumpers who will not interfere with the student. Videographers shall be able to demonstrate 500 logged jumps in the previous 12-month period to ensure utmost currency.Videographers shall be able to perform up to 12 jumps per day. Videographers shall either need to have two complete parachute systems, or be able to re-pack their parachute system in less than ten minutes in order to maintain the pace of training. Videographers shall be able to work up to 12 hours per day. Videographers shall arrive at least 30 minutes prior to all scheduled training evolutions. Videographers shall make up to 12 jumps (skydives) per day from military and contracted aircraft, from an altitude of no more than 24,999 feet above sea level. Videographers shall provide their own equipment. 3. Parachute Riggers. Riggers shall possess a current FAA Senior or Master Rigger certification. Riggers shall pack up to 75 main parachutes each work day.Riggers shall be able to pack parachutes outdoors for up to 12 hours per day.Parachute riggers shall arrive at least fifteen minutes prior to all scheduled training evolutions. They shall be required to pack outdoors, in temperatures ranging from 25F to 85F. They will be required to work for up to 12 hours. They will be required to pack the following parachute equipment: a. Military Javelin NAVY (MJN-1) b. Military Tandem Vector System harness-container c. Tandem Phoenix 400/460 main parachutes d. PD Silhouette main parachute e. PD Sabre 2 main parachute f. Javelin Odyssey harness-container 4. Free Fall Instructors. Instructor shall teach, demonstrate, debrief, and mentor all aspects of military free fall parachuting. Instructor shall possess a current USPA AFFI Rating. Instructors shall be familiar with the MJN-1 harness-container and all ancillary equipment to identify any potential safety issues with the rigging thereof. Instructor shall be or hold the equivalent of a Military Free Fall Jump Master. Instructor shall have worked at a Joint (closed) Military Free Fall Course in the previous three years. Instructors shall have positive past performance with SOF units, as well as a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Free Fall Course. Instructor shall make up to 12 jumps per day and be able to work up to 12 hours per day. Instructors shall make up to 12 jumps (skydives) per day from military aircraft, from an altitude of no more than 24,999 feet above sea level. Instructors must be able to show 500 logged parachute jumps within the previous 18 months to demonstrate currency. Instructors will be required to arrive at least 30 minutes prior to all scheduled training evolutions. Instructors shall provide their own equipment. Place of Performance: 50 miles radius of Marana, AZ. 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 52.209-6 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 52.212-1 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 52.217-8 Option to Extend Services Nov 1999 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns Jan 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 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (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 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun 2010 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Mar 1998 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information 2007 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (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 DFARS 252.212-7000 Alt I Offeror Representations and Certifications- Commercial Items (AUG 2007)- Alternate 1 Jun 2005 FAR 52.212-2 Evaluation–Commercial Items Jan 1999 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance and price. Offerors shall provide detailed information, such as resumes and other literature to demonstrate that it can meet the specifications described in Section C of this Solicitation for evaluation. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. The offeror must submit relevant and current past performance in for the requirement described in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer Jan 2005 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Danyiele Peterson at phone number: (757) 893-2713) or email at danyiele.peterson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG.Quotes must be received by Danyiele Peterson by email at danyiele.peterson@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Danyiele Peterson (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 9:00 A.M. Eastern Standard Time (EST) on 3 July 2012. Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0194/listing.html
OutreachSystems Article Number: 120606/PROCURE/0106
Matching Key Words: video*; produc*; train*; you; business*; event?; instruct*; commercial?; 

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Jacksonville Kings Bay Office, N68733 Strategic Weapons Facility, Atlantic 1150 USS Los Angeles Rd. Kings Bay, GA

R–LOGISTICS SUPPORT – TECHNICAL WRITER N687332150A050 062212 YVETTE TULLOCK 912-573-6989 EMAIL: yvette.tullock@swflant.navy.mil POC’S EMAIL SEE ATTACHED SOLICITATION FOR COMPLETE SPECIFICATIONS. Place of Performance: 1150 USS LOS ANGELES RD (BLDG 6005), KINGS BAY, GA 31547 US URL: https://www.fbo.gov/spg/DON/NAVSUP/N688362/N687332150A050/listing.html
OutreachSystems Article Number: 120605/PROCURE/0076
Matching Key Words: writ*; technical; 


Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd. EPS Suite 600 Rockville MD 20852

T — Printing: “PCP: Accelerating Scientific Innovation” RFQ-NCI-120064-TG 061812 Terry Galloway, Contract Specialist, Phone 301-402-4509, Fax 301-4024513, Email gallowaytl@mail.nih.gov – Caren N Rasmussen, Contracting Officer, Phone (301) 402-4509, Fax (301) 402-4513, Email cr214i@nih.gov Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6074, Rockville, MD 20852, UNITED STATES. The National Cancer Institute requires the following printing services and deliverables. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation/request for quote: No. RFQ-NCI-120064-TG includes all applicable provisions and clauses in effect through FAC 2005-57 (March 2012) simplified procedures for commercial items. This requirement is set-aside for small business. The North American Industry Classification Code is 323110 and the business size standard is 500 employees. All prospective offerors should have a copy of the booklet Standard Technical Specifications for NCI Printing Requirements (hereafter referred to as NCI Standard Specifications) issued by DHHS/NIH/NCI. The information in this booklet provides supplemental information necessary for potential offerors to have a complete understanding of the specifications set forth below. Copies of the booklet may be requested from Terry Galloway at gallowaytl@mail.nih.gov. REQUIREMENT : “PCP: Accelerating Scientific Innovation” PRODUCT : 204 text pages plus a 4 page cover printed in six ink colors BASIS FOR AWARD : The actual award amount will be $60,000 for this contract. The NCI objective is to obtain the highest possible quantity for this dollar amount. Your added rate per thousand “overs” could be used to either increase or decrease your firm’s bid price to reach this dollar amount. The failure to provide an added rate will render your firm’s proposal non-responsive. QUALITY : Level 1 printing and finishing attributes are required for this specification. Reference GPO publication 310.1 for attribute requirements. Printing is the predominate production function and none shall be subcontracted. All contractors submitting a quotation shall have passed the NCI Requirements for New Bidders prior to consideration of their quotation for award. A minimum sixty calendar days are necessary for the evaluation processing to be completed. QUANTITY : 1,000 copies and the final film / files as required in the production of printing. TRIM SIZE : 8-3/8″ x 10-7/8″, Lay-flat binding along the 10-7/8″ dimension. FURNISHED MATERIALS : A Mac OS-X compatible CD-Rom disk, together with a set of color proofs (laser printed dummy) as a guide to production. InDesign CS-4, Illustrator CS-4 and Photoshop CS-4 applications used for desktop publishing. PROOFS : Provide a laminated, digital, color proof, stripped to show the full press sheet imposition, including colorbar, showing guide, gripper and ruled-up for all bindery marks on each form. Proofs shall have a PIA/GATF Proof Comparator (or similar process control) affixed to the back or face of the proof. Spot col¬ors shall be a match of the Pantone reference books on the laminated proofs (with ink draw downs provided for approval, on the proposed substrates). Additionally, provide two inkjet “dylux-styled reader” proofs, with all elements in proper position, folded and trimmed to final size. NCI shall keep 1 digital dylux. PAPER : Cover – 80 lb. white Endurance Silk coated offset recycled cover, minimum brightness of 92 Text – 80 lb. white Endurance Silk coated offset recycled text, minimum brightness of 92 Only those papers listed as approved equals will be considered. See 47th.edition (2010~2011 issue) of the Competitive Grade Finder. Both the text and cover stocks, when required, must be the same brand name items, and all the leaves within each book must be matching. INKS : Four color process, PMS 2727 (Blue) PMS 327 (Green) and dense Black Ink. Inks shall contain minimum percentages of vegetable oil in compli¬ance with federal procurement mandates. BINDING : Lay-flat binding along the 10-7/8″ dimension. Must be with a flexible spine and free floating cover structure. Adhesive on spine shall be a water- based, cold emulsion PUA which remains flexible for life of the binding. A reinforced crepe lining is to wrap over the spine. Apply cover by hot/or cold glue process. Bleed trim all sides to a final size after binding of 8-3/8″ x 10-7/8″. NOTE: No additional blank pages shall be allowed. Hinge score the covers to prevent cracking and run the cover paper grain parallel to the spine. The spine type shall remain centered. SEPARATIONS : None required Format : Text pages 1-204, plus a separate 4 page cover Printing : Print outside covers 1 and 4 in a solid bleeding all sides of PMS 2727 Blue. Type matter reverses out as well as design elements in PMS 327 plus sev¬eral process illustrations butting the borders. Cover 2 prints four color process illustrations plus a screened background which also crosses over onto cover 3 using PMS 327 with reversed to white headlines and over¬printing type matter in Black. Text pages 6, 28, 32, 40, 43, 48, 51, 53, 54, 56, 63, 64, 67, 68, 71, 73, 76, 78-82, 84, 87, 90-92, 97, 99, 100-102, 104-107, 111, 112, 114, 117, 118, 123, 124, 126, 134, 136 and 204 each print at least one process colored illustration. Text pages2, 4, 16, 24, 27, 31, 59-60, 74, 83-84, 94, 108, 120, 128, 131-132, 142, 145-146, 180, 184, 187-188, 202, 210 and 204 are full solid divider pages consisting of Solid PMS 298 Blue, some with reversed to white type matter. All other text pages print at least two spot Pantone colors plus Black ink. NOTE: Traps and varnish/coating masks are entirely the contractor’s responsibility. Heavy ink coverage is required and the contractor must take any and all necessary precautions to prevent ghosting & lay a smooth uni¬form ink film. This product shall be manufactured on a lithographic printing press capable of printing all the required colors with one pass through the press and the complete color bar as detailed on page 4 of these specifications. Do not assume “perfecting” is acceptable to the government. The inspector shall use the following criteria to determine acceptability. If the inspector is unable to determine by examination which side is first down, then press perfecting is acceptable. Web fed printing techniques shall be on dryer equipped presses only. Ghosting & “in-line problems” shall not be acceptable. COATING : Overall aqueous coat, satin finish, on outside covers pages 1 and 4 only. A “dry-trapped” overall varnish may NOT be substituted. DISPLAY EXAMINATION : Examination of the furnished materials is an integral part of the specifications. No additional payment shall be allowed due the contractor’s fail¬ure to examine the copy and thoroughly understand the nature and the extent of the work to be performed. PRESS INSPECTION : Press sheets shall be inspected at the contractor’s printing facility for quality conformance. Each press sheet form must contain one color bar, at least 3/16″ in width, for each ink color placed parallel to the ink rollers. Color control bars (such as, BRUNNER, GATF or GRETAG) must con¬tain star targets, trapping, tint and dot gain patches, process built grays, if applicable, and extend the full width of the press sheet. Ink densities shall be constant across the full width of the sheet with no deviations to exceed plus or minus ½ of one percent. Light and heavy inking is not allowed. The contractor shall provide the correct viewing conditions for all press sheet inspections including 5000° kelvin light sources housed in a completely enclosed neutral gray-booth and functional densitometers. If the presses are equipped with automatic scanners you are NOT relieved of the requirement for the customer colorbar as detailed above. PREAWARD SURVEY : In order to determine the responsibility of the prime contractor, the government reserves the right to conduct a preaward survey, or to require samples to QATAP evaluate, or other evidence of technical, managerial, financial and similar abilities to perform, prior to the award of a contract. PACKING : Plastic strap or shrink wrap in units of 6 copies only, paper banding shall not be allowed. Turn the items if necessary, to form a “neat” stack. Pack in new 44 pound edge crush test corrugated boxes filled to the top with twenty four copies per carton. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 47 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations shall be allowed. Label on one of the carton ends. RETURN MATERIALS : (#1). Provide a reprint digital deliverable (Macintosh compatible CD-Rom disk of the high-resolution files used for print production, for example ~ a download from your production server). Return download as well as all camera copy or furnished materials as received, to the NCI Printing Office, at the address list¬ed. (#2). Provide a single page formatted web-posting file version, (as an Acrobat PDF on a separate CD-Rom), directly to the client’s “sample address” NOTE: Items #1-2, (the Return Materials) are due 7 calendar days from the date of the last delivery. SHIPPING : Ship 3 advanced sample copies to: NCI Printing (301-402-2624) 6116 Executive Blvd, room 3049 Rockville, Maryland 20852 – The “advanced samples sets” shall be received before any other loca¬tion deliveries are completed! Ship 2 “Clearance copies” to: NCI Clearance Marianne Kost 6116 Executive Blvd. room 3017 Rockville, Maryland 20852 (301) 594-9053 Ship balance of bulk copies to: NCI Distribution Center – schedule delivery appointment with anna.l.young@lmco.com (see below for specifics) Ship 15 “file copies” to: Library of Congress, Madison Bldg, (Exchange & Gift Division) Federal Documents Section ***, C Street, North East, (between 1st & N Streets), Washington, DC 20540 Ship 2 “NCI file copies” to: National Tech. Info Service Office of Business Developm’t, Attn: Sue Feindt, 5301 Shawnee Road, room 327, Alexandria, Virginia 22312 Ship 1 (NCI) “C & I copies” to: NIH Printing, ATTN: Lisa Harper building 10, B2L-304 Bethesda, Maryland 20892 Ship 1 “depository copy” to: U.S. GPO, Stop: SSLA Depository Receiving Section, 44 “H” Street NW, loading dock Washington, DC 20401 Label cartons: item #507-G-02 Ship 2 “NCI file copies” to: ATTN: Mr. Jan Ehrman @ NIH 9000 Rockville Pike, Building #31, Room 5-B-52 Bethesda, Maryland 20892 Ship 20 “client samples” and the digital deliverable data files to: National Cancer Institute ATTN: Jennifer Burt 6116 Executive Blvd, suite# 220 Rockville, Maryland 20852 Proofs will be withheld 3 working days from the time they are received until they are returned. Label the proof package with the NCI PC number andproduct title. Return the materials in the proper order as originally provided by the government. Press Sheet Inspection requires 5 days notice. Notify the NCI @ 301 -402-2624 for inspection. SCHEDULE : Display of materials at NCI, OC, PSB, (Printing Section), 6116 Executive Blvd, Room 3064; Rockville, MD 20852 6/8/2012 Quotations are due: 6/18/2012 at 11:00 am. Award shall be made on or about 6/22/2012. Material pickup on or about: 6/29/2012. All sets due at the NCI destinations as listed above 7/20 /2012. Advanced sample sets must be received at the NCI Office of Cancer Communications prior to any bulk distributions. Return of furnished materials and receipts: 7/27/2012. NOTE: Please be aware that without the return of all furnished materials, complete as specified within these printing specifications, payment may be withheld until all these materials are received. The package shall include copies of all shipment documents with signatures by the receiver and two sample file copies. Shipments not conforming to these requirements SHALL be refused. The exact packaging for each order will be detailed within the printing contract from the Federal Government. If the inventory control number and barcode artwork are not furnished, please contact the NCI Printing Office prior to the press run or before labeling cartons for shipment. Typically the number and barcode are also visual on the lower right hand position of the back panel or back cover on laser proofs provided. Ship bulk sets using directions below to: NCI Distribution Center, 1000 Haverhill Road, Baltimore, MD 21229, Attention: Ms. Lou Young, (410) 644-7742 Contractor’s shipping company is to notify Ms. Lou Young by email (anna.l.young@lmco.com ) prior to any bulk shipments to this facility. Receiving hours: 6:00 am – 3:00 pm, Monday through Friday, except Federal holidays. Provide the following information when scheduling appointments: NCI PC #(if applicable), inventory#, publication title, total quantity of the order, if this is a partial shipment, the number of pallets on this shipment, carton count & quantity per pallet, estimated delivery date. Do not layer multiple titles on the same pallet. Stencil each carton on 1 of the ends, with the NCI PC Number, Title, Inventory Number and the Quantity per carton & per package. 12-NCI-PC-029 (6 per package / 24 per carton) Accelerating Scientific Inventory No. _______ Band each pallet twice, (in both directions), using plastic strapping over corrugated edge protectors only. Cover the pallets with plastic stretch wrap after strap banding and corrugated edges. The cartons shall only be new 44 lbs. edge crush test or 275 lbs. bursting strength and specifically made to contain these products. All skids shall be four-sided entry and the weight must not exceed 2,000 pounds. Stack skids not to exceed 50″ total (from the floor to the top of the assembly.) Do not double stack on the truck trailers. Use 48 x 40, four way “GPO Pallets” only! Affix packing delivery list to the last pallet loaded on the truck, facing the dock. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (August 2009) FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (March 2009); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (February 2010). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; Far Clause 52.204-10 Reporting executive compensation and First-Tier Subconract Awards (Feb 2012) Far Clause 52.209-6 Protecting Government’ Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment (Dec 2010) Far Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) Far Clause 52.219-6 Notice of Total Small Business Set-Aside (November 2011) Far Clause 52.219-28 Post Award Small Business Program Representation (April 2009) Far Clause 52.222-3 Convict Labor (June 2003) Far Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies (March 2012) Far Clause 52.222-21 Prohibition of Segregated Facilities (February 1999) Far Clause 52.222-26 Equal Opportunity (March 2007) Far Clause 52.222-36 Affirmative Action for Workers with Disabilities (October 2010) Far Clause 52.223-18 Encouraging contractor Policy to Ban Text Messaging while Driving (August 2011) Far Clause 52.225-3 Buy-American Act – Free Trade Agreements – Israeli Trade Act (March 2012) Alternate II (January 2004) Far Clause 52.225-13 Restrictions on certain foreign purchases (June 2008) Far Clause 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (October 2003) Provisions and clauses that apply to this Request for Quote may be downloaded from http://acquisition.gov/comp/far/index.html OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror’s Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered in and have valid certifications in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov). Quotations must be received in the NCI-OA contracting office by 11:00 a.m. on 6/18/2012. Please refer to solicitation number RFQ-NCI-120064-TG on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. URL:https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-120064-TG/listing.html
OutreachSystems Article Number: 120605/PROCURE/0093
Matching Key Words: film?; edit*; produc*; you; web; page?; business*; production?; distribut*; instruct*; commercial?; 


Department of the Navy, United States Marine Corps, Marine Corps RCO – National Capital Region, 2010 Henderson Road Quantico VA 22134-5045

T — SAPR VIDE0 PRODUCTION II M00264-12-T-0264 061412 Rita Wiggins, Contract Specialist, Phone 7037841925, Email rita.wiggins@usmc.mil The Regional Contracting Office has a requirement SAPR Videos. The requirement is to develop, produce, film, edit and deliver four (4) vignette based videos that will serve as the focal point for ethical decision making instruction and discussion.  The Government intends to issue a Firm-Fixed price contract from this solicitation, the award basis is “Best Value” Solicitation M00264-12-T-0264 is being issued as a Request for Quote (RFQ). This is a 100% small business set-aside under NAICS Code 512110 and small business size standard 29.5m. Offerors must be registed in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award.  All quotes are due to the Regional Contracting Office, NCR by 14 June 2012, NLT 12PM (EST).  Point of contact is Ms. Rita Wiggins @ rita.wiggins@usmc.mil , 703-784-1925. PLEASE SEE ATTACHED SOLICITATION FOR REQUIREMENT DETAILS Set-Aside: Total Small Business Place of Performance: 2010 Henderson Road Quantico, VA 22134 US URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-12-T-0264/listing.html
OutreachSystems Article Number: 120605/PROCURE/0094
Matching Key Words: video*; film?; edit*; produc*; business*; produce?; production?; instruct*; naics!512110; 


Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

U–PCC EDUCATION SERVICES VA77712R0189 070212 Bradley C King CONTRACT SPECIALIST 314-894-6648 EXT 66343 CONTRACT SPECIALIST GENERAL INSTRUCTIONS North American Industry Classification System (NAICS) code and small business size standard. The NAICS code, 611710, and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is $7, 000,000.00. Pre-quote discussions: The Pre-quote period is the period of time between issuance of the solicitation and due date for offers. This time period allows for an exchange of information between the VA and all potential offeror’s. You must request a copy of the RFP from the contract specialist in order to submit a proposal. All requests to obtain a copy of the RFP and/or submit questions regarding this solicitation shall be sent in writing directly to the Contract Specialist by E-mail to DANA.DIAMOND@VA.GOV. The last day to submit questions shall be 15 JUNE 2012. All questions should reference the specific reference to the particular section/subsection number of the RFQ they are requesting be clarified. Questions must be received before the date specified for receipt of questions. Questions or requests for extension submitted after the cut-off date will not be considered Answers to questions and clarifications will be posted to FEDBIZOPPS. Any changes to this combined solicitation synopsis will be issued by amendment. The following information shall be submitted separately of the Written Technical Proposal, Management Plan and Past Performance: ” One original copy of Standard Form 1449 signature page (completing blocks 17a, 17b, 30a, 30b, and 30c.) submitted in hard copy with original signature. ” Administrative information document including your official business name, physical street address, mailing address, phone number, email address of a primary and secondary point of contact. Additionally, the administrative information sheet shall include the offeror’s DUNS number, cage code, NAICS, SIC, TIN and parent TIN. ” Pricing Offer on an Excel Spreadsheet. All proposed pricing must be provided utilizing the CLINs and format provided in the RFP. Subcontracting Plan. Proposals submitted in response to this solicitation shall include a subcontracting plan that separately addresses subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. If the offeror is submitting an individual contract plan, the plan must separately address subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns, with a separate part for the basic contract and separate parts for each option, if any. The plan shall be included in and made a part of the resultant contract. Failure to submit and negotiate a subcontracting plan shall make the offeror ineligible for award of a contract. The offeror shall submit a Management Plan that details their approach to meet the government requirements as stated in the PWS. The Offeror shall include all supporting details necessary for the Government to determine the Offerors personnel, technical qualifications and ability to perform the required services, as well as the adequacy and advantages of the proposal. Past Performance information shall be submitted electronically to the Contracting Officer in accordance with the requirements set forth in the RFP. Offerors may include up to three references of events of similar size and scope. Proposal submission instructions. The offeror shall provide a 20 page (maximum) proposal that addresses how the Performance Work Statement requirements will be accomplished. All proposals shall be submitted electronically. The Contractor shall submit their quotations as follows: E-Mail to: DANA.DIAMOND@VA.GOV Your entire quote must be received via email to DANA.DIAMOND@VA.GOV prior to JULY 3, 2012 at 5:00 PM CST in order to be considered for award. Late or partial proposals will not be considered. The Government shall be evaluating quotations on the basis of the written material presented. The vendor’s quotation should be written in plain language (VA prohibits the use of elaborate technical quotation) and be formatted in Times New Roman 12 Pt Font. Department of Veterans Affairs reserves the right to conduct an on-site inspection of offered facilities. All responsible sources that are able to demonstrate their ability to meet the requirements and provide items as listed above may respond to this solicitation. GENERAL DESCRIPTION: Veterans Health Administration (VHA) recently established a new Program Office entitled Patient Centered Care and Cultural Transformation (OPCCCT). OPCCT is dedicated to continuing the advancement of health care service provided to Veterans. Aligning and coordinating with these new initiatives, OPCCCT will be demonstrating and deploying new models of care. The purpose of the contract is to do the following: ” Develop the following comprehensive education programs: 1) Patient Centered Clinical Care Foundation program (general audience), 2) Patient Centered Clinical Care (clinical staff core competencies) and 3) Patient Centered Clinical Care Health Coaching (integrative health coaches) for wide-spread deployment across VHA ” Utilize cutting-edge educational learning paradigms such as accelerated and adult learning principles and experiential learning activities to optimize learning and knowledge transfer ” Incorporate change theory and leadership principles to maximize program success and implementation ” Develop Patient Centered Clinical Care educational programs pertinent to and effective with the Veteran population; that is, integrated across VHA ” Utilize distance learning and non-face-to-face learning modalities to reach the target audience in effective ways ” Develop VA staff skills and knowledge to transfer this education program’s implementation in-house ” Utilize an evaluative process to track, assess and evaluate the effectiveness of the Patient Centered Clinical Care education programs for the general audience, clinical staff and integrative health coaches URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77712R0189/listing.html
OutreachSystems Article Number: 120605/PROCURE/0098
Matching Key Words: writ*; copy; technical; standard; 


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. The NAICS Code is 611430 – Professional and Management Development Training. 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.milStatement 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 andTrainers 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 instructionalpersonnel 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, includingdocumentation 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 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 productmet 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 commandinstructions 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 thetraining 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 trainingmission. 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) 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: Total SmallBusiness URL: https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBP067/listing.html
OutreachSystems Article Number: 120605/PROCURE/0474
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. This is not an RFP. The NAICS Code is 611430 – Professional and Management Development Training. See the Draft 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, BusinessStatus, 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 atKelson.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 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 productsare 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 noproduct 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 labinstruction 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’sInstructor(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)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: Total Small Business URL: https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBP067/listing.html
OutreachSystems Article Number: 120605/PROCURE/0475
Matching Key Words: video*; produc*; train*; web; site?; education*; business*; documentation; event?; produce?; instruct*; commercial?;

FedBizOpps – Awards  

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Daniel Stafford, Phone 8178508278, Email daniel.stafford@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0370Y $125000 042312 541-4B_541-1000 Diversified Communications Inc., 2000 M Street NW, Ste 340, Washington, DC 20036 US Contractor POC: Michael Grams URL: https://www.fbo.gov/notices/2bdcd710a0e7fdd42b92cd9f11f78140
OutreachSystems Article Number: 120609/AWARDS/0806
Matching Key Words: naics!512110;  

FedBizOpps – Surplus 

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

99 — Sale of pallets QRP120007 061312 Sandra McGhee, Phone (502)624-5026, Fax (502)624-5672 , Email sandra.m.mcghee2.naf@mail.mil – Daniel Pearman, QRP Program Manager, Phone 502-624-5026, Fax 502-624-5672, Email daniel.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing and invitation for a non-exclusive sale of post consumer pallets.  The duration of this agreement is for 1 year. Please open the attached document on this posting for the sale solicitation/agreement from that is required for bidding.  Sign, initial each page in the disignated field, date, and enter all of the required information on your bid .  Send your bid to Daniel Pearman or Sandra McGhee at fax #: 502-624-5672 or by email at sandra.m.mcghee2 .naf@mail.mil .  Respond due date is 13 June 2012 at 2 pm Eastern Standard Time.  Please call the Fort Knox QRP at 1-502-624-5026  if you have question.  POC: Greg Alexander, Elias Santiago  or Sandra McGhee All bids are welcome. The contract performance location is at Building 94 Dixie St.  Fort Knox, KY 40121 Many Thanks, Sandra McGhee Fort Knox QRP Bldg 94 Dixie St. Fort Knox, KY 40121 Daniel Pearman Program Manager Place of Performance: FORT KNOX QUALIFIED RECYCLE PROGRAM (QRP) 94 DIXIE ST Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP120007/listing.html
OutreachSystems Article Number: 120607/SURPLUS/1110
Matching Key Words: state!ky

FedBizOpps – Special Notes   

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

U–JROTC Cadet Leadership Challenge Exercise Washingtonville, New York W9124D12Q5268 James, (502) 624-4962 MICC Center – Fort Knox The contractor shall provide an appropriate number of certified instructors and supervisors to perform a ROPE course and provide a pellet rifle range for the purpose of leadership training and team development to 300 JROTC Cadets. The contractor shall provide the facility, equipment and safety harness/helmet gear for all cadets participating on the obstacles in support of JROTC Cadet Leadership Challenge Exercise, 24-25 June 2012. URL:https://www.fbo.gov/notices/bd22cd27f5f58f2207147ba75a0007a3
OutreachSystems Article Number: 120607/SPECIAL/1144
Matching Key Words: state!ky; 

USABID State and Local Purchases  

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

R – On-Bill Financing Video and Filming Services SOL 928-12000-12 On-Bill Financing Video and Filming Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120609/BID/0377
Matching Key Words: filming; 

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

R – KY STATE RESORT PARKS IN-ROOM GUEST DIRECTORIES – ADDENDUM. RFB-758-1200000908-2 DUE 21-JUN-2012 Richard Mize, Phone: (502) 564-6521; Website:https://emars.ky.gov/online/vss/AltSelfService Kentucky State Parks wishes to contract with a vendor or vendors to produce in-room hotel directories for each of our 17 resort parks, each with a year-round lodge and multiple rental cottages. Custom imprinted or embossed leatherette or vinyl ring style binder for 8 1/2 by 11 inch inserts, some with full color. A initial one-time purchase will be made with the option to purchase updated new directories after two-years. Typical contents include: Welcome Letter; Guest Services; Hotel/Park Amenities; Menu; Safety Procedures; Area Map and Attractions; Sponsor Advertising. All sheets shall be laminated or durable stock to endure repeated handling. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120608/BID/0002
Matching Key Words: age:state!ky; state!ky; 


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

R – PRICE CONTRACT FOR ANIMAL BEHAVIOR CONSULTANT. IFB-2778-0-2012/MBB DUE 18-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: 120608/BID/0005
Matching Key Words: age:state!ky; state!ky; 


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

R – RFP 38-12 Spanish Translating/ Interpreting Services SOL RFP 38-12 RFP 38-12 Spanish Translating/ Interpreting Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120608/BID/0367
Matching Key Words: age:state!ky; state!ky; 

Justice and Public Safety Cabinet, 125 Holmes Street, State Office Building Annex, 2nd Floor, Frankfort, KY 40601

R – INVESTIGATION SERVICES. RFP-500-1200000475-1 DUE 15-JUN-2012 Madeline Wise, Phone: (502) 564-7554; 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: 120607/BID/0005
Matching Key Words: age:state!ky; state!ky; 

Finance and Administration Cabinet, Office of Administrative Services, 702 Capitol Avenue, Room 195, Frankfort, KY 40601

R – MEDICARE SET ASIDE SERVICES. RFP-750-1200000517-1 DUE 25-JUN-2012 Renita Clarke, Phone: (502) 564-8079; 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: 120605/BID/0002
Matching Key Words: age:state!ky; state!ky; 


New York – Dormitory Authority http://www.dasny.org/construc/bidfore/index.php 515 Broadway, Albany NY, 12207.

R – 2012 Statewide MWBE Forum – Event Planning and Management SOL 397 The 2nd annual Statewide Minority, Women-Owned Business Enterprises (MWBE) Forum is scheduled for October 25, 2012 through October 27, 2012 at the Empire State Plaza Convention Center and Hotel Albany in downtown Albany, New York. The Governor is committed to increasing opportunities for certified MWBEs in state contracting to 20%. The statewide MWBE Forum event is an opportunity for MWBEs to learn of contracting opportunities with state agencies and authorities. The Dormitory Authority of the State of New York (DASNY) will be assisting in the planning and management of this event and is soliciting for event management/marketing, registration and speed networking services. Interested consultants must be able to provide all or a combination of the following services:Event Management:The selected consultant must have a proven track record of successfully managing professional business events with more than 2,000 attendees. The selected consultant will manage outreach to prospective exhibitors and attendees and will handle all aspects of coordination, pre-event and on-site. DASNY anticipates more than 150 exhibitors for the purpose of maximizing value to MWBE firms. The selected consultant will work with the statewide planning committee to produce an impactful, purposeful, content-rich conference; to ensure that all programmatic elements meet the needs of the MWBE community. The selected consultant will also make recommendations and coordinate outreach to prospective speakers of the utmost quality and relevance to determine availability and secure attendance. Other tasks may include, but are not limited to, the coordination of space planning with site staff for workshops, seminars and plenary sessions, secure audio/visual and other equipment needs, research and make recommendations regarding Forum catering, room set-up, workshop development, assistance with transportation arrangements and all other logistics.Event Marketing:The selected consultant will advise the planning committee regarding industry best practices for targeting a statewide MWBE audience. The selected consultant will create a Statewide MWBE Forum website to drive registration and increase participation across the state. Marketing materials to promote the event will include pre-event outreach information about the program, venue and registration. Additionally, marketing materials will be developed for the eventincluding signage, program book and speaker package. Post-event services, which will be posted on the Forum’s website, will include post-conference e-newsletter, conference highlights, photo galleries and any additional materials needed to guide and further assist MWBE firms.Registration and Speed Networking:The selected consultant will facilitate all components of pre-event registration and on-site registration and management. The consultant will coordinate an internet-based registration system, which can accommodate customized functionality, general attendee online registration and speed networking (a powerfulbusiness-to-business match between Prime contracting/consulting firms with opportunities and MWBE firms seeking work). The selected consultant will also assist in developing speed networking related marketing and outreach materials and fully integrate speed networking registration into the conference website and overall conference registration system. The selected consultant will ensure the on-site conference registration area is properly set-up and equipped to manage participant numbers efficiently during the registration process and speed networking sessions.It is the goal of the Authority to encourage participation by qualified certified Minority and Woman-Owned Business Enterprise (MWBE) firms.Interested consultants must submit six (6) copies of their proposal to the contact noted below no later than 5:00 PM on June 26, 2012. Proposals shall not exceed fifteen (15) pages and the information shall be in the same order in which it is requested. Each proposal must include the following required components:Cover Page – Provide a cover page that includes the firm name, address, telephone number, fax number and email address, along with the name, title, telephone number, fax number and email address of the individual within the firm who will be DASNY’s primary contact concerning this submission.Abstract – Submit a company capabilities profile that is no longer than one (1) page. Include whether you are applying as an individual, non-profit or for-profit company, and/or whether you will be teaming with another firm. Abstract should also include whether you are a New York State-certified Minority Business Enterprise (MBE) and/or Women-ownedBusiness Enterprise (WBE).Project Narrative – Describe the services you will provide and explain how these services will be implemented. Explain if anyone else will assist you in providing each service and identify how the provision of this mix will support and facilitate service delivery. Provide examples and specific strategies that you have implemented in the past that describe your experience planning largeconferences/meetings. Provide a timeline for the implementation of your proposal showing key activities and milestones beginning in July 2012.Supporting Documentation – Include staff biographies, descriptions and samples of prior work (which may include videos, website links and/or CDs or DVDs), contact information of former employers and/or any other relevant references.Management and Operational Capacity – Clearly convey your readiness to implement the component(s) of the 2012 Statewide MWBE Forum in which you are interested. Describe current and/or previous experience and how this experience is relevant to the implementation. Provide a list of staff who will participate in the implementation showing the role of each and their level of effort and qualifications. Describe the resources you currently have available for the implementation and any additional resources you expect from DASNY.Cost Proposal – Submit a cost proposal signed by the authorized representative of the company with a total Not-To-Exceed (NTE) amount for the actual cost of the total project, including: the estimated time and materials needed to complete the project; any hourly rates, if applicable; any additional services, if applicable; a detailed line-item breakdown of costs for the project and the cost of all expenses including travel, computers, communications, etc. Optional items should be priced separately. DASNY is seeking strategic ideas and approaches to execute this eventwithin a limited budget.Certificates of Insurance – The selected consultant will be required to carry full NYS Workers Compensation and NYS Disability. Upon notification of selection and prior to beginning work and/or award of a contract the consultant may also be required to carry Commercial General Liability, Professional Liability and/or Cyber Liability.In accordance with State Finance Law ? 139-j andb ? 139-k, this solicitation includes and imposes certain restrictions on communications between Dormitory Authority personnel and an Offerer during the procurement process. The designated staff for this procurement is Nicole White, RFP Coordinator (ph: 518-257-3667, Email: RFPCoordinator@dasny.org). Contacts made to other Dormitory Authority personnel regarding this procurement may disqualify the Offerer and affect future procurements with governmental entities in the State of New York. Please refer to the Authority’s website (www.dasny.org) for Authority policy and procedures regarding this law, or the OGS website(www.ogs.state.ny.us/aboutogs/regulations/defaultAdvisoryCouncil html) for more information about this law. All proposers, domestic and foreign, must be in compliance with New York State business registration requirements. Contact the NYS Department of State regarding compliance. In addition, business entities proposing to provide professional engineering services must obtain a Certificate of Authorization to Provide Engineering Services in New York State from the State Education Department. Proposals must be submitted in the full legal name of the proposer, or the full legal name plus a registered assumed name of the proposer, if any. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120605/BID/0212
Matching Key Words: video*; produc*; conference?; seminar?; you; website; site?; page?; education*; business*; documentation; event?; produce?; commercial?;   

Other Federal Procurements (small)

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

R — Feed Holding Agreement SOL DE-SOL-0004157 Description The purpose of the Statement of Work is for a contractor to perform physical receipt, storage, and establish a uranium hexafluoride (UF6) holding account to facilitate transfers (Book and Physical Transfers) of UF6 from DOE to other entities. Overview Reference number: DE-SOL-0004157 Issue date: 06/08/2012 Response due: 06/15/2012 03:00 PM ET Set Aside: N/A NAICS: 525990-Other Financial Vehicles PSC / FSC: R799-SUPPORT- MANAGEMENT: OTHER Agency: DOE Contracting office: EMCBC – Portsmouth-Paducah U.S. Department of Energy Portsmouth-Paducah Project Office 1017 Majestic Drive, Suite 200 Lexington, KY 40513 Place of Performance: Contact: David Senderling Phone: Fax: Email: david.senderling@lex.doe.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120609/SMALL/9404
Matching Key Words: state!ky; 

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

R — Federal Supply Classification R706 SOL N68733-21-5-0A05 General Desc: LOGISTICS SUPPORT – TECHNICAL WRITERDetail Desc: Please See Synopsis For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120605/SMALL/4512
Matching Key Words: writ*; technical; 

Kentucky State Procurement

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

T — KY STATE RESORT PARKS IN-ROOM GUEST DIRECTORIES – ADDENDUM. RFB-758-1200000908-2 DUE 21-JUN-2012 Richard Mize, Phone: (502) 564-6521; Website:https://emars.ky.gov/online/vss/AltSelfService Kentucky State Parks wishes to contract with a vendor or vendors to produce in-room hotel directories for each of our 17 resort parks, each with a year-round lodge and multiple rental cottages. Custom imprinted or embossed leatherette or vinyl ring style binder for 8 1/2 by 11 inch inserts, some with full color. A initial one-time purchase will be made with the option to purchase updated new directories after two-years. Typical contents include: Welcome Letter; Guest Services; Hotel/Park Amenities; Menu; Safety Procedures; Area Map and Attractions; Sponsor Advertising. All sheets shall be laminated or durable stock to endure repeated handling. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120608/KY/6803
Matching Key Words: age:state!ky; state!ky; 


City of Loveland, 120 West Loveland Avenue, Loveland, OH 45140

R — LOCKBOX BANKING SERVICES. DUE 25-JUN-2012 The City of Loveland, Ohio ( City ) hereby gives notice of the issuance of a Request for Proposals ( RFP ) for qualified respondents to provide the Loveland Utility Department with professional lockbox banking services. The RFP is available for download from the City s web site, http://www.lovelandoh.com, or you may request a copy from the Finance Office at (513) 683-0150. The City must receive proposals no later than 3:00 p.m. on Monday, June 25, 2012 to be eligible for consideration. Proposals must be delivered to Loveland City Hall at 120 West Loveland Avenue, Loveland, Ohio 45140. All proposals received will be considered confidential and not available for public review until after an individual or firm has been selected. 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: 120608/KY/6826
Matching Key Words: age:state!ky; state!ky; 


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

T — PRINT ON DEMAND (POD) SERVICES – UNIVERSITY PRESS OF KENTUCKY. UK-1185-12 DUE 19-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: 120608/KY/6828
Matching Key Words: age:state!ky; state!ky; 


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

U — EMBEDDED EDUCATION ABROAD PROVIDER. UK-1184-12 DUE 29-JUN-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This request for proposal is issued to solicit proposals from qualified, experienced, reputable, and financially sound International Education Organizations (hereafter called IEO) to establish a continued, physical presence on University of Kentucky’s campus. Our goal is to increase our capacity and enrollment in education abroad programming by embedding an education abroad program provider within Education Abroad at UK (EA), a unit of the UK Office of International Affairs (OIA). The IEO will employee and appoint 1-2 professional international educators who will represent the IEO on the UK campus and work closely with EA to encourage increased enrollment in high-quality, academically-sound and experientially rich study abroad, research abroad, and intern abroad programs for UK students. 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: 120608/KY/6829
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — COMPONENTIZATION STUDY AND SERVICES – ADDENDUM #1. RFP140-PSC DUE 15-JUN-2012 Susan Wilhelm, Phone: (502) 852-8234; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htmPreparation of a componentization study on certain University buildings in order to determine whether the depreciation relative to building components would provide a more realistic presentation of such costs for financial statements and the facilities and administrative (F&A) rate for the fiscal year ending June 30, 2012 and thereafter. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120608/KY/6831
Matching Key Words: age:state!ky; state!ky; 


Salyersville Utility Commission, Salyersville, KY

R — OPERATION AND MAINTENANCE OF FACILITIES. DUE 02-JUL-2012 The Salyersville Utility Commission is requesting statements of qualifications/proposals from qualified, capable entities to provide full, on-site contract management services to include operation and maintenance of all its facilities (water treatment & distribution systems and sewer treatment and collection systems) as well as all associated fiscal management and customer services. The commission reserves to itself financial control of the system, bearing responsibility for system debt obligations and retaining sole authority to disburse any and all revenues generated by the system, pursuant to its rules, regulations, and procedures. The complete Request for Qualifications/Proposals package can be obtained by calling Brenda Powers at the Big Sandy Area Development District at (606) 886-2374 or e-mailing her at brenda.powers@bigsandy.org. A mandatory pre-proposal conference and inspection tour of its facilities will be held at 10:00 a.m., June 22, 2012 at the Salyersville Waterworks Office located at 401 College Street, Salyersville, KY. The deadline for receipt of submissions is Monday, July 2, 2012, no later than 4:00 p.m. Submissions should include five (5) copies of the qualifications/proposal statements. Please clearly mark submissions “Salyersville Utility Management Services” on the exterior. Submissions should be made to Johnny Lovely, Chairman, Salyersville Waterworks, 401 College Street, Salyersville, KY 41465. Submissions will be reviewed by the Commissioners and ranked on the basis of criteria set forth in the RFQ/RFP package. The Salyersville Utility Commission reserves the right to schedule interviews with any or all respondents or to reject any or all proposals. Once a firm has been selected, all unsuccessful firms will be promptly notified. 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: 120608/KY/6855
Matching Key Words: age:state!ky; state!ky; 

Fayette County Public Schools, 460 Springhill Drive, Room 208, Lexington, KY 40502

R — SPANISH TRANSLATING/INTERPRETING SERVICES. RFP 38-12 DUE 03-JUL-2012 Fayette County Public Schools will receive SEALED bids/proposals until the following date: Tuesday, July 3, 2012, 11:00 A.M. for Spanish Translating/Interpreting Services marked RFP 38-12. Bid/RFP forms and specifications may be obtained at http://fcps.economicengine.com. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120607/KY/6777
Matching Key Words: age:state!ky; state!ky; 

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

R — ACTUARIAL STUDY FOR BOND POOL ESTABLISHMENT – ADDENDUM. RFP-128-1200000509-2 DUE 12-JUN-2012 Nini Hughes, Phone: (502) 564-6940; Website: https://emars.ky.gov/online/vss/AdvantageThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120606/KY/6722
Matching Key Words: age:state!ky; state!ky; 


Louisville Water Company, 550 South 3rd Street, Louisville, KY 40202

R — WORKERS COMPENSATION MANAGEMENT SERVICES. BID #12-10 DUE 20-JUN-2012 Website: http://www.lwckyplanroom.com/goodsandservices Sealed bids will be accepted in the Louisville Water Company Purchasing Department up to 11:00 a.m., EST on the bid opening date indicated for the following: GOODS AND SERVICES – Bid 12-10 / Workers Compensation Management Services. Bid Opening Date: June 20, 2012. Buyer: Terry Atwell, (502) 569-3600, ext. 2176, Email: tatwell@lwcky.com. For additional information, bidders must refer to the specifications. Specifications may be obtained from the Goods & Service Eplanroom at http://www.lwckyplanrom.com. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120606/KY/6735
Matching Key Words: age:state!ky; state!ky; 


Kentucky Retirement Systems, Perimeter Park West, 1260 Louisville Road, Frankfort, KY 40601-6124

R — NON-DISCRETIONARY ABSOLUTE & REAL RETURN CONSULTANT. DUE 02-JUL-2012 Chris Schelling, Phone: (502) 696-8642; Fax: (502) 696-8805; E-mail: chris.schelling@kyret.ky.gov; Website:http://kyret.ky.gov/index.php/about/rfp 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: 120606/KY/6753
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-758-1200000489-3 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: 120605/KY/6676
Matching Key Words: age:state!ky; state!ky; 


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

R — MEDICAID MANAGED CARE OPERATIONS COMPLIANCE AND ORGANIZATION – ADDENDUM. RFP-746-1200000455-2 DUE 11-JUN-2012 Lindsay Jackson, Phone: (502) 564-8196; 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: 120605/KY/6681
Matching Key Words: age:state!ky; state!ky; 


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

99 — 2012 SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM – EDUCATION (SNAP-ED) ADDITIONAL PROMOTIONAL ITEMS. K-0647-12 DUE 13-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: 120605/KY/6693
Matching Key Words: age:state!ky; state!ky; 


Eastern Kentucky University, Division of Purchases, Jones Building, Room 119, Richmond, KY 40475

R — MANAGEMENT CONSULTING SERVICES. RFP 42-12 DUE 12-JUL-2012 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://www.purchasing.eku.edu/bids_quotes.php 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: 120605/KY/6698
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: