FedBizOpps – Procurements
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
U — CANOPY COURSE OF INSTRUCTION H92244-12-T-0204 071012 Danyiele F. Peterson, Phone 7578932713, Email danyiele.peterson@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-0204, 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 2012. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of $7.0 million. The DPAS rating for this procurement is DO-S10. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 Canopy Course Instruction. Contractor shall provide Canopy Course Instruction for ten (10) students. Contractor shall provide a minimum student to contractor ratio of 2:1 for five (5) days to train and instruct NSWDG personnel in order to greatly enhance comfort ability, precision and accuracy in both solo and group canopy air to air formations and landing patterns to further increase effectiveness. All instructors must have prior experience with Special Operations Forces (SOF) in Canopy instruction. Contractor must be able to provide video footage upon completion of course for debrief purposes. Contractor must be able to provide lift tickets for all personnel. Contractor must be able to provide facility for course instruction. Contractor must be able to provide one (1) rig per instructor per course. Contractor must be able to provide parachute packing services for all personnel. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger License. “The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation.”.” SLIN 0001AA Five (5) Instructors for 5 days Qty – 5 days Period of Performance: 06 -10 August 2012 SLIN 0001AB Lift Tickets Qty – 625 ea SLIN 0001AC Parachute Packing Services Qty – 625 ea SLIN 0001AD Ground Video Services Qty – 3 days SLIN 0001AE Equipment expenses, if required Qty – 1 lot The contractor shall provide a breakout of all Equipment and associated expenses to include rental and shipping as required to support this requirement. SLIN 0001AF Other routine expenses for facilities, travel, lodging, etc Qty – 1 lot The contractor shall provide a breakout of all associated Air Fees Transportation, Rental Car/Other Ground Transportation, Lodging and associated Per Diem Expenses in accordance with the JTR. Place of Performance: Eloy, AZ CLIN 0002 Advanced Canopy Course Instruction. Contractor shall provide a Canopy Control Course of Instruction for ten (10) students that specializes in group pattern work, landing accuracy, and individual air-to-air canopy control skills.Training shall include developing and improving basic and advanced canopy flight controls, improving canopy flare techniques to ensure maximum safety upon landing, increase individual comfort ability in a close proximity group setting to improve accuracy in pattern work and on landing, individually drill and improve in-depth canopy flight planning and weather consideration to improve accuracy. Contractor shall provide a minimum student to contractor ratio of 2:1. Minimum of 50 jumps per student (weather dependent)m Instructors shall possess a minimum of a USPA “D” License, PRO Rating and current USPA membership.Instructors shall be national and /or world champion in canopy piloting, both solo and group formations. All instructors must have prior experience with Special Operations Forces (SOF) in Canopy instruction.Instructors shall demonstrate the capability to to effectively fly a main canopy in close proximity to students while communicating to them via one-way communication device for real-time feedback. Contractor shall provide 2-way radio communications from instructor to student during all canopy drills.Contractor must be able to provide DAILY video debriefs after each jump culminating with an end product containing all videofootage upon completion of course for. Contractor must be able to provide lift tickets for all personnel. Students will bring two rigs each. Contractor must be able to provide parachute packing services for all personnel, if required. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger License. Contractor shall currently use and specialize in the Performance Design Canopy Systems. “The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation.”.” SLIN 0002AA Five (5) Instructors for 5 days Qty – 5 days Period of Performance: 08 -12 October 2012 SLIN 0002AB Lift Tickets Qty – 625 ea SLIN 0002AC Parachute Packing Services Qty – 625 ea SLIN 0002AD Ground Video Services Qty – 3 days SLIN 0002AE Equipment expenses, if required Qty – 1 lot The contractor shall provide a breakout of all Equipment and associated expenses to include rental and shipping as required to support this requirement. SLIN 0002AF Other routine expenses for facilities, travel, lodging, etc Qty – 1 lot The contractor shall provide a breakout of all associated Air Fees Transportation, Rental Car/Other Ground Transportation, Lodging and associated Per Diem Expenses in accordance with the JTR. Place of Performance: Within a 50-mile radius of Las Vegas, NV CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractor’s 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 FAR 52.212-4 Instructions to Offerors — Commercial Items Contract Terms and Conditions-Commercial Items Feb 2012 Jun 2010 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law-Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.242-15 Stop Work Order Aug 1989 FAR 52.243-1 Alt 1 Changes – Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 FAR 52.247-34 Limitation of Liability–Services F.o.b. Destination Feb 1997 Nov 1991 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 DFARS 252.203-7002 DFARS 252-204-7003 Requirements Relating to Compensation of Former DoD Officials Requirment to Inform Employees of Whistleblower Rights Control of Government Personnel Work Product Jan 2009 Jan 2009 Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.209-7001 DFARS 252.211-7003 Alt 1 Disclosure of Ownership or Control by the Government of a Terrorist Country Item Identification and Valuation – Alternate I Jan 2009 Dec 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Feb 2012 DFARS 252.225-7000 DFARS 252.225-7001 DFARS 252.225-7002 DFARS 252.232-7010 Buy American Act-Balance of Payments Program Certificate Buy American Act and Balance of Payments Program Qualifying Country Sources as Subcontractors Levies on Contract Payments Dec 2009 Oct 2011 Apr 2003 Dec 2006 DFARS 252.243-7002 DFARS 252.247-7023 Requests for Equitable Adjustments Transportation of Supplies by Sea Mar 1998 May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note 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 periods of performance, past performance and price. The contractor shall provide a detailed training program and schedule of events for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items Alternate 1 (Apr 2011) – (Apr 2012) FAR 52.212-5 DEV 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) Feb 2012 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) 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. 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: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 10 July 2012. 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 60 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact for this solicitation is Danyiele Peterson at danyiele.peterson@vb.socom.mil or phone (757) 893-2713 or fax to (757) 893-2957. Set-Aside: Total Small Business URL:https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0204/listing.html
OutreachSystems Article Number: 120629/PROCURE/0119
Matching Key Words: video*; produc*; train*; you; website; business*; event?; instruct*; commercial?;
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW Washington DC 20210-0001
R — Verbatim Stenographic Reporting Services DOL121RP21501 Isaac V. Roper Charles, Phone 2026934584, Email ropercharles.isaac@dol.gov – Wanda Maddox, Contracting Officer, Phone 2026937199, Fax 202-693-4579, Email maddox.wanda@dol.gov This project is an Indefinite Delivery/Indefinite Quantity (IDIQ) contractual vehicle for verbatim stenographic reporting services in support of the Office of Administrative Law Judges (OALJ) for the Western Region (The entire states of Alaska, Arizona, California, Colorado, Hawaii, Idaho, Montana, North Dakota, Nebraska, Nevada, New Mexico, Oregon, South Dakota, Utah, Washington, and Wyoming including the Territories of Guam and Spain), the Southern Region (The entire states of Alabama, Arkansas, Florida, Georgia, Kansas, Louisiana, Mississippi, Oklahoma, and Texas), The Eastern Region (The entire states of Kentucky, North Carolina, South Carolina, Tennessee, Virginia, and West Virginia) and the Northeast Region (The entire states of Connecticut, Delaware, Iowa, Illinois, Indiana, Maine, Maryland, Massachusetts, Michigan, Minnesota, Missouri, New Hampshire, New Jersey, New York, Ohio, Pennsylvania, Rhode Island, Vermont, and Wisconsin, including the District of Columbia, and territories of Puerto Rico, and the Virgin Islands). The Government may award one or more contracts. Each contract awarded will contain a basic 12-month period and four 12-month option periods. Work to be performed will be within the North American Industry Classification System (NAICS) code 561492 Court Reporting and Stenotype Services, size standard $7.0 M. It has been determined that competition will be limited to a total small business set aside. The Government will evaluate offers and select the awardee(s) utilizing a best value approach in accordance with FAR 15.101. In using this best value approach, the Government seeks to award to those offerors who give the Department of Labor the greatest confidence that they will best meet the requirement at a fair and reasonable price. While the government evaluation team will strive for maximum objectivity, the best value award process, by its nature, is subjective. This may result in an award being made to higher rated, higher priced offerors where the decision is consistent with the evaluation factors in the Request for Proposal (RFP) and it has been determined that the technical superiority or superior past performance of higher priced offerors outweighs the cost difference. All successful awardees are guaranteed a minimum of $2,500.00. An actual solicitation is expected to be issued on or about 11 July 2012. The closing date and time for submission of offers will be contained in the solicitation package. The entire solicitation will be made available only on the Electronic Posting System (EPS) single government point of entry (GPE) web site at http://www.fedbizopps.gov at that time. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Potential offerors MUST register at http://www.fedbizopps.gov in order to receive notification and/or changes to the solicitation. All contractors MUST be registered in the Central Contractor Registration (CCR) database and have and have a current record on the Online Representations and Certifications Application (ORCA). Contractors can obtain further information on the Central Contractor Registration (CCR) at http://www.ccr.gov. Contractors can obtain further information on the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any bid/proposal preparation costs. Set-Aside: Total Small Business Place of Performance: NATIONWIDE US URL: https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL121RP21501/listing.html
OutreachSystems Article Number: 120627/PROCURE/0074
Matching Key Words: state!ky;
Library of Congress, Contracts Services, Contracts Services, Library of Congress, Contracts Services, Contracts Services, 101 Independence Ave SE, Washington, DC, 20540-9411
R — Project Management LCITS12Q0190 070212 Tanease DeLyons, Contract Specialist, Phone 202-707-0467, Fax 202-707-8611, Email tday@loc.gov – Joy Hughes, CO, Phone 202-707-3532, Fax 202-707-8611, Email johu@loc.gov This is a combined Synopsis/Solicitation for commercial items prepared in accordance with FAR Subpart 12.6 Streamlined Procedures for Evaluatioin and Solicitation. This announcement constitutes the ONLY solicitation. Quotations are being requested. A written solicitation document can be downloaded. This solicitation is a Request for Quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 – Administrative and General Management Conuslting Services. All interested contractors shall provide a quote for the base year plus 4 Option Years for the following: Line Item Supplies/Services Quantity Unit 001 Project Portfolio Mgmt 1 HR 002 Project Portfolio Mgmt (alt) 1 HR 003 Technical ;Writer 1 HR Award shall be made based on a BEST VALUE determination across all eligible quotes. All quoters shall submit the following: (1) An original and one (1) copy of quotations which addresses Line Items 001-003 for the base and Option Years (2) An original and one (1) copy of the Technical description and/or product literature; (3) Description of commerical warranty; and (4) An original and one (1) copy of the most recent published price list (s) This is an Open-Market Combined Synopsis/Solicitation for Services as defined herein. The Government intends to award a Firm-Fixed Price Contract as a reslut of this combined Synopsis/Solicitation. Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Contract, not the terms and conditions for the offeror’s FSS or GWAC contract. All quotes shall be received no later than 2:00PM Eastern Standard Time on July 2, 2012 at the Library of Congress Office of Contracts and Grants Management 101 Independence Aveune, S.E., Washington DC 20540-9411 Attn: Tanease DeLyons OR BY EMAIL AT tday@loc.gov Any questions or concerns regarding this solicitation should be forwarded in writing via email to the Contract Specialist (Tanease DeLyons) at tday@loc.gov The Government is not responsible for the amount of time required to clear unannounced visitiors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone, POC, bldg, room number etc.) Faxed Quotes will NOT be accepted Place of Performance: The Library of Congress 19053 Mount Pony Road Culpeper, VA 22701-7551 Culpeper, VA 22701 US URL: https://www.fbo.gov/spg/LOC/CS/CS/LCITS12Q0190/listing.html
OutreachSystems Article Number: 120627/PROCURE/0079
Matching Key Words: writ*; copy; technical; standard;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
U — Training Support H92244-12-T-0219 071712 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-0219, 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 611620 with a business size standard of $7.0 million. The DPAS rating for this procurement is DO-S10 The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 USPA AFFI Course Director and Evaluator – See Section C Specifications Period of Performance: August 2012 (dates to be determined upon award) (Contractor shall provide detailed breakdown of quote) Qty – 1 lump sum Period of Performances : First Week – One (1) Instructor for five (5) days Second Week – Two (2) Instructors for six (6) days Third Week – Two (2) Instructors for five (5) days Place of Performance Marana , Arizona Section C Specifications 1. Instructors must be certified as a United States Parachute Association (USPA) Accelerated Free Fall Instructor (AFFI) Examiner, or as a USPA Accelerated Free Fall Instructor Evaluator 2. Instructors must hold a current USPA AFFI rating 3. Instructors must be certified as a Military Free Fall Jump Master 4. Instructors must have worked at a Joint (closed) Military Free Fall Course in the previous eighteen months 5. Instructors must have demonstrated a positive past performance with Special Operations Forces (SOF) personnel, as well as a thorough working knowledge for the curriculum of the Joint (closed) Basic Military Free Fall Course 6. Instructors must be able to make 12 jumps (skydives) per day from military or commercial contracted aircraft from an altitude of no more than 24,999 feet above sea level. 7. Instructors must be able to work 12 hours per day 8. Instructors shall be required to arrived at least 30 minutes prior to all scheduled training evolutions. 9. Instructors shall provide for their own equipments. 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 52.212-1Instructions 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 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt 1 Changes – Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability Feb 1997 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 252.232-7010 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 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: (i) Technical – Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation. (ii) Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii) Price -All line items will be reviewed for price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Feb 2012 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s 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 17 Jul 2012. 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: Marana, AZ US URL:https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0219/listing.html
OutreachSystems Article Number: 120627/PROCURE/0101
Matching Key Words: film?; produc*; train*; you; website; business*; event?; instruct*; commercial?;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Jackson, MICC – Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
69–Training Videos W9124C12T0011 071612 Kimberly Marsh, 8037511420 MICC – Fort Jackson This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This RFQ will be total small business set aside for Training Videos. The associated NAICS code is 512110, Motion Picture and Video Production, and size standard is 29.5M. See attached RFQ. Quote MUST be good for 90 calendar days after submission. QUESTIONS: Interested offerors must submit any questions concerning this RFQ via email to kimberly.c.marsh.civ@mail.mil no later than 3:00PM EST, Thursday, June 28, 2012. Set-Aside: Total Small Business Place of Performance: MICC – Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC 29207-5491 US URL:https://www.fbo.gov/notices/2f82a1de88b20065587fa228bbf519fd
OutreachSystems Article Number: 120627/PROCURE/0423
Matching Key Words: video*; produc*; train*; business*; production?; commercial?; naics!512110;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, MICC – Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
99–OUTDOOR RESEARCH BRAND NAME ONLY REQUIREMENT W9124812T0048 062912 Michelle Petterson, 270-798-7810 MICC – Fort Campbell This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Closing Date: 29 June 2012, 4:00 p.m. (CT) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis-solicitation is issued as a request for quotation W91248-10-T-0048. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The NAICS code is 315992 and the small business size standard is 500 employees. NOTE: This solicitation is restricted to small business firms. The MICC Installation Contracting Officer, Fort Campbell, KY, has a requirement for Flame Resistant Cold Weather mitts (see Bid Schedule). THE PROCUREMENT IS RESTRICTED TO OUTDOOR RESEARCH PRODUCTS AND AUTHORIZED DISTRIBUTORS ONLY. See Justification and Approval document. Items to be acquired are: Line Item 0001, Swoop Mitts, part number 71670, size small, qty 36; Line Item 0002, Swoop Mitts, part number 71670, size medium, qty 72; Line Item 0003, Swoop Mitts, part number 71670, size large, qty 70; Line Item 0004, Swoop Mitts, part number 71670, size extra- large, qty 53; Line Item 0005, Swoop Mitts, part number 71670, size extra-extra-large, qty 19; Line Item 0006, Shipping. Offerors shall only quote prices and quantities for items that are available for delivery by 01 August 2012. The provision at 52.212-1 Instructions to Offerors – Commercial Items, is applicable to this solicitation with the exception of paragraphs (e) and (h). The provision at 52.212-2 Evaluation Commercial Items, applies to this solicitation. If an offeror has not completed the annual representations and certifications at the ORCA website, offerors are to complete paragraphs (b) through (i) of FAR Provision 52.212-3, Offeror Representations and Certifications – Commercial Items and submit with their offer. The contract clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government’s Interest when subcontracting with contractors debarred, suspended or proposed for debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-3 Buy American Act – Free Trade Agreeements – Israeli Trade Act, Alternate II; 52.225-4, Buy American Act-Free Trade Agreements-Israeli Trade Act, Alternate II; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration. Contract clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is also applicable with the following additional DFARS clauses cited therein applicable: 252-203-7000, Requirements Relating to Compensation of Former DoD Officials, 52.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea ALT III; 252.247-7024 Notification of Transportation of Supplies by Sea. In addition the following clauses apply: 52.204-7, Central contractor Registration; 52.247-34, F.o.B. Destination; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control Of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration Alternate A; 252.204-7008, Requirements for Contracts Involving Export-Controlled Items; 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing Of Contract Modifications, 5151.233-4000, HQ AMC – Level Protest Program and 52.252-2, Contract Clauses Incorporated by Reference (fill-in http://farsite.hill.af.mil . Offers may be sent submitted via e-mail to the following address: edward.c.gosline.mil@mail.mil Vendors shall include CAGE Code, DUNS and TIN with their quote. In addition to their quote, vendors shall – if offering an “Equal” item includes descriptive literature that clearly indicates how the proposed equal item meets the physical, functional and performance characteristics as indicated above. Quotes are due 29 Jun 2012, 4:00 p.m. (CT) at Mission and Installation Contracting Command (MICC) Fort Campbell, Bldg. 2172, ATTN: LTC Ed Gosline, 13 St., Ft. Campbell, KY 42223-5355 email edward.c.gosline.mil@mail.mil or Kevin Day, email: kevin.j.day.civ@mail.mil Place of Performance: MICC – Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY 42223-1100 US URL: https://www.fbo.gov/notices/c8f133845902d05db2c3bd05f57d00a3
OutreachSystems Article Number: 120627/PROCURE/0490
Matching Key Words: state!ky;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — Navigational Equipment H92244-12-T-0218 070912 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation forCommercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0218, 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 334511 with a business size standard of 750 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 only due to compatibility with existing system in place. Manufacturer: Furuno USA CLIN 0001 Model# MM3-JEP-WHD World Unlock Code Package to include 1TB external hard drive loaded with all current Jeppesen-based MM3D charts, along with set of unlock codes. Qty – 6 ea F.O.B. Destination Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1Instructions 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 52.232-36 Payment by Third Party Feb 2010 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 Alt 1 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 9 Jul’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-0218/listing.html
OutreachSystems Article Number: 120627/PROCURE/0497
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of the Army, Army Contracting Command, Contracting Center of Excellence (NCR-CC), Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
R–Small Businesses with NAICS code 541611 W91WAW12-R-0140 062912 David Struble, 703-325-7547 Contracting Center of Excellence (NCR-CC) This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may or may not be awarded as a result of this sources sought announcement. Only organizations currently registered as a small business under NAICS code 541611: Administrative Management and General Management Consulting Services, with a size standard of $14.0 million are to submit a Capability Package. The Capability Package for this sources sought market survey is not to be a proposal, but rather responses to the questions asked below and statements regarding the Offeror’s existing experience. The Capability Package must not exceed 15 pages (12 pt font) and must be submitted electronically. The Capability Package is due by 5:00 PM Eastern Daylight Savings Time (EDST) on 29 June 2012. NO EXCEPTIONS. The Point of Contact (POC) for this sources sought is: David Struble, david.v.struble.civ@mail.mil 703-325-7547. The US Army Contracting Command-National Capital Region (ACC-NCR), on behalf of the Naval Air Systems Command (AIR 6.8) Corporate Business Office (CBO) intends to procure services in support of CBO’s mission. CBO facilitates lessons learned across the Department of Defense (DoD) and its partners (USCG/NASA) and provides acquisition, implementation, and sustainment product/services for DoD Commands, Agencies, Field Activities, all other DoD entities (including medical) and their partners. The CBO provides support for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Business Analytics; Test and Evaluation; Information Technology; Facilitation, Education and Training; and Technical Editing, Writing and Illustration. These products and services include total life cycle management activities that enable improvement of products, processes, services, outcomes and metrics of operations which ultimately provide for optimization of war fighter needs. Major tasks under the Performance Work Statement would include: * Project, Program and Portfolio Management * Business, Cost Estimating and Financial Management * Business Analytics * IT Systems Development, Deployment, Operations and Support * Facilitation, Education and Training * Technical Editing, Writing and Illustration In the Capability Package the Offeror must respond to and provide detailed answers to all of the following questions: 1. Attached to this Sources Sought is a list of Labor Categories and position descriptions, which of these positions are you currently providing or can you provide at this time? 2. On what contracts have you provided the listed Labor Categories in the last three (3) years? (Please include a description of the contracts) 3. Do you have the experience in providing all of the above major tasks? 4. Do you have the capability of supporting Task Orders in excess of $14.0M per year? 5. Do you currently support contracts that have the requirement of a secret or higher clearance? The Government anticipates multiple award IDIQ contracts. The anticipated period of performance would be one (1) Base Year plus two (2) one (1) year option periods. The place of performance will vary for each Task Order to include all DoD Commands and Activities, Partnering sites, both CONUS and OCONUS. Set-Aside: Total Small Business Place of Performance: Army Contracting Command – National Capital Region 200 Stovall Street, 11TH Floor Alexandria VA 22331-1700 US URL: https://www.fbo.gov/notices/1e1897ba971dfa8032f903de55a6cd16
OutreachSystems Article Number: 120627/PROCURE/0603
Matching Key Words: writ*; technical; standard;
Department of the Interior, National Park Service, NPS – All Offices, ARO – ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
R — Glacier Bay National Park and Preserve Bone Preparation for Articulation & Display of Humpback Whale Skeleton P12PS00972 080812 Christie L. VandenDries Contract Specialist 9076443317 Christie_vandendries@nps.gov; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance SOLICITATION NUMBER: P12PS00972 SUBJECT: Bone Preparation for Articulation & Display of Humpback Whale Skeleton at Glacier Bay National Park and Preserve, Alaska PLACE OF CONTRACT PERFORMANCE: Gustavus, Alaska THIS IS ONLY A PRE-SOLICITATION ANNOUNCEMENT ONLY. NO RESPONSE IS REQUESTED OR DESIRED FOR THIS ANNOUNCEMENT. THE SOLICITATION PACKAGE WILL BE POSTED ON OR AFTER JULY 9, 2012. NO OTHER DOCUMENTS PERTAINING TO THIS SOLICITATION WILL BE MADE AVAILABLE PRIOR TO THE ABOVE REFERENCED DATE. THIS IS A PRESOLICITATION NOTICE TO ANNOUNCE that the Department of Interior, National Park Service, Alaska Region Office intends to issue a request for proposals (RFP) to clean, repair, fabricate, and preserve Whale #68’s bones in preparation for re-articulation and installation of an outdoor, educational exhibit. GENERAL DESCRIPTION OF REQUIREMENT: In July 2001, a long time documented 45 year old humpback, Whale 68, died after being struck by a cruise ship and was towed to shore for examination. Glacier Bay National Park (GBNP) collected, cleaned, and preserved the bones of her 45 foot adult skeleton between 2001 and 2011 in anticipation of creating an educational exhibit. Contractor shall provide all tools, equipment, materials, labor, supervision, personnel and shall do all things necessary to clean, repair, fabricate, and preserve Whale #68’s bones in preparation for re-articulation and installation of an outdoor, educational exhibit. The overall intent is for this project to result in bones that are clean, strong and visually attractive enough to comprise the whale’s complete 45.5 ft skeleton to last 30-50 years in an outdoor display. Completion date for this project is March 15, 2013. This project is subject to the Service Contract Act. Be advised that this requirement may be delayed, cancelled, or revised at any time during process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. If the requirement is cancelled, all offeror preparation costs will be borne by the offeror. OPTIONAL SITE VISIT: An optional organized site visit will be provided after issuance of the solicitation. At the time of this presolicitation announcement, the site visit is planned for Wednesday, July 18, 2012, 10:00 a.m.-12:00 p.m and 1:00 p.m.-3:00 p.m. at the Glacier Bay National Park and Preserve Headquarters in Gustavus, Alaska. Potential offerors may, at their own expense, travel to Glacier Bay National Park and Preserve to investigate and research the current condition of the bones. Where feasible, potential offerors will notify the contracting officer in advance their intent to attend the site visit. GENERAL INFORMATION: SET ASIDES: TOTAL SMALL BUSINESS SET ASIDE (IAW FAR Subpart 19.5) NAICS Code: 711510 Small Business Size Standard: $7.0M CENTRAL CONTRACTOR REGISTRATION INFORMATION: Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award in order to be eligible for a government contract – the link can be found at http://www.ccr.gov. We advise potential offerors to begin the registration process when they prepare their offer to ensure the registration in the CCR database is complete and in-place should they be selected for the award. In the event an offeror is not registered in CCR at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful offeror. Refer to FAR 52.204-7, Central Contractor Registration, “If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.” ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12 and FAR 52.204-8) RFP ISSUANCE DATE: The anticipated issuance date of the RFP is on or about July 9, 2012 (subject to change) with an anticipated closing of August 8, 2012 2:00 PM Alaska Local Time (subject to change). The RFP will be posted and available for download at the National Business Center (http://ideasec.nbc.gov) on or about July 9, 2012. In addition, general information and links to the solicitation will be provided at the Federal Business Opportunities website (www.fbo.gov). Any amendments issued to the solicitation will also be available at the websites mentioned above. NO HARD COPY DOCUMENTS WILL BE ISSUED. Point of Contact: Ms. Christie VandenDries Phone: (907) 644-3317 Email: Christie_VandenDries@nps.gov Set-Aside: Total Small Business Place of Performance: Gustavus, Alaska 99826 USA URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS00972/listing.html
OutreachSystems Article Number: 120626/PROCURE/0094
Matching Key Words: naics!711510;
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640
99 — Painted and Filled Shielding Blocks SB1341-12-RP-0064 070912 Paula Wilkison, Contract Specialist, Phone 301-975-8448, Email paula.wilkison@nist.gov – Patrick K Staines, Contract Officer, Phone (301)975-6335, Fax (301)975-8884, Email patrick.staines@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. NIST’s Center for Neutron Research has a requirement for shielding blocks. The instrumentation for the conduct of neutron scattering research requires the installation of large shielding blocks, which are basically watertight steel tanks that are filled with steel shot and wax. This requirement is for thirty-three (33) filled and painted shielding blocks. The empty steel tanks shall be provided by NIST, and the contractor shall paint and fill these with the correct amounts of steel shot and wax, at a proper packing density, which will be specified by NIST in this document. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to both the Contract Specialist ( paula.wilkison@nist.gov) and the Contracting Officer (patrick.staines@nist.gov). Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) All responsible parties shall provide an offer for all of the following line items. LINE ITEM 0001: QUANTITY THIRTY-THREE (33) EACH FILLED AND PAINTED STEEL SHIELDING BLOCKS, including all of the following components and meeting all of the following general and specific requirements. REQUIREMENTS: 1. Specific tasks to be performed by the contractor: 1.1. Input Specifications 1.1.1. PDF files of assemblies 048-7016, 048-7017, 048-7018, and 048-7019 containing 2 dimensional drawings of welded assemblies. 1.1.1.1. The PDF drawings specified in 1.1.1 have notes on sheet 1. Disregard notes 1, 2, 3, 7, 9, 10 as they do not apply to this requirement. The shields will be manufactured and welded elsewhere and provided by NIST. 1.1.2. 3D models in STEP or IGES format can be provided upon request. 1.1.3. The quantity of shields needed to be filled and painted as well as volumes and weights of shields both full and empty are shown in the attached spreadsheet titled “Shield Weights”. 1.1.4. The steel shot used when filling the shield must be: 1.1.4.1. S-780 cast steel shot as specified in SAE Publication SAE J444 – Cast Shot and Grit Size Specifications for Peening and Cleaning; and must meet or exceed the specifications in 1.1.4.2: 1.1.4.2. The steel shot must meet the required standards specified in the Society of Automotive Engineers SAE J2175 – Specification for Low Carbon Cast Steel Shot or the required standards specified in the SAE J827 – Specifications for High Carbon Cast Steel Shot. 1.1.5. The wax used when filling the shields must follow the properties listed in the document “Specifications for Fully Refined Paraffin Wax”. 1.1.6. The paint shall be Sherwin-Williams Macropoxy 646-100, or equal. Salient characteristics of the Sherwin-Williams Macropoxy 646-100 are its durability, adhesiveness, and color. Please see the attached data sheet for technical specifications related to these. Paint prep shall be done in accordance with SSCP-SP3 (see note 4 on PDF drawings). For application information, refer to note 5 on the PDF drawings. A paint chip will be provided to winning offeror to ensure the color matches existing shields at the NCNR. 1.1.7. Thirty three (33) empty shield tanks, refer to section 1.1.3, will be ready at the NCNR for contractor to pick-up. 1.1.7.1. Fill cap plates for every shield will be provided by the NCNR. 1.2. Process Specifications 1.2.1. Contractor shall provide procurement services as to the acquisition of materials as specified in the attached drawings, specifications defined therein as well as in this Statement of Work. Refer to section 1.1. 1.2.2. Contractor shall provide labor, material and equipment such as to fill these shields with a mixture of steel shot and wax as described in section 1.1. 1.2.3. Contractor shall prime and paint the shields per the specification provided in section 1.1.6. 1.2.4. Contractor is responsible for the arrangement and cost of picking up empty shields from the NCNR at a time that is convenient for NCNR staff. The instructions for pick up are spelled out in section 1.3 1.2.5. Weigh each empty shield and record it. 1.2.6. A coat of paint must be applied to every shield, per the specifications in section 1.1.6, before proceeding to step 1.2.8. 1.2.7. Heat steel shot to a uniform temperature of 200 Degrees Fahrenheit prior to proceeding to step 1.2.8. This is so that the heated wax does not cool down too much, thus becoming solid, before reaching the bottom of the shield. The temperature of the steel shot shall not exceed 250 Degrees Fahrenheit. 1.2.7.1. In the past, some companies have filled the steel shot in the shield first. Then they put the entire assembly in an oven. If the winning offeror chooses this approach, the lower and upper temperature limits stated in 1.2.7 still apply. 1.2.8. Fill each shield with steel shot per the specifications in 1.1.4. 1.2.9. Weigh each shield after step 1.2.8 is complete and record it. Use this weight and the weight of empty tank to insure that 1.2.8 was satisfied in a manner that minimizes voids in the shot and achieves a packing density of 55%. 1.2.9.1. The actual weight must not deviate from the spreadsheet more than 3%. 1.2.10. Melt Wax. The wax must be between 185 and 200 Degrees Fahrenheit to begin pouring into the shield (which should already contain the steel shot by now). 1.2.11. Fill each shield with the wax specified in 1.1.5. 1.2.12. Weigh each shield after step 1.2.10 is complete. 1.2.12.1. The actual weight must not deviate from the spreadsheet more than 3%. 1.2.13. After Completing step 1.2.12, contractor must weld fill cap plates on shield and grind weld flat before proceeding to step 1.2.14. Fill cap plates will be provided by NCNR. 1.2.14. Contractor must paint each shield per the specifications in section 1.1.6. 1.2.15. Contractor is responsible for arranging and cost of delivery of filled and painted shields to the NCNR at a time that is convenient for NCNR staff. The instructions for delivery are spelled out in section 1.3. 1.2.16. Contractor must submit a detailed, step by step procedure, on how they propose to accomplish all the steps described in sections 1.2.1 through 1.2.15. 1.3. Shipping Instructions 1.3.1. Contractor shall propose specific shipping instructions for NIST approval. The following constraints shall apply to shipping: 1.3.1.1. A flat bed must be used when picking up or delivering shields to and from NIST. There is no dock at the NCNR. Forklift travel is on the same surface as the trailer travel. 1.3.1.2. Any product shipped must be completely protected from the elements during transit. Tarps must be used. 1.3.1.3. Contractor shall notify the COR of projected arrival times of deliveries at least 2 working days prior to arrival. Notification shall include date and approximate time of arrival, name of shipping company, and name and citizenship of driver(s). Minimum of one day is needed to register drivers with NIST security. 1.3.1.4. Deliveries and pick-ups must be scheduled such that they arrive at NIST Gaithersburg between the hours of 7:00 am and 3:00pm EST on a working day. (It is preferable that deliveries not be attempted during the general lunch break time of ~11:45 am – 1:00 pm, as loading/offloading personnel may be in short supply) NIST reserves the right to request changes to delivery schedule if activities at the NCNR prevent the timely unloading of shipments. Delivery of the filled and painted shield blocks shall be made no later than 14 weeks after receipt of order. 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST NCNR Building 235 100 Bureau Drive Gaithersburg, MD 20899 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel ATTN: Mark Langstein Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel ATTN: Mark Langstein Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. The following provisions apply to this acquisition: 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors – Commercial; 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. Award will be made to the Contractor whose offer offers the best value to the Government price and non-price factors considered. The Government will evaluate proposals based on the following evaluation criteria: The following factors shall be used to evaluate offers: (1) Technical Capability (2) Facilities (3) Past Performance, (4) Prior Experience, and (5) Price. Technical Capability, Facilities, Past Performance and Prior Experience, when combined, shall be more important than price. Of the non-priced factors, Technical Capability and Facilities are more important than Past Performance and Prior Experience. Technical Capability: Offeror shall be evaluated on the technical approach that will be used to fulfill the Requirements described in this solicitation. Thetechnical approach shall be evaluated based on the offeror’s plan outlining the sequence of steps, necessary equipment and manpower (type of labor and level of effort) and duration of activities that will be followed to meet the delivery schedule provided. Offeror shall also be evaluated on information provided about the materials and their sources (wax, steel shot, and paint, specifically) it intends to utilize. Procedure(s) for performing the weighing shall also be evaluated. A general procedure for the inspection of the shield tanks and/or a description of the quality control program shall be described in enough detail for evaluation of its effectiveness. Finally, the delivery plan shall be evaluated as to the manner in which the contractor will ensure the timely delivery of all items in the delivery order to NIST. The evaluation of the technical approach shall address all items contained in the Requirements described in this solicitation. Facilities: Offeror shall be evaluated on all pertinent work areas, equipment, infrastructure, quality control plan, capabilities and personnel available for deployment on this requirement. Consideration will be given to facilities and capabilities of a subcontractor provided a brief history and description of the working relationship between the offeror and the subcontractor is given. Preference will be given to in-house facilities. Past Performance: Offeror shall be evaluated on past performance. Evaluation of past performance will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. Prior Experience: Offeror shall be evaluated on work performed in the past of a similar nature, based on a list of projects with a short description of the work performed and the final outcome. Evaluation of this factor will be based on the general background experience and qualifications of the organization as it relates to projects of a similar nature. Evaluation of prior experience will be based on information contained in the technical proposal. Price: Price will be evaluated for reasonableness 52.212-3, Offeror Representations and Certifications – Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications – Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.225-18 Place of Manufacture; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting Government’s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Contractor Policy to Ban Text Message While Driving; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129 and 52.232-33, Payment by Electronic Funds Transfer–Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm. The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm 1352.201-70 Contracting Officer’s Authority; 1352.201-72 Contracting Officer’s Representative (COR) (APR 2010) (a) To Be Determined at time of award is hereby designated as the Contracting Officer’s Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. (b) The COR is located at: To Be Determined at time of award Phone Number: To Be Determined at time of award Email: To Be Determined at time of award (c) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express writtenprior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause); 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer – (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) REQUIRED SUBMISSIONS: 1) Price Proposal: The offeror shall submit an original and one copy of the completed price schedule. If the proposal is submitted electronically, additional copies are not required. The pricing proposal shall be separate from any other portion of the proposal. The offeror should propose a firm-fixed-price, FOB Destination, for each CLIN. Contractor shall state express warranty coverage. Price proposals shall remain valid for a period of 90 days from the date proposals are due. 2) Technical Proposal: The offeror shall submit an original and one copy of the technical proposal. If the proposal is submitted electronically, additional copies are not required. Thetechnical proposal shall address the following: A. Technical Capability: The offeror shall submit a technical description for the approach it is proposing, which shall include a detailed description of their technicalapproach for the requirement detailed in this solicitation. The offeror must demonstrate that its proposed technical approach meets or exceeds each minimum requirement described in this solicitation. B. Facilities: Offeror shall provide a description of all pertinent work areas, equipment, infrastructure, quality control plan, capabilities and personnel available for deployment on the execution of a shield delivery order. If citing the facilities and capabilities of a subcontractor, please provide a brief history and description of the working relationship between the offeror and the subcontractor. Preference will be given to in-house facilities. Thetechnical approach shall consist of a plan outlining the sequence of steps, necessary equipment and manpower (type of labor and level of effort) and duration of activities that will be followed to meet the delivery schedule provided. Offeror shall also include information about the materials and their sources (wax, steel shot, and paint, specifically) it intends to utilize. A general procedure for the inspection of shield tanks and/or a description of the quality control program shall be described in enough detail for evaluation of its effectiveness. Sufficiently detailed procedure(s) for performing the weighing of the shield tanks shall also be described. Finally, a delivery plan shall be formulated that describes the manner in which the contractor will ensure the timely delivery of all items in the delivery order to NIST. The technical approach shall address all items contained in the solicitation. 3) Experience: The Offeror shall describe their experience performing similar work; explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. A list of these projects shall be provided, and the size of the list shall be such that a determination can be made that the Offeror has performed similar work to that contained in the Statement of Work. If the offeror has performed projects for NIST in the past, please include these projects in the list and the contract number under which the work was performed. NIST will evaluate the extent of the offeror’s experience providing similar equipment and will consider the relevance of the offeror’s experience to the current requirement. Specific experience includes number of similar projects successfully completed and years of operation. 4) Past Performance: The Offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. This list shall include the names of references with contact information that NIST may contact to verify that the offeror has performed in a satisfactory manner (in terms of timeliness, cost effectiveness, and product quality). If the offeror has performed projects for NIST in the past, please include the NIST contact and contract number. If the offeror has no relevant past performance, it may include a statement to that effect in its proposal. The government reserves the right to consider data obtained from sources other than those described by the offeror in its proposal. It is recommended that approximately 3-5 contracts be referenced. 5) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL offers shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a proposal based upon an FSS or GWAC contract, the Government will accept the offered price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the proposal. 6) The country of origin for the proposed items. DUE DATE FOR PROPOSALS: E-mail proposals shall be accepted at paula.wilkison@nist.gov. Please reference the RFP number in the subject line of email communications. Offerors’ proposals shall not be deemed received by the Government until the proposal is entered in the e-mail inbox set forth above. All proposals shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula A. Wilkison, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFP number is visible on the outermost packaging. Submission must be received not later than 12:00 p.m. local time on July 9, 2012. FAX submissions shall not be accepted. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of offers. If offers are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to both Paula Wilkison, Contract Specialist on 301-975-8448 and Patrick Staines, Contracting Officer on 301-975-6335. NIST is not responsible for late delivery due to the added security measures. In addition, offerors who do not provide the required notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers on time. Set-Aside: Total Small Business Place of Performance: TBD US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RP-0064/listing.html
OutreachSystems Article Number: 120626/PROCURE/0464
Matching Key Words: writ*; copy; technical; standard;
Department of the Army, Army Contracting Command, Contracting Center of Excellence (NCR-CC), Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
R–Small businesses with NAICS code 541611 W91WAW-12-R-0140 062912 David Struble, 703-325-7547 Contracting Center of Excellence (NCR-CC) This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may or may not be awarded as a result of this sources sought announcement. Only organizations currently registered as a small business under NAICS code 541611: Administrative Management and General Management Consulting Services, with a size standard of $14.0 million are to submit a Capability Package. The Capability Package for this sources sought market survey is not to be a proposal, but rather responses to the questions asked below and statements regarding the Offeror’s existing experience. The Capability Package must not exceed 15 pages (12 pt font) and must be submitted electronically. The Capability Package is due by 5:00 PM Eastern Daylight Savings Time (EDST) on 27 June 2012. NO EXCEPTIONS. The Point of Contact (POC) for this sources sought is: David Struble, david.v.struble.civ@mail.mil 703-325-7547. The US Army Contracting Command-National Capital Region (ACC-NCR), on behalf of the Naval Air Systems Command (AIR 6.8) Corporate Business Office (CBO) intends to procure services in support of CBO’s mission. CBO facilitates lessons learned across the Department of Defense (DoD) and its partners (USCG/NASA) and provides acquisition, implementation, and sustainment product/services for DoD Commands, Agencies, Field Activities, all other DoD entities (including medical) and their partners. The CBO provides support for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Business Analytics; Test and Evaluation; Information Technology; Facilitation, Education and Training; and Technical Editing, Writing and Illustration. These products and services include total life cycle management activities that enable improvement of products, processes, services, outcomes and metrics of operations which ultimately provide for optimization of war fighter needs. Major tasks under the Performance Work Statement would include: * Project, Program and Portfolio Management * Business, Cost Estimating and Financial Management * Business Analytics * IT Systems Development, Deployment, Operations and Support * Facilitation, Education and Training * Technical Editing, Writing and Illustration In the Capability Package the Offeror must respond to and provide detailed answers to all of the following questions: 1. Attached to this Sources Sought is a list of Labor Categories and position descriptions, which of these positions are you currently providing or can you provide at this time? 2. On what contracts have you provided the listed Labor Categories in the last three (3) years? (Please include a description of the contracts) 3. Do you have the experience in providing all of the above major tasks? 4. Do you have the capability of supporting Task Orders in excess of $14.0M per year? 5. Do you currently support contracts that have the requirement of a secret or higher clearance? The Government anticipates multiple award IDIQ contracts. The anticipated period of performance would be one (1) Base Year plus two (2) one (1) year option periods. The place of performance will vary for each Task Order to include all DoD Commands and Activities, Partnering sites, both CONUS and OCONUS. Set-Aside: Total Small Business Place of Performance: Army Contracting Command – National Capital Region 200 Stovall Street, 11TH Floor Alexandria VA 22331-1700 US URL: https://www.fbo.gov/notices/26cb893a0d96e11c5292e37c7eaa1134
OutreachSystems Article Number: 120626/PROCURE/0557
Matching Key Words: writ*; technical; standard;
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: “What You Need to Know about Prostate Cancer” RFQ-NCI-120082-TG 070912 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-120082-TG includes all applicable provisions and clauses in effect through FAC 2005-58 (May 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: “What You Need to Know about Prostate Cancer” PRODUCT: 48 page text with a separate 4 page wrap-around cover. BASIS FOR AWARD: The actual award amount will be $30,000 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 2 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: 10,000 copies and the final film / files as required in the production of printing. TRIM SIZE: 5-3/8″ x 8-3/8″, Saddle wire stitch binding along the 8-3/8″ 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-5 Illustrator CS-5, Photoshop CS-5 applications are used for desktop publishing. PROOFS: Provide a laminated, digital, halftone-dot 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 dull coated offset recycled cover, minimum brightness of 92. Text – 70 lb. white premium offset opaque text, target brightness of 94. (Hammermill, Simpson, Springhill, or an approved equal) 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. American mill brand manufactured papers only, private label papers and or foreign manufactured papers shall not be acceptable. INKS: Four color process, PMS 194 and dense Black Inks. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Saddle wire stitch twice through the spine along the 8-3/8″ dimension. 3 sides bleed trim to a final size after binding of 5-3/8″ x 8-3/8″. No other alternate trim sizes shall be acceptable. Each signature must be a complete 4 page compo¬nent, short trimmed or binding lip attachment methods shall not be acceptable. Steel rule die-strike the cover fold to prevent cracking, litho score or a rotary stitcher score is not acceptable. Run the cover paper grain parallel to the spine. SEPARATIONS: None required Format: Covers 1-4, text pages 1-48. Printing: Print outside covers 1 and 4 in a solid and two flat tint areas bleeding all sides of PMS 194. Black overprint text and rules prints on bothpages with a reversed to white headline on cover 1. Covers 2 and 3 print with a 20% screen of PMS 194 with black text and keylines only. Text pages 4, 5, 19-20, 27-28 and 30-31 each contain at least one process ink colored art illustration. Black ink with text and rules plus a 20% screened PMS 194 background prints on pages 1, 17, 25, 30, 33, 39 and 46. NOTE: Traps and varnish/coating masks are entirely the contractor’s responsi¬bility. Heavy ink coverage is required and the contractor must take any and all necessary precautions to prevent ghosting & lay a smooth uniform 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 in press inspection section 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 coverspages 1 and 4 only. A “dry-trapped” overall varnish may NOT be substituted. BLEEDS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Examination of the furnished materials is an integral part of the specifi¬ cations. 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 20 copies only, paper banding shall not be allowed. Turn the items if nec¬essary, to form a “neat” stack. Pack in new 44 pound edge crush test cor¬rugated boxes filled to the top with 240 copies per carton. The cartons shall be specifically manu¬factured to fit this product. The maximum weight shall not exceed 50 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations shall be allowed. Label (or stencil) 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 listed. (#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 location 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) “Cataloging and Indexing 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 5 “client samples” and the digital deliverable data files to: National Cancer Institute ATTN: Ms Geri Piazza 6116 Executive Blvd, room 3015 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 and product 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 6/28 /2012 Quotations are due: 7/9/2012 at 11:00 am. Award shall be made on or about 7/13 /2012. Material pickup on or about: 7/20/2012. 1, 000 due at the NCI destinations as listed above 8/17 /2012. Advanced sample sets must be received at the NCI Office of Cancer Communications prior to any bulk distributions. Balance of copies due at destinations 8/24/2012 Return of furnished materials and receipts: 8/31 /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/label 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-035 (20 per package / 240 per carton) WYNTK Prostate Inventory No. P-035 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 7/9 /2012. Please refer to solicitation number RFQ-NCI-120082-TG on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. Set-Aside: Total SmallBusiness URL: https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-120082-TG/listing.html
OutreachSystems Article Number: 120623/PROCURE/0095
Matching Key Words: film?; edit*; produc*; you; web; page?; business*; production?; distribut*; instruct*; commercial?;
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: “What You Need to Know about Lung Cancer” RFQ-NCI-120083-TG 070912 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-120083-TG includes all applicable provisions and clauses in effect through FAC 2005-58 (May 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: “What You Need to Know about Lung Cancer” PRODUCT: 40 page text with a separate 4 page wrap-around cover. BASIS FOR AWARD: The actual award amount will be $29,000 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 2 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: 10,000 copies and the final film / files as required in the production of printing. TRIM SIZE: 5-3/8″ x 8-3/8″, saddle wire stitch binding along the 8-3/8″ 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-5, Illustrator CS-5, Photoshop CS-5 applications are used for desktop publishing. PROOFS: Provide a laminated, digital, halftone-dot 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 colors 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 dull coated offset recycled cover, minimum brightness of 92. Text – 70 lb. white premium offset opaque text, target brightness of 94. (Hammermill, Simpson, Springhill, or an approved equal) 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. American mill brand manufactured papers only, private label papers and or foreign manufactured papers shall not be acceptable. INKS: Four color process, PMS 322 (Aqua) and Black Inks. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Saddle wire stitch twice through the spine along the 8-3/8″ dimension. 3 sides bleed trim to a final size after binding of 5-3/8″ x 8-3/8″. No other alternate trim sizes shall be acceptable. Each signature must be a complete 4 page component, short trimmed or binding lip attachment methods shall not be acceptable. Steel rule die-strike the cover fold to prevent cracking, (a litho score or a rotary stitcher score is not acceptable). Run the cover paper grain parallel to the spine. SEPARATIONS: None required Format: Covers 1-4, text pages 1-40. Printing: Print outside covers 1 and 4 in a solid and two flat tint areas bleeding all sides of PMS 322. Black overprint text and rules prints on both pages with a reversed to white headline on cover 1. Covers 2 and 3 print with screens of PMS 322 plus black text and keylines and a rule. Text page 4 contains one four color process illustration, together with type matter in Solid PMS 322 and dense Black ink. Text pages 16, 18, 20 and 26 each con¬tain a line art illustration reproducing in solid black ink with text and rules plus a 20% screened PMS 322 background, from separate furnished reflective artwork. The balance of text pages print in both ink colors specified above (as line art only, using minimum ink coverage). NOTE: Traps and varnish/coating masks are entirely the contractor’s responsi¬bility. Heavy ink coverage is required and the contractor must take any and all necessary precautions to prevent ghosting & lay a smooth uniform 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 in press inspection section 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 coverspages 1 and 4 only. A “dry-trapped” overall varnish may NOT be substituted. BLEEDS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Examination of the furnished materials is an integral part of the specifi-cations. No additional payment shall be allowed due the contractor’s failure 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 contain 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 20 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 240 copies per carton. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 48 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations shall be allowed. Label (or stencil) 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 printproduction, 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 listed. (#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 location 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) “Cataloging and Indexing 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 5″client samples” and the digital deliverable data files to: National Cancer Institute ATTN: Ms Geri Piazza 6116 Executive Blvd, room 3015 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 and product 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 6/28 /2012 Quotations are due: 7/9/2012 at 11:00 am. Award shall be made on or about 7/13 /2012. Material pickup on or about: 7/20/2012. 1,000 due at the NCI destinations as listed above 8/17 /2012. Advanced sample sets must be received at the NCI Office of Cancer Communications prior to any bulk distributions. Balance of copies due at destinations 8/24/2012 Return of furnished materials and receipts: 8/31 /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/label 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-036 (20 per package / 240 per carton) WYNTK Lung Cancer Inventory No. P-026 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 7/9/2012. Please refer to solicitation number RFQ-NCI-120083-TG on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. Set-Aside: Total SmallBusiness URL: https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-120083-TG/listing.html
OutreachSystems Article Number: 120623/PROCURE/0096
Matching Key Words: film?; edit*; produc*; you; web; page?; business*; production?; distribut*; instruct*; commercial?;
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: “What You Need to Know about Breast Cancer” RFQ-NCI-120084-TG 070912 Terry Galloway, 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-120084-TG includes all applicable provisions and clauses in effect through FAC 2005-58 (May 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: “What You Need to Know about Breast Cancer” PRODUCT: 48 page text with a separate 4 page wrap-around cover. BASIS FOR AWARD: The actual award amount will be $56,000 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 2 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: 10,000 copies and the finalfilm / files as required in the production of printing. TRIM SIZE: 5-3/8″ x 8-3/8″, saddle wire stitch binding along the 8-3/8″ 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-5, Illustrator CS-5, Photoshop CS-5 applications are used for desktop publishing. PROOFS: Provide a laminated, digital, halftone-dot 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 colors 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 dull coated offset recycled cover, minimum brightness of 92. Text – 70 lb. white premium offset opaque text, target brightness of 94. (Hammermill, Simpson, Springhill, or an approved equal) 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. American mill brand manufactured papers only, private label papers and or foreign manufactured papers shall not be acceptable. INKS: Four color process, PMS 232 and dense Black Inks. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Saddle wire stitch twice through the spine along the 8-3/8″ dimension. 3 sides bleed trim to a final size after binding of 5-3/8″ x 8-3/8″. No other alternate trim sizes shall be acceptable. Each signature must be a complete 4 page component, short trimmed or binding lip attachment methods shall not be acceptable. Steel rule die-strike the cover fold to prevent cracking, (a litho score or a rotary stitcher score is not acceptable). Run the cover paper grain parallel to the spine. SEPARATIONS: None required Format: Covers 1-4, text pages 1-48. Printing: Print outside covers 1 and 4 in a solid and two flat tint areas bleeding all sides of PMS 232. Black overprint text and rules prints on bothpages with a reversed to white headline on cover 1. Covers 2 and 3 print with a 20% screen of PMS 232 plus black text and keylines only. Text pages 4, 5, 19-20, 27-28 and 30-31 each contain at least one process ink colored art illustration. Black ink with text and rules plus a 20% screened PMS 232 background prints on pages 1, 17, 25, 30, 33, 39 and 46. Print the balance in Black ink only from all line art. 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 uniform 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 in press inspection section 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. BLEEDS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Examination of the furnished materials is an integral part of the specifi-cations. No additional payment shall be allowed due the contractor’s failure 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 contain 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 20 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 240 copies per carton. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 50 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations shall be allowed. Label (or stencil) 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 listed. (#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 location 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 BusinessDevelopm’t, Attn: Sue Feindt, 5301 Shawnee Road, room 327, Alexandria, Virginia 22312 Ship 1 (NCI) “Cataloging and Indexing 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 5″client samples” and the digital deliverable data files to: National Cancer Institute ATTN: Ms Geri Piazza 6116 Executive Blvd, room 3015 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 and product 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 6/28 /2012 Quotations are due: 7/9/2012 at 11:00 am. Award shall be made on or about 7/13 /2012. Material pickup on or about: 7/20/2012. 1,000 due at the NCI destinations as listed above 8/17 /2012. Advanced sample sets must be received at the NCI Office of Cancer Communications prior to any bulk distributions. Balance of copies due at destinations 8/24/2012 Return of furnished materials and receipts: 8/31 /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/label 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-037 (20 per package / 240 per carton) WYNTK Breast Cancer Inventory No. P-017 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 52.212-1 INSTRUCTIONS 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 7/9 /2012. Please refer to solicitation number RFQ-NCI-120084-TG on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-120084-TG/listing.html
OutreachSystems Article Number: 120623/PROCURE/0097
Matching Key Words: film?; edit*; produc*; you; web; page?; business*; production?; distribut*; instruct*; commercial?;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
U — Training Support H92244-12-T-0217 072012 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-0217, 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 611620 with a business size standard of $7.0 million. The DPAS rating for this procurement is DO-S10 The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 Contractor shall provide two (2) Factory Representatives/Qualified Instructors / Videographer for Performance Designs Ram-Air Canopies to provide Military Free Fall (MFF) Instruction, Video and Still In-Air Photography Support Services. Period of Performance: three (3) weeks in August 2012 (Contractor shall provide a detailed breakdown of the quote) Qty – 1 lump sum Period of Performances: First week – One (1) Factory Representative for five (5) days Second Week – Two (2) Factory Representatives for five (5) days Third Week – Two (2) Factory Representatives for five (5) days Place of Performance: Marana, Arizona Section C Specifications 1. Vendor must be an authorized factory representative for the following manufacturers: a. Performance Design Parachutes b. United Parachute Technologies containers and tandem systems c. Sun Path containers 2. Vendor must be able to provide instruction in the rigging, maintenance and use of all aforementioned gear and all ancillary equipment involved. 3. Vendor must provide representatives with the following qualifications and capabilities: a. Current United States Parachute Association (USPA) member b. Federal Aviation Administration (FAA) Master Rigger c. Must be able to shoot usable, high definition video of a student in free fall for debrief purposes 4. Factory Representatives/Qualified Instructors / Videographer shall be required to arrive at least 30 minutes prior to training evolutions. They shall be required to make up to 12 jumps (skydives) per day from military or commercial contracted aircraft from an altitude of no more than 24,999 feet above sea level. They shall be required to provide their own equipments. Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal laws and regulations. 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 52.211-14 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 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt 1 Changes – Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability – Services Feb 1997 FAR 52.247-34 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 ofCommercial Items Mar 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 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: (i) Technical – Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation. (ii) Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii) Price -All line items will be reviewed for price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 May 2011 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715. 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 20 Jul 2012. 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: Marana, Az US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0217/listing.html
OutreachSystems Article Number: 120623/PROCURE/0103
Matching Key Words: video*; produc*; train*; you; website; business*; event?; instruct*; commercial?;
Department of the Air Force, Air Force Materiel Command, ESC – Electronic Systems Center, 9 Eglin Street Hanscom AFB MA 01731
99 — TACP-M Full Motion Video Receivers FA8703-12-R-0013 072312 Ahmed Hemdan, Contract Specialist, Phone 7812254090, Email ahmed.hemdan@hanscom.af.mil – Edna C. Alonis, Contracting Officer, Phone 7812254070, Email edna.alonis@hanscom.af.mil The USAF Tactical Air Control Party-Modernization (TACP-M) program office is seeking proposals for a base quantity of 721 hand-held Full Motion Video Recorders (FMVRs), supporting equipment, and training for the equipment. The procurement will also include four one year options for interim contractor support and an option for an additional 450hand-held FMVRs and supporting equipment. The FMVR shall be capable of receiving video feed from overhead aircraft via L, S, and C band analog and digital and KU digital band widths. The FMVR does not have to provide a display for the video but rather only provide cabling to allow the video feed to be displayed on a standard display screen (i.e. laptop computer). This is a full and open competition and any contract will be awarded on a lowest price technically acceptable basis. The Air Force intends to award a single contract without discussion, but reserves the right to open discussions, and/or to award no contracts from this solicitation. The Request for Proposal (model contract and Exhibits/Attachments) areattached to this notice along with a cover letter. Interested parties should prepare and submit proposals in accordance with the instructions in these documents. A TACP-M FMVR Systems Requirement Document is required for preparing a proposal and is available to interested parties by contacting the USAF Electronic Systems Center, ESC/HNAC as directed in the attached documents. The anticipated award date of any contract is 31 August 2012. Place of Performance: Production at contractor selected facilities with shipments to DoD installations. US URL:https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8703-12-R-0013/listing.html
OutreachSystems Article Number: 120623/PROCURE/0449
Matching Key Words: video*; produc*; train*; production?; instruct*;
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII-1 063013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER(EST II) – REQUEST FOR INFORMATION (RFI) Notice Type: RFI Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II. Classification Code: 69 – Training Aids and Devices NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing 22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012 The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage. 1. The following information is on FBO unsecure site: – List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012 – Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012 – Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012 – Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012 – Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012 – Appendix E. EST II Typical Collective Scenarios_18 May 2012 – Appendix F. EST II Typical Collective Course of Fire_18 May 2012 – Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012 – Appendix H. EST II Typical Collective Criterion_18 May 2012 – Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012 – ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract. – ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract. 2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity. – ‘DRAFT’ System Requirements Document (SRD) for EST 3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective offerors and the Government, in accordance with DFARS. ************************************************************************ 21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012 The purpose of this RFI Amendment is to: 1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions: a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions: 1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or, 2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting. b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals. 2. Provide Government response to additional Industry questions asked about this proposed acquisition. 3. Provide additional Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity. ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION: – Capability Product Document (CPD) for EST II, dated February 2007. 4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012. ************************************************************************ TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012 27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012 The purpose of this RFI Amendment is to: 1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity. Department of the Army Pamphlets (DA PAM): DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC) U.S. Army Technical Manuals (TMs): TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998 TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005 TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004 TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000 TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993 TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993 U.S. Army Field Manuals (FMs): FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011 FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006 FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007 FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008 FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011 FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007 ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011 U.S. Army Training Circulars (TCs): TC 25-8: TRAINING RANGES DATED MAY 2010 Weapons List EST System/Subsystem Specification (SSS) 2. Provide a written response to questions and answers asked about this proposed acquisition. ************************************************************************ RFI POSTING DATED 12 JAN 2012 69–Request for Information (RFI) for a new EST II Program: The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task. TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012 Notice Type: RFI Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012 Original Set aside: N/A Set Aside: N/A Classification Code: 69 – Training Aids and Devices NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing BRIEF SUMMARY OF THE ACQUISITION: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned ProductImprovements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011. PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”. BACKGROUND: The current Engagement SkillsTrainer (EST) is a simulator that provides marksmanship training and trains soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification. INTENDED CAPABILITIES FOR NEW EST II CONTRACT: 1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range. a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics. b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen. c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired. d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS). e. High fidelity weapon interface for Form, Fit and Function with Magazine loading. f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard. g. Provides pre and post aim point trace for individual weapons. h. Provides burst by burst trace for machine gun weapons. 2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes. 3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons. 4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training. 5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battlespace 2 (VBS 2) into the system. HANDS ON INDUSTRY OPPORTUNITY: Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.) Sara Creely (407)384-5291 Sara.Creely@us.army.mil MAJ Robert DeGaine (407) 384-3732 Robert.DeGaine@us.army.mil The EST Training shelter is located at: STTC/SFC Paul Ray Smith Simulation & Technology Center RDECOM 12423 Research Parkway Orlando, FL 32826 GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION: (GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply: Department of the Army Pamphlets (DA PAM): DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC) U.S. Army Technical Manuals (TMs) TM 9-1005-319-10 M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998 TM 9-1005-338-13&P Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun) TM 9-1240-413-12&P M68 Reflex sight dated 25 July 2004 TM 9-1240-415-13&P M145 TM 11-5855-213-10 Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993 TM 11-5855-262-10-1 Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993 TM 11-5855-301-12&P Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002 TM 11-5855-308-12&P Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005 U.S. Army Field Manuals (FMs) FM 3-22.9 Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005 FM 3-22.27 MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006 FM 3-22.65 Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007 FM 3-23.35 Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008 FM 7-0 Training for full Spectrum Operations, Dated 12 Dec 2008 FM 7.8 Infantry Rifle Platoon and Squad, Dated 22 Apr 1992 ADP 3-0 Unified Land operations, dated 10 October 2011 U.S. Army Training Circulars (TCs) TC 25-8 Training Ranges dated April 2004 Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/ In addition, the following will be provided: 1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.) 2. System Specification – To be provided at a later date to offerors. 3. Raw data for selected scenarios (sample) – To be provided at a later date to offerors. 4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to offerors. GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT: 1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables. 2. Raw data for selected scenarios GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH. 1. Gutted (electronics removed) EST fleet of weapons 2. EST Jun-air Compressors (30 liter) for air supply to weapons 3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane) 4. Virtual Battlespace 2 (VBS 2) REQUEST FOR INFORMATION: The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points. If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply. Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address: E-mail: Helen.Garcia@us.army.mil Patricia.Hyland@us.army.mil Robert.DeGaine@us.army.mil Pete.Walton1@us.army.mil Sara.Creely@us.army.mil RFI QUESTIONS: A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST. 1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system? 2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons? 3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless? 4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)? 5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine. 6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition? B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems. 1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.? 2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.) 3. Would there be any special tools/test equipment required for maintaining your EST? In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. CONTRACTING OFFICE ADDRESS: PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276 Point of Contact(s): Helen Garcia, Contract Specialist, 407-208-3231 Patricia Hyland, Contracting Officer, 407-384-3754 Major DeGaine, Project Director, 407-384-3732 Pete Walton, Lead System Engineer, 407-380-4728 ************************************************************************ ORIGINAL RFI POSTING DATED 24 MAY 2011 The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program. Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task. The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction. The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios. Interested Sources should provide the following information: 1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each offeror is to identify whether or not the company is a STOC II prime. 2). Company history. 3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers. 4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system. Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points. This announcement is published for market research purposed only. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement. Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address: Cori Lampe Contract Specialist, SFAE-STRI-KOV Email: Corisann.M.Lampe@us.army.mil Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form. Questions with answers will be posted as an update to the RFI. Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL:https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII-1/listing.html
P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $
For NSN:5855012280939 $
Date Contract Amount To For NSN:5855006295334 $
For NSN:5855012280939 $
OutreachSystems Article Number: 120623/PROCURE/0527
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; production?; instruct*; commercial?;
Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229
R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 070612 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 5 (06/22/2012): extended due date to July 6, 2012. Amendment 4 (06/20/12): Correction in due day. Amendment 3 (06/19/12): Corrects due time in FBO. Amendment 2 (06/18/12): Corrects due date in Instructions and Response Guideline section. Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section. U.S. Customs and Border Protection (CBP) Office of Public Affairs (OPA) Request for Information (RFI) Release Date: June 11, 2012 Response Date: July 6 , 2012 Title: CBP Wide Communication and Outreach Support Services Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services. The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website . It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Background: The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry. CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws. The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally. Objective: Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas. In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities. CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding. CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media. Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentation required by DHS and CBP regulations. CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements: -Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs. -Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns. -Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns. This includes the development of video products. -Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads. -Reproduction/Materials -Camera Ready Material Responses Requested: In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements. CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered. Responses should include the following information: Registration and Compliance in Enforcement Program Support 1. Describe advertising strategy plan to increase enrollment and traffic in designated markets. 2. Describe an advertising strategy plan to increase enrollment in programs in designated markets. 3. Describe an advertising strategy plan to increase compliance in designated international markets and communities. 4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience. 5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience. 6. Describe how campaigns can be expanded beyond traditional media tools. 7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication. 8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States. 9. Describe research which will be conducted for online web advertisement and communications. 10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers. Promoting International Policies 11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication. 12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States. Graphic Design Support 13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns. Media Buys 14. Describe a media Buy Plan, to include required advertising and marketing materials as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders. 15. Describe multimedia advertisements tailored to individual foreign and domestic markets. 16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns. 17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience. Reproduction/Materials; Camera Ready Material 18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period. Miscellaneous 19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed. 20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA. Instructions and Response Guidelines: Electronic RFI responses are due by 3:00pm Washington DC time on Friday, July 6th and shall be limited to be a total of 15 pages. Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format. Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI. Information provided will be used solely by CBP as market research and will not be released outside of CBP. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, July 6th. This subject shall read: CBP Wide Communication and Outreach Support Services. NO SOLICITATION EXISTS AT THIS TIME. Contact Information: Ronie Namata, Contracting Officer 202-344-3631 Ronie.Namata@dhs.gov U.S. Customs and Border Protection Office of Procurement Suite 1310 , National Place 1300 Pennsylvania Avenue, NW Washington , DC 20229 ************************************************************* ************************************************************* Sample – Budgetary ROM Request MEMORANDUM MM/DD/YYYY From: Name, Company, Title To: Ronie Namata, Customs and Border Protection, Contracting Officer Subject: Budgetary ROM request Company Name currently provides media advertising services to multiple customers across the United States. Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback. Based on the following assumptions: Location: Washington DC Task: Human Trafficking Campaign at land, sea, and air entry points to the United States. Please provide a budgetary ROM for planning purposes that address the following objectives: 1.Event Booth Display. 2. Outdoor Marketing and Media Services. 3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)). 4. Direct Mail Service. 5. Average turn around times, and associated costs. Information provided will be used solely by CBP as market research and will not be released outside of CBP. An actual requirement does not exist at this time. This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov . Set-Aside: Partial Small Business URL:https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 120623/PROCURE/0574
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*;
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912) 1900 Half Street, SW Washington DC 20593-0001
R — TABSS (Technical, Acquisition and Business Support Services) HSCG23-10-R-TABS00 062212 TABSS Email Account, Email TABSS@USCG.MIL UPDATE 25 (22 JUNE 2012) – CONTRACT AWARD NOTICE OF [DOMAIN 1, TRACK 3], [DOMAIN 2, TRACK 3], AND [DOMAIN 3] 1. The purpose of this update is to provide award notifications regarding three tracks of TABSS awards, which were executed between Monday, June 18, 2012, and Wednesday, June 20, 2012. The effective date for these contract awards is Friday, June 22, 2012. The awardees are identified below by the domain and track that the awardees proposed to: a. Domain 1, Track 3 i. eGlobalTech 31013 North 10th Street, Suite 200 Arlington, VA 22201-2191 Contract Number HSCG23-12-D-ATB001 (Awarded 06/20/2012) ii. BayFirst Solutions, LLC 6856 Eastern Avenue NW, Suite 100 Washington, DC 20012-2166 Contract Number HSCG23-12-D-ATB002 (Awarded 06/18/2012) iii. Ishpi Information Technologies, Inc. 496 Bramson Court Mt. Pleasant, SC 29464-7961 Contract Number HSCG23-12-D-ATB003 (Awarded 06/18/2012) iv. Zantech IT Services, Inc. 1600 Tysons Boulevard, Suite 1150 McLean, VA 22102-4483 Contract Number HSCG23-12-D-ATB004 (Awarded 06/18/2012) b. Domain 2, Track 3 i. DP George and Company, LLC 2121 Eisenhower Avenue, Suite 606 Alexandria, VA 22314-4688 Contract Number HSCG23-12-D-ATB008 (Awarded 06/20/2012) ii. Crisis1, LLC 12355 Sunrise Valley Drive, Suite 305 Reston, VA 20191-3467 Contract Number HSCG23-12-D-ATB009 (Awarded 06/19/2012) iii. Advantage SCI, LLC 222 North Sepulveda Boulevard, #1780 El Segundo, CA 90245-4980 Contract Number HSCG23-12-D-ATB010 (Awarded 06/18/2012) iv. Information Technology Coalition, Inc. 4713-A Eisenhower Avenue Alexandria, VA 22304-4805 Contract Number HSCG23-12-D-ATB011 (Awarded 06/19/2012) v. Sayres and Associates Corporation 55 M Street SE, Suite 200 Washington, DC 20003-3702 Contract Number HSCG23-12-D-ATB012 (Awarded 06/20/2012) vi. Farfield Systems, Inc. 5520 Research Park Drive, Suite 105 Catonsville, MD 21228-4679 Contract Number HSCG23-12-D-ATB013 (Awarded 06/19/2012) c. Domain 3 i. ; Business Strategy Consultants 9701 Apollo Drive, Suite 445 Largo, MD 20774 Contract Number HSCG23-12-D-ATB005 (Awarded 06/18/2012) ii. ERIMAX, Inc. 1801 McCormick Drive, Suite 270 Largo, MD 20774 Contract Number HSCG23-12-D-ATB006 (Awarded 06/19/2012) iii. Panum Group, LLC 7315 Wisconsin Avenue, #800W Bethesda, MD 20814-3202 Contract Number HSCG23-12-D-ATB007 (Awarded 06/18/2012) 2. The four remaining TABSS tracks are still being evaluated. Any information related to those four tracks will be published via this FedBizOpps page. 3. The total combined ceiling for all TABSS contracts is $11 billion. 4. All questions regarding this notice or the TABSS procurement shall be directed to the TABSS email box, TABSS@uscg.mil. 5. Thank you for your time and your support of the TABSS procurement. UPDATE 24 (24 May 2012) 1. The purpose of this update is to provide a current status on the TABSS procurement and to request proposal acceptance period extensions for the tracks specified below: (1) Domain 1, Track 3 – 8(a) Set-Aside Track (2) Domain 2, Track 3 – Service-Disabled Veteran-Owned SmallBusinesses (SDVOSB) Set-Aside Track (3) Domain 3 – 8(a) Set-Aside Track 2. The three above-noted tracks are expected to be awarded by June 30, 2012. The government is requesting a one-month proposal acceptance period extension to allow for notifications required by the Federal Acquisition Regulations (FAR). 3. Please note that offerors in all other TABSS tracks DO NOT need to respond to this message. ONLY offerors in the three tracks noted in item # 1 above need to respond at this time. 4. All offerors in the three tracks noted in item # 1 shall respond via email to the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions no later than 3 PM Eastern Standard Time on Wednesday, May 30, 2012: The email subject line shall be as follows: “[Domain and Track Company Has Proposed To] – [Company Name] – [Company DUNS] – [Company TIN] – 05/24/12 Proposal Extension” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Domain 3 D3 – 8(a) Track T3 – SDVOSB Track T3 If an offeror is proposing in Domain 3, no track designation is necessary. The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] [WILL or WILL NOT] be extended through June 30, 2012.” 5. Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 6. Please note that no other updates or changes to offerors’ proposals will be accepted as a result of this notice. 7. All questions regarding this notice or the TABSS procurement shall be directed to the TABSS email box, TABSS@uscg.mil. 8. Thank you for your time and your support of the TABSS procurement. UPDATE 23 (19 April 2012) 1. The purpose of this update is to provide a current status on the TABSS procurement and to request proposal acceptance period extensions for the tracks specified below: (1) Domain 1, Track 3 – 8(a) Set-Aside Track (2) Domain 2, Track 3 – Service-Disabled Veteran-Owned Small Businesses (SDVOSB) Set-Aside Track (3) Domain 3 – 8(a) Set-Aside Track 2. The three above-noted tracks are expected to be awarded by May 31, 2012. The government is requesting a one-month proposal acceptance period extension to allow for notifications required by the Federal Acquisition Regulations (FAR). 3. Please note that offerors in all other TABSS tracks DO NOT need to respond to this message. ONLY offerors in the three tracks noted in item # 1 above need to respond at this time. 4. All offerors in the three tracks noted in item # 1 shall respond via email to the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions no later than 3 PM Eastern Standard Time on Thursday, April 26, 2012: The email subject line shall be as follows: “[Domain and Track Company Has Proposed To] – [Company Name] – [Company DUNS] – [Company TIN] – 04/19/12 Proposal Extension” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Domain 3 D3 – 8(a) Track T3 – SDVOSB Track T3 The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] [WILL or WILL NOT] be extended through May 31, 2012.” 5. Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 6. Please note that no other updates or changes to offerors’ proposals will be accepted as a result of this notice. 7. All questions regarding this notice or the TABSS procurement shall be directed to the TABSS email box, TABSS@uscg.mil. 8. Thank you for your time and your support of the TABSS procurement. UPDATE 22 (2 February 2012) 1. The purpose of this update is to provide a current status on the TABSS procurement and to request proposal extensions for the tracks specified below in item # 3. The prospective award dates for each track in the TABSS procurement are as follows: (1) Domain 1, Track 1 – Unrestricted Track – Award No Later Than (NLT) November 30, 2012 (2) Domain 1, Track 2 – SmallBusiness Set-Aside Track – Award NLT November 30, 2012 (3) Domain 1, Track 3 – 8(a) Set-Aside Track – Award NLT April 30, 2012 (4) Domain 2, Track 1 – Unrestricted Track – Award NLT November 30, 2012 (5) Domain 2, Track 2 – Small Business Set-Aside Track – Award NLT November 30, 2012 (6) Domain 2, Track 3 – Service-Disabled Veteran-Owned Small Businesses (SDVOSB) Set-Aside Track – Award NLT April 30, 2012 (7) Domain 3 – 8(a) Set-Aside Track – Award NLT April 30, 2012 2. The government will continue to apply maximum resources toward source selection and will apply those resources in the most efficient manner in order to accelerate contract awards as much as possible. Also, as each track is a “separate and distinct source selection” (per RFP Section M-2), awards are not dependent upon the source selection process for any other track. Awards will be made as soon as all evaluations for a particular track are completed. 3. Per the prospective award dates noted in item # 1 above, the government requests proposal extensions to November 30, 2012, from offerors in the following four tracks: Domain 1, Track 1 – Unrestricted Track Domain 1, Track 2 – Small Business Set-Aside Track Domain 2, Track 1 – Unrestricted Track Domain 2, Track 2 – Small Business Set-Aside Track Please note that the offerors in these four tracks are the ONLY offerors who need to respond to the government at the present time. 4. All offerors in these four tracks shall respond via email to the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions no later than 3 PM Eastern Standard Time on Friday, February 10th, 2012: The email subject line shall be as follows: “[Domain and Track Company Has Proposed To] – [Company Name] – [Company DUNS] – [Company TIN] – 02/02/12 Proposal Extension” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Unrestricted Track T1 – Small Business Track T2 The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] [WILL or WILL NOT] be extended through November 30, 2012.” 5. Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 6. Please note that no other updates or changes to offerors’ proposals will be accepted as a result of this notice. 7. All questions regarding this notice or the TABSS procurement shall be directed to the TABSS email box, TABSS@uscg.mil. 8. Thank you for your time and your support of the TABSS procurement. UPDATE 21 (15 December 2011) 1. The purpose of this update is to provide a current status on the TABSS procurement, which is now in the source selection phase, and request proposal extensions from offerors in the following three tracks: Domain 1, Track 3 – 8(a) Small Business Track Domain 2, Track 3 – Service-Disabled Veteran Owned Small Business (SDVOSB) Track Domain 3 – 8(a) SmallBusiness Track 2. The government requests the proposal acceptance period of all offerors in the above-noted three tracks be extended to April 30, 2012. 3. All offerors in these three tracks shall respond via email to the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions no later than 3 PM Eastern Standard Time on Wednesday, December 28th, 2011: The email subject line shall be as follows: “[Domain and Track Company Has Proposed To] – [Company Name] – [Company DUNS] – [Company TIN] – 12/28/11 Proposal Extension” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Domain 3 D3 – 8(a) or SDVOSB Track T3 If an offeror is proposing in Domain 3, no track designation is necessary. The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] [WILL or WILL NOT] be extended through April 30, 2012.” 4. Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 5. Please note that no other updates/changes to offerors’ proposals will be accepted as a result of this notice. 6. All questions regarding this notice or the TABSS procurement shall be directed to the contracting officer at TABSS@uscg.mil. 7. Thank you for your time and your support of the TABSS procurement. UPDATE 20 (22 July 2011) 1. The purpose of this update is to provide a current status on the TABSS procurement, which is now in the source selection phase, and request extensions to the acceptance period of all offers. Due to the volume of proposals received, it is anticipated that resultant contract awards will be made continuously by track through Spring 2012. However, it is anticipated that the 8(a) and Service Disabled Veteran Owned Business tracks will be awarded no later than December 31, 2011. 2. The Government requests the acceptance period of all offers for the TABSS procurement to be extended as follows: Domain 1: Track 1 – Unrestricted Track (Extension requested through May 31, 2012) Track 2 – Small Business Track (Extension requested through March 31, 2012) Track 3 – 8(a) Small Business Track (Extension requested through December 31, 2011) Domain 2: Track 1 – Unrestricted Track (Extension requested through May 31, 2012) Track 2 – Small Business Track (Extension requested through March 31, 2012) Track 3 – Service Disabled Veteran Owned Business Track (Extension requested through December 31, 2011) Domain 3: 8(a) Small Business Track (Extension requested through December 31, 2011) 3. Offerors who are unable to extend their offer in accordance with the schedule outlined above shall email the TABSS email box, TABSS@uscg.mil, stating their intention in accordance with the following instructions by 3 p.m. Eastern Time on Friday, August 12, 2011. The email subject line shall be as follows: “[Company Name] – [DUNS] – [TIN] – [Domain and Track] – Proposal Extension.” Domain and Track shall be listed in the subject line using the following abbreviations: – Domain 1 D1 – Domain 2 D2 – Domain 3 D3 – Unrestricted Track T1 – Small Business Track T2 – 8(a) or SDVOSB Track T3 If an offeror is proposing in Domain 3, no Track designation is necessary. The body of the email shall contain only the following sentence: “The acceptance period of the proposal submitted by [Company Name of Prime Offeror] in response to the TABSS procurement for [Domain and Track] WILL NOT be extended.” Offerors who have submitted more than one prime proposal for separate domains must submit an emailed statement for each prime proposal. 4. Please note that no other updates/changes to offerors’ proposals will be accepted as a result of this notice. 5. For offers that were submitted for the TABSS requirement by the proposal due date of 2 March 2011 in which no response with regards to this notice is received, the Government will treat the offer as having extended the price proposal to the appropriate date as outlined in item #2 above. 6. All questions regarding this notice or the TABSS procurement shall be directed to the Contracting Officer at TABSS@uscg.mil. UPDATE 19 (25 February 2011) The purpose of this update is to provide Amendment 7 and an amended RFP. For additional information, please see below: (1) The only area amended in the RFP is the hand delivery instructions in Section L-4. Due to the expected high volume of proposals, offerors hand delivering their proposals need to use the loading dock on the T Street Southwest (SW) side of the Jemal Building. Upon arrival at the loading dock area, offerors should go through the brown gate and climb the stairs to enter the building at the loading dock guard desk. Please see the attached map for further information; note that this map is not a part of Amendment 7. Please also note that the delivery building and address (1900 Half Street SW, Washington, D.C., 20593) are the same as before; only the proposal reception area is being changed. (2) To reiterate, all proposals are due by 3 PM Eastern Standard Time (EST) on Wednesday, March 2nd, 2011. All offerors planning to hand deliver proposals before Wednesday, March 2nd, are encouraged to coordinate their proposal deliveries with Nathan Dolezal or with Katherine Powers to ensure proper proposal reception. This coordination can be done via email to Nate.Dolezal@uscg.mil or Katherine.Powers@uscg.mil. All offerors planning to hand deliver their proposals on Wednesday, March 2nd, are encouraged to plan accordingly due to the aforementioned proposal volume and limited parking at the Jemal Building. (3) After the government receives the offeror’s package, the government will provide a receipt of confirmation. This receipt is provisional pending the package successfully passing the government screening process. Any offeror who has not received a confirmation receipt or is not in line at the loading dock of the Jemal Building by 3 PM EST will have their proposal considered late. Thank you for your time and your support of the TABSS procurement. UPDATE 18 (17 February 2011) The purpose this update is to provide Amendment 6 and three amended RFP attachments. These documents are located in the lower-right hand side of this page. As described in Amendment 6, the three attachments have been amended as follows: 1.) Attachment 3B – A formula error has been fixed. The version of Attachment 3B attached to this amendment shall be used by offerors submitting Domain 2 proposals. 2.) Attachment 4 – Typographical errors have been fixed. 3.) Attachment 10 – References have been corrected. The RFP and all other RFP attachments are unchanged. Thank you for your time and your support of the TABSS procurement. UPDATE 17 (11 February 2011) The purpose of this update is to provide the TABSS Q+A Addendum Matrix. It is located in the lower-right hand side of this page. The Q+A Addendum Matrix has two parts. The first part consists of questions that were received before the TABSS question due date but were accidentally left off of the original TABSS Q+A Matrix. The second part consists of clarifications regarding certain questions from the original TABSS Q+A Matrix. The government will accept no further questions. Neither the TABSS Q+A Matrix nor the Q+A Addendum Matrix will be updated in the future. In the event of a discrepancy between either matrix and the amended RFP, the amended RFP governs. Neither the TABSS Q+A Matrix nor the Q+A Addendum Matrix are included in any of the TABSS amendments. They are provided as guidance to offerors. Thank you for your time and your support of the TABSS procurement. UPDATE 16 (10 February 2011) The purpose of this update is to provide the amended RFP and RFP attachments. Of particular note is the amended Attachment 10, “Labor Category Descriptions and Qualifications Matrix,” along with the new Attachment 11, “Annual Small Business Subcontracting Compliance Report.” Two copies of the RFP are being provided, an “informational” copy with highlighting and a “conformed” copy without highlighting. In the informational copy, all new changes to the RFP have been highlighted in turquoise. Changes made via Amendment 4 are highlighted in yellow. The content of the two RFPs (both informational and conformed) is identical. Please use the conformed copy in the future. Attachments that have been changed since Amendment 4 are updated per the descriptions on the Standard Form 30 in Amendment 5. Any attachment not mentioned in the Standard Form 30 in Amendment 5 is unchanged. However, all attachments are included with this update for offerors’ reference. Regarding the amended RFP, to reiterate: (1) Paper copies of proposals are required. Please see Sections L-5 and L-6 of the amended RFP for more information. (2) Labor category descriptions are provided in the amended Attachment 10. Offerors should meet those stated requirements (3) For offerors’ acknowledgement of amendments, please see Section L-8 of the RFP. (4) Evaluation Factor 3, “Socio-economic Considerations,” has been significantly amended. Please see Sections L and M of the RFP for more information. (5) For the $250 contractual minimum, this amount will be obligated to each contract at the time of award. It will not be provided as consideration for the contractor’s requirement to attend the post-award conference. Travel expenses for post-award conferences are the responsibility of the contractor. (6) The proposal due date is extended until 3 PM Eastern Standard Time on 03/02/2011. With regard to the TABSS email box, it is sporadically experiencing technical difficulties; the government is working to resolve the issue. Offerors should advise all their references to continue sending their past performance questionnaires to TABSS@uscg.mil, but references may also copy Nathan Dolezal (nate.dolezal@uscg.mil) and Katherine Powers (Katherine.Powers@uscg.mil) on emails containing completed questionnaires. Thank you for your time and your support of the TABSS procurement. UPDATE 15 (27 January 2011) The purpose of this update is to release Amendment 4. Please review Amendment 4, the amended RFP, and the amended RFP attachments in the lower-right hand corner of this webpage. A future amendment providing labor category descriptions is forthcoming. Please continue to check this page for updates. Thank you for your support of the TABSS procurement. UPDATE 14 (27 January 2011) The purpose of this update is to release the TABSS solicitation questions-and-answers matrix. Please see the Excel file titled “TABSS Q+A Matrix” in the lower-right hand corner of this webpage. Amendment 4 will be released soon. It will contain the amended TABSS RFP and amended TABSS RFP attachments. It will also contain a solicitation due date extension. Thank you for your support of the TABSS procurement. UPDATE 13 (21 January 2011) The purpose of this update is to clarify that Amendment 3 was posted today. There is not currently an Amendment 4. Please see Amendment 3 in the lower-right hand corner of this webpage. Thankyou for your support of the TABSS procurement. UPDATE 12 (21 January 2011) The purpose of this update is to extend the solicitation due date for proposals to 3 PM Eastern Standard Time on Monday, February 21st, 2011. Please see Amendment 3 in the lower-right hand corner of this webpage. The questions-and-answers matrix will be posted soon. Thank you for your support of the TABSS procurement. UPDATE 11 (13 January 2011) The purpose of this update is to clarify the attachments to Update 10. There is not currently an Amendment 3. There are two documents for Amendment 2, both of which are attached to this notice for clarification. These documents are in the lower right-hand corner of this webpage. Thank you for your support of the TABSS procurement. UPDATE 10 (13 January 2011) The purpose of this update is to provide amendment two (2) to the TABSS solicitation. Please review the amendment and the amended Attachment 5. They are in the lower right-hand corner of this webpage. The RFP and all other RFP attachments are unchanged. Please note that the only Attachment 5 that should be used is the one attached to this update (dated 13 January 2011). If an offeror has already sent out past performance questionnaires, please rescind them and use the new past performance questionnaire attached to this update. We apologize for any inconvenience. The questions-and-answers matrix is expected to be posted within the next two weeks. At that time an extension of the solicitation due date will be considered. Please continue to check this webpage for all communications. Thank you for your support of the TABSS procurement. UPDATE 9 (17 December 2010) The purpose of this update is to provide amendment one (1) to the TABSS solicitation. Please review the amendment, the amended RFP, and the amended Attachment 3 spreadsheets. They are in the lower right-hand corner of this webpage. All other RFP attachments are unchanged, but are posted along with this update for offeror’s convenience. Please note that the only RFP and RFP attachments that should be used now are those attached to this update (dated 17 December 2010). Do not use the draft RFP or its attachments (dated 27 May 2010) or the older RFP and its attachments (dated 3 December 2010) The questions-and-answers matrix is expected to be posted in early January. Please continue to check this webpage for all communications. Thank you for your support of the TABSS procurement. UPDATE 8 (03 December 2010) The purpose of this update is to release the TABSS RFP and its related attachments. Please note that while the TABSS FedBizOpps page has the solicitation number as HSCG23-10-R-TABS00, the actual solicitation number as noted in the RFP is HSCG23-11-R-TABS00. The TABSS RFP and its attachments can be found in the bottom of the right-hand corner of this page. All questions-and-answers relating to the TABSS RFP are due by Friday, December 17th, 2010, at 3 PM Eastern Standard Time. All questions should be emailed to TABSS @uscg.mil . All proposals are due by Monday, January 31st, 2011, at 3 PM Eastern Standard Time. Thank you for your patience and your support of the TABSS procurement. UPDATE 7 (04 November 2010) The purpose of this pre-solicitation update is inform potential offerors that the anticipated TABSS solicitation release date has been revised to mid to late November 2010. Please continue to email all questions to TABSS@uscg.mil. Thank you. UPDATE 6 (28 September 2010) The purpose of this update is to provide the TABSS pre-solicitation questions and answers. The questions and answers are in an Excel file labeled “TABSS – Pre-Solicitation Questions and Answers.” This file can be found at the bottom of the right-hand column on this page. Please email all questions and concerns to TABSS@uscg .mil . Thank you. UPDATE 5 (10 September 2010) The purpose of this update is to provide additional information related to key TABSS documents. Responses to the draft RFP questions and answers will be posted in the coming weeks; the anticipated release date is late September. The final TABSS RFP has an anticipated release date of mid- to late October. Thank you for your patience. Please send all future questions and concerns to the TABSS@uscg.mil email address. UPDATE 4 (22 July 2010): The purpose of the update is to provide the TABSS Pre-Solicitation Conference presentation in Adobe Acrobat format because some contractors are not able to view the presentation in the previously-posted Power Point format. UPDATE 3 (21 July 2010): The purpose of this update is the following: (1) Provide the audio recording, transcript, Power Point presentation and list of attendees from the TABSS Pre-Solicitation Conference. Videofrom the conference is not able to be posted due to technical difficulties. (2) Notify contractors the Government is in the process of answering questions received in response to the draft RFP and will post those answers once finalized. (3) Notify contractors the current estimated final RFP release timeframe is late August, vice the date stated in the Pre-Solicitation Conference Power Point presentation. UPDATE 2 (10 June 2010): The purpose of this update is the following: (1) Provide instructions for attending the Live Webcast of the morning session of the TABSS Pre-Solicitation Conference – which will occur 15 June 2010, 8:30am through 10:30am – via the attached document entitled “Live Webcast Instructions“. (2) Provide an agenda for each of the two Pre-Solicitation Conference sessions via the attached document entitled “Agenda – TABSS Pre-Solicitation Conference”. (3) Notify contractors that the Government intends to post a list of all conference attendees to this synopsis ;webpage after the conclusion of the conference. The information on this list will be limited to individual names, company names and email addresses for each attendee. UPDATE 1 (27 May 2010): The purpose of this update is to (1) announce the scheduling of the Pre-Solicitation Conference and provide details related thereto and (2) provide the draft Request for Proposals (RFP) for industry comment. The presolicitation conference for this acquisition is scheduled for 15 June 2010 at 7th and D St SW, Washington, DC. Due to security considerations, the deadline for registering for this conference is 03 June 2010. The attached file entitled “Frequently Asked Questions – TABSS Pre-Solicitation Conference” contains registration, location, and other details. The draft RFP and its corresponding attachments are included in this updated announcement. The Government is soliciting industry input to inform its development of the final RFP. Accordingly, please submit questions and comments related to the draft RFP no later than 08 June 2010, 5:00 PM EDT. To the maximum extent possible, these questions and comments will be addressed at the Pre-Solicitation Conference. ORIGINAL SYNOPSIS: The primary goal of this acquisition is to establish a Department-Wide Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Contract vehicle for the Department of Homeland Security (DHS) to provide technical, acquisition, and business support services. The acquisition and resulting multiple award contracts will be collectively referred to as TABSS (Technical, Acquisition and Business Support Services). The United States Coast Guard (USCG) is conducting this department-wide acquisition with on behalf of DHS and all of its components. Use of this contract vehicle will be limited to all DHS components. The technical, acquisition and business support services to be acquired can be categorized into three domains: (1) Program Management, Engineering and Technology Support Services, (2) Business, Financial Management and Audit Support Services and (3) Contract Management Support Services. These domains comprise the professional services necessary to support a wide-range of Departmental requirements, to include DHS component organizations as well as those more specific in meeting the programmatic needs of the United States Coast Guard Acquisition Directorate (CG-9). The objectives for this acquisition include: a) Providing a comprehensive range of support services for use throughout the DHS. b) Providing a continuous alignment between business strategy, business processes, and various management support services while simultaneously maintaining an acquisition approach based on flexibility and efficiency. c) Leveraging the DHS spend in acquiring essential support services in an effective, economical, and expedient manner consistent with the DHS mission through the use of this enterprise-wide contract. d) Promote and support DHS socio-economic goals and initiatives. This acquisition is intended to replace numerous disparate contracts at USCG, as well as 3 multiple-award Blanket Purchase Agreements (BPAs) awarded by the DHS Strategic Sourcing Program Office. Said multiple-award BPAs consist of those for Acquisition Support Services, Financial Management Support Services and Program Management Support Services, which are scheduled to expire between May and June 2011. TABSS will also serve in companion to the Program Management, Administrative, Clerical and Technical Services (PACTS) contract. Although PACTS may appear to provide similar services as the TABSS Program Management, Engineering and Technology Support Services domain, the PACTS services are more generalized in nature. Under the TABSS vehicle, program management services are intended to meet a full range of specialized Program, Business, and Acquisition support services across multiple domains ensuring business continuity and integration. In the case of requirements overlap for a specific task order, PACTS will remain DHS’ preferred vehicle. This acquisition will utilize both unrestricted and small business set-aside award tracks. DHS intends to award a sufficient number of contracts to maintain effective competition in each of the domain tracks. There will be multiple unrestricted and Small Business award tracks, as shown below. The number of awardees per track will be determined later, and may not be uniform among tracks. 1. Program Management, Engineering and Technology Support Services Domain; Unrestricted Track 2. Program Management, Engineering and Technology Support Services Domain; Small Business Track 3. Program Management, Engineering and Technology Support Services Domain; preferred 8(a) Track 4. Business, Financial Management and Audit Support Services Domain; Unrestricted Track 5. Business, Financial Management and Audit Support Services Domain; Small Business Track 6. Business, Financial Management and Audit Support Services Domain; preferred SDV Track 7. Contract Management Support Services Domain; preferred 8(a) Track The resulting IDIQ contract will have an ordering period of five (5) years from award. A draft solicitation for this acquisition is currently planned to be released in May 2010. Interested parties will have 1-2 weeks to submit questions and comments related to this draft. These questions and comments will be addressed at an Industry Day/Pre-solicitation Conference in late May or early June 2010. DHS anticipates release of a final solicitation shortly following this event. Contractors will be provided sufficient time after solicitation relaserelease to develop and submit proposals. An email address has been established for this acquisition – TABSS@USCG.MIL. Due to the large number of parties interested in this acquisition, use of email communication (sent to this address) is strongly encouraged to ensure timely response to questions. This synopsis corresponds to Advance Acquisition Plan (AAP) 62889, which is posted on the DHS AAP website(https://www.fido.gov/dhs/aap/publicview.asp). URL: https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-R-TABS00/listing.html
OutreachSystems Article Number: 120623/PROCURE/0579
Matching Key Words: video*; conference?; you; website; webpage?; page?; business*; event?; instruct*;
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071 Dallas TX 75202
R — Fire Systems Technical Specialist Support 12-161-SOL-00027 072412 Daniel D. Finley, Contracting Officer, Phone 2147675255, Fax 2147675194, Email dan.finley@ihs.gov Fire Systems Technical Specialist Support NOTE: This acquisition is set-aside for small business participation only. The North American Industry Classification System (NAICS) code applicable is 238990, All Other Specialty Trade Contractors. The small business size standard for this NAICS code is average annual revenue of $14 Million or less. Proposals submitted by firms that are not classified as small businesses under this criterion will not be considered for this acquisition. Interested firms must download and print the Request for Proposal (RFP) document in order to submit a proposal. A link to the RFP document is shown in the pane at the right of this webpage. Details on task requirements, submission requirements and evaluation criteria are included in the RFP. Interested firms should also enter their contact information in the Tab at the top of this webpage Titled “Interested Vendors” to register their interest and ensure they receive any RFP Amendments issued. 1. PROJECT SUMMARY The Contractor shall provide qualified personnel to perform tests and inspections on fire detection, alarm and extinguishing devices; and to complete documentation on those tests and inspections. The services shall be provided to the Phoenix Area Indian Health Service (IHS) at IHS health care facilities located at various locations in Arizona, California, Nevada and Utah. Historically, a majority of the work required will be at remote locations. 2. DESCRIPTION OF SERVICES The services shall be conducted in compliance with the applicable National Fire Protection Association (NFPA) Standards and performed at intervals prescribed by the Government. Contractor Personnel performing required services are subject to the direction of the Chief, Operations Branch, Division of Facilities Engineering, Office of Environmental Health and Engineering, Phoenix Area Indian Health Service. The Contractor and its personnel performing services under this contract will be provided a prioritized listing of required services to perform, with a schedule for each location. The Contractor shall provide all basic tools necessary to perform the duties. Any specialized tools and equipment required for satisfactory performance of assigned tasks will be provided by the Government. 3. PLACE OF PERFORMANCE AND WORK HOURS Contractor personnel performing required services will be provided office space and the use of Government hardware, software and other tools to perform required services. The base location for the Contractor will be at the Phoenix Area Office, Office of Environmental Health and Engineering Division of Facilities Engineering, 40 N. Central Avenue, Suite 720, Phoenix, Arizona 85004. The Contractor Employee(s) shall work in and from this facility for remote requirements. Normal work hours are 8am to 5pm Monday through Friday, excluding federal holidays. The contractor will be compensated for only the hours Contractor Employee(s) work.5. SCOPE OF WORK4. COMPLEXITY 4. COMPLEXITY Performance of the services under this contract requires skill in numerous complex areas including code consulting, technical writing, test and inspections, complex troubleshooting and maintenance, and detailed investigations. Acceptable Contractor Personnel must possess expertise in all of these areas with emphasis on product knowledge and code requirements. Independent judgments and actions are continuous. Accepted Contractor Personnel shall follow established written guidelines and procedures, as directed by IHS. 5. SCOPE OF WORK The Contractor shall perform testing and inspection of the following fire detection, alarm and extinguishing devices and equipment as directed by the Government. Contractor personnel working under this contact shall (referred to as Contractor Personnel from this point forward in this Scope of Work) complete all required documentation associated with the testing and inspection of the fire detection, alarm and extinguishing devices and equipment. This may include validation of and documentation of work performed by Government employees and/or other Contractors. (a) Initiating Devices 1. Supervisory signal devices; 2. Valve tamper switches and water flow devices; and 3. Duct detectors, electromechanical releasing devices, heat detectors, manual fire alarm boxes and smoke detectors. (b) Occupant alarm notification devices including all audible devices, speakers and visible devices. (c) Off-premises Emergency Forces Notification transmission equipment. (d) For water-based automatic fire extinguishing systems: 1. Fire pumps; 2. Water storage tank high and low level alarms; 3. Water storage tank low water temperature alarms; 4. Main drain tests at all system risers; and 5. Fire department connections. (e) Kitchen automatic fire extinguishing systems. (f) Carbon dioxide and other gaseous automatic fire extinguishing systems. (g) Portable fire extinguishers. (h) Water stand-pipe and hoses. (i) Fire and smoke dampers (j) Automatic Smoke detection shutdown devices for air handling equipment. (k) Horizontal and vertical sliding and rolling fire doors. (l) Access Control Systems. 1. Control panels and all associated programming and software; 2. Card reads; 3. Touch sense release mechanisms; 4. Request to exit devices; 5. Door strike units; and 6. Alarm Contacts. (m) CCTV systems 1. Digital video recording devices and all associated programming and software; 2. Fix and pa, zoom and tilt cameras; 3. Environmental equipment; and 4. Power supplies. (n) Security Systems: 1. Control panels and all associated programming and software; 2. (o) Motion detection devices; 3. Alarm contact devices; and Audible annunciation devices. Nurse Call systems: 1. Control panels and all associated programming and software; 2. Master controller units; 3. Patient, staff, bath and all associated stations; and 4. Dome lights and annunciation devices. (p) Building Management (a.k.a. Direct Digital Controls (DDC)) Contractor Personnel shall perform assessments, troubleshooting, testing, inspection and documentation of integrated fire detection and alarm systems. This may include validation and documentation of work performed by Government employees and other Contractors: • Fire alarm control panels and all associated panels installed, including power supply panels, emergency voice control panels, fire fighter phone panels, monitor zone cards, modules for fire pump status, generator status, smoke control and annunciator panels. • Auxiliary devices connected to fire alarm systems used for control outputs including elevator recall, door holders, security door release, air handler shutdown, stairwell pressurization fans, smoke exhaust fans, fire/smoke dampers, door curtain activation, adjacent zone pressurization fans, and any other control outputs connected to and/or activated by the fire alarm system. Contractor Personnel shall provide comprehensive review, investigation and assessment of issues involving NFPA codes associated with the scope of work, as directed by the Government. 6. QUALIFICATIONS OF CONTRACTOR PERSONNEL Contractor Personnel accepted by the Government to work under this contract shall be experienced in the testing and evaluation of health care facility fire alarm and detection system. All Contractor Personnel must have a minimum of three years full-time experience in maintaining fire detection, alarm, and extinguishing devices and related equipment. A. All Contractor Personnel accepted by the Government shall possess a National Institute for Certification in Engineering Technologies (NICET) Level III Certification in Fire Alarm Systems. B. In addition, all Contractor Personnel shall have one or more of the following certifications: • Inspection & Testing of Water-Based Systems (National Institute for Certification in Engineering Technologies (NICET) Level III, or equivalent); • “F” Fire Alarm License (Issued from any state in the US); • “G” Sprinkler license (Issued from any state in the US); • “E2” Engineered System Suppression License (Issued from any state in the US); • Formal training on Notifier fire alarm systems, or equal; • Formal training on Ademco Security systems, or equal; • Formal training on Panasonic CCTV systems, or equal; and • Formal training on Jeron nurse call systems, or equal. C. All Contractor Personnel shall have knowledge and understanding of the following National Fire Protection Association codes: NFPA 10 (Portable Fire Extinguishers) NFPA 13 (Installation of Sprinkler Systems) NFPA 14 (Standpipe and Hose Systems) NFPA 25 (Inspection, Testing, and Maintenance of Water-Based Fire Detection Systems) NFPA 72 (National Fire Alarm Code) NFPA 80 (Fire Doors and Fire Windows) NFPA 1962 (Care, Use, and Service of Fire Systems) D. All Contractor Personnel must be physically able to climb ladders (up to 20 feet), enter crawl spaces, and carry equipment up to 40 pounds in total weight. Set-Aside: Total Small Business Place of Performance: 40 N. Central Avenue Suite 720 Phoenix, AZ 85004 US URL: https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/12-161-SOL-00027/listing.html
OutreachSystems Article Number: 120622/PROCURE/0075
Matching Key Words: writ*; technical; standard;
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer Washington DC 20528
R — DHS Office of Health Affairs Quality Assurance, Testing, and Verification and Validation Program RFI-OPO-12-Analytical-Laboratory-Quality-Assurance-Testing 020312 Tamara Kelley, Contract Specialist , Email tamara.kelley@hq.dhs.gov – Tisha W Blue, Contracting Officer, Email tisha.blue@dhs.gov The U.S. Department of Homeland Security Office of Health Affairs (DHS OHA) and the Joint Program Executive Office – Chemcial and Biological Defense (JPEO-CBD) is seeking capability statements from businesses that can provide the services listed in the attached Draft Statement of Work. This is not a solicitation, or an announcement of a solicitation. This is a ‘Sources Sought’ action only. The purpose of this ‘Sources Sought’ is to gain knowledge of potential qualified sources. Feedback on individual submissions will not be provided. The applicable NAICS code is 541990 – All Other Professiona, Scientific, and Technical Sevices. Information Sought: Businesses having the ability to proivde the services listed in the attached Draft Statement of Work shall provide clear and comprehensive information supporting their expereince, expertise, and current company profile to include the number of employees, office location(s), DUNS number, CAGE code, small business designation/status claimed and annual revenue. Responses shall not exceed seven (7) pages and should clearly indicate whether the organization is able to provide the services listed in the Draft Statement of Work. Furthermore, responses should identify the specific task areas in Section 5.0 that the organization is capable of performing. Within your seven (7) page response, please answer the following questions: 1. Is your company experienced and certified in establishing, operating, and maintaining quality assurance programs? 2. Is your company experienced in working with biological, chemical, and radiological data from environmental sampling and detection efforts? 2a. Is your company familiar with working QA on molecular and immunological analytical data systems such as Polymerase Chain Reaction and Electrochemoluminesence? 3. Does your company have experience working with federal, state and local government agencies and their laws and regulations as applicable to Quality Assurance in laboratory analysis and environmental sampling? 4. Is your company experience in establishing systems/methods for assessing on-going performance and identifying discrepancies and/or unexpected results and establishing or performing corrective actions? 5. Please identify from the list which areas of subject matter expertise your company can provide: a. Laboratory QC/QA (i.e – aseptic technique/BSL-3/work flow/contamination control) b. Molecular biology/PCR, immunoassay c. Public Health d. Environmental sampling e. Statistical analysis f. Data management systems g. Program planning h. Technical/scientificwriting i. SOP development j. autonomous detection systems k. Proficiency Testing for various environmental analytes and methods (including chemical analysis utilizing GC/MS, microscopy, electronic data interpretation and case studies, radiological data interpretation l. Environmental laboratory accreditation/certification 6. Are you accredited or certified by any association or agency in quality assurance? As a proficiency test provider? Please provide a description of your certifications and accreditations. Responses are due no later than ET and shall be sent via e-mail to Tamara Kelley at Tamara.kelley@dhs.gov and cc: Tisha Blue at Tisha.Blue@hq.dhs .gov . Telephone calls regarding this notice will not be accepted. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award a contract based upon responses under this announcement, nor otherwise pay for preparing any information sent for the Government’s use of the information. Any proprietary information should be marked as such. ATTACHMENTS: Attachment 1 – Statement of Work for Department of Homeland Security Office of Health Affairs (DHS OHA) and Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) Analytical Laboratory Quality Assurance, Testing, and Verification and Validation Program (QA Program) Place of Performance: 5183 Blackhawk Rd Building E4410 Aberdeen Proving Grounds, MD 21010-5424 US URL: https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RFI-OPO-12-Analytical-Laboratory-Quality-Assurance-Testing/listing.html
OutreachSystems Article Number: 120622/PROCURE/0534
Matching Key Words: writ*; technical; operating;
Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229
R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 4 (06/20/12): Correction in due day. Amendment 3 (06/19/12): Corrects due time in FBO. Amendment 2 (06/18/12): Corrects due date in Instructions and Response Guideline section. Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section. U.S. Customs and Border Protection (CBP) Office of Public Affairs (OPA) Request for Information (RFI) Release Date: June 11, 2012 Response Date: June 27, 2012 Title: CBP Wide Communication and Outreach Support Services Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services. The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website . It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Background: The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry. CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws. The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally. Objective: Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas. In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities. CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding. CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media. Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentation required by DHS and CBP regulations. CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements: -Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs. -Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns. -Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns. This includes the development of video products. -Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads. -Reproduction/Materials -Camera Ready Material Responses Requested: In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements. CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered. Responses should include the following information: Registration and Compliance in Enforcement Program Support 1. Describe advertising strategy plan to increase enrollment and traffic in designated markets. 2. Describe an advertising strategy plan to increase enrollment in programs in designated markets. 3. Describe an advertising strategy plan to increase compliance in designated international markets and communities. 4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience. 5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience. 6. Describe how campaigns can be expanded beyond traditional media tools. 7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication. 8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States. 9. Describe research which will be conducted for online web advertisement and communications. 10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers. Promoting International Policies 11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication. 12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States. Graphic Design Support 13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns. Media Buys 14. Describe a media Buy Plan, to include required advertising and marketing materials as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders. 15. Describe multimedia advertisements tailored to individual foreign and domestic markets. 16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns. 17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience. Reproduction/Materials; Camera Ready Material 18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period. Miscellaneous 19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed. 20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA. Instructionsand Response Guidelines: Electronic RFI responses are due by 3:00pm Washington DC time on Wednesday, June 27th and shall be limited to be a total of 15 pages. Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format. Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI. Information provided will be used solely by CBP as market research and will not be released outside of CBP. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Wednesday, June 27nd. This subject shall read: CBP Wide Communication and Outreach Support Services. NO SOLICITATION EXISTS AT THIS TIME. Contact Information: Ronie Namata, Contracting Officer 202-344-3631 Ronie.Namata@dhs.gov U.S. Customs and Border Protection Office of Procurement Suite 1310 , National Place 1300 Pennsylvania Avenue, NW Washington , DC 20229 ************************************************************* ************************************************************* Sample – Budgetary ROM Request MEMORANDUM MM/DD/YYYY From: Name, Company, Title To: Ronie Namata, Customs and Border Protection, Contracting Officer Subject: Budgetary ROM request Company Name currently provides media advertising services to multiple customers across the United States. Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback. Based on the following assumptions: Location: Washington DC Task: Human Trafficking Campaign at land, sea, and air entry points to the United States. Please provide a budgetary ROM for planning purposes that address the following objectives: 1. Event Booth Display. 2. Outdoor Marketing and Media Services. 3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)). 4. Direct Mail Service. 5. Average turn around times, and associated costs. Information provided will be used solely by CBP as market research and will not be released outside of CBP. An actual requirement does not exist at this time. This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. If youshould have any questions concerning this request, please email Ronie.Namata@dhs.gov . Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 120622/PROCURE/0640
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*;
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer Washington DC 20528
R — DHS Office of Health Affairs- BioWatch Quality Assurance, Testing, and Verification and Validation Program RFI-OPO-12-Analytical-Laboratory-Quality-Assurance-Testing 020312 Tamara Kelley, Contract Specialist , Email tamara.kelley@hq.dhs.gov – Tisha W Blue, Contracting Officer, Email tisha.blue@dhs.gov This notice is amended to change the notice description to “BioWatch Quality Assurance, Testing, and Verification and Validation Program” and to state the response due date that was previously omitted. Responses are due by 3 PM EST on 02/03/2012. Synopsis: The U.S. Department of Homeland Security Office of Health Affairs (DHS OHA) and the Joint Program Executive Office – Chemcial and Biological Defense (JPEO-CBD) is seeking capability statements from businesses that can provide the services listed in the attached Draft Statement of Work. This is not a solicitation, or an announcement of a solicitation. This is a ‘Sources Sought’ action only. The purpose of this ‘Sources Sought’ is to gain knowledge of potential qualified sources. Feedback on individual submissions will not be provided. The applicable NAICS code is 541990 – All Other Professiona, Scientific, and Technical Sevices. Information Sought: Businesses having the ability to proivde the services listed in the attached Draft Statement of Work shall provide clear and comprehensive information supporting their expereince, expertise, and current company profile to include the number of employees, office location(s), DUNS number, CAGE code, small business designation/status claimed and annual revenue. Responses shall not exceed seven (7) pages and should clearly indicate whether the organization is able to provide the services listed in the Draft Statement of Work. Furthermore, responses should identify the specific task areas in Section 5.0 that the organization is capable of performing. Within your seven (7) page response, please answer the following questions: 1. Is your company experienced and certified in establishing, operating, and maintaining quality assurance programs? 2. Is your company experienced in working with biological, chemical, and radiological data from environmental sampling and detection efforts? 2a. Is your company familiar with working QA on molecular and immunological analytical data systems such as Polymerase Chain Reaction and Electrochemoluminesence? 3. Does your company have experience working with federal, state and local government agencies and their laws and regulations as applicable to Quality Assurance in laboratory analysis and environmental sampling? 4. Is your company experience in establishing systems/methods for assessing on-going performance and identifying discrepancies and/or unexpected results and establishing or performing corrective actions? 5. Please identify from the list which areas of subject matter expertise your company can provide: a. Laboratory QC/QA (i.e – aseptic technique/BSL-3/work flow/contamination control) b. Molecular biology/PCR, immunoassay c. Public Health d. Environmental sampling e. Statistical analysis f. Data management systems g. Program planning h. Technical/scientific writing i. SOP development j. autonomous detection systems k. Proficiency Testing for various environmental analytes and methods (including chemical analysis utilizing GC/MS, microscopy, electronic data interpretation and case studies, radiological data interpretation l. Environmental laboratory accreditation/certification 6. Are you accredited or certified by any association or agency in quality assurance? As a proficiency test provider? Please provide a description of your certifications and accreditations. Responses are due no later than 3:00 PM EST on February 3, 2012 and shall be sent via e-mail to Tamara Kelley at Tamara.kelley@dhs.gov and cc: Tisha Blue at Tisha.Blue@hq.dhs.gov . Telephone calls regarding this notice will not be accepted. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award a contract based upon responses under this announcement, nor otherwise pay for preparing any information sent for the Government’s use of the information. Any proprietary information should be marked as such. ATTACHMENTS: Attachment 1 – Statement of Work for Department of Homeland Security Office of Health Affairs (DHS OHA) and Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) Analytical Laboratory Quality Assurance, Testing, and Verification and Validation Program (QA Program) Place of Performance: 5183 Blackhawk Rd Building E4410 Aberdeen Proving Grounds, MD 21010-5424 US URL:https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RFI-OPO-12-Analytical-Laboratory-Quality-Assurance-Testing/listing.html
OutreachSystems Article Number: 120622/PROCURE/0649
Matching Key Words: writ*; technical; operating;
FedBizOpps – Awards
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 Jeffrey B. Forrest, Contract Specialist, Phone 7034321669, Email jeffrey.forrest@usmc.mil M00264-12-P-0283 $55,024.95 062712 SHOWREEL INTERNATIONAL INC, 1021 N McCadden Pl , Los Angeles, CA 90038 US URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-12-T-0264/listing.html
OutreachSystems Article Number: 120629/AWARDS/0815
Matching Key Words: naics!512110;
USABID State and Local Purchases
Texas – Texas Marketplace – Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440
T – RFP – Selection of a Vendor to Provide Professional Video Servic SOL Agency Requisition Number: 2012038-MPBLB RFP – Selection of a Vendor to Provide Professional Video Services for University Events For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120629/BID/0426
Matching Key Words: video*; event?;
Missouri – St. Louis American Newspaper, 4242 Lindell Blvd., St. Louis, MO 63108. Ph: 314-533-8000. http://www.stlamerican.com/classifieds/announcements_bids/
U – BIDS/PROPOSALS WANTED – BIDS/PROPOSALS WANTED The City of St. SOL BIDS/PROPOSALS WANTED – BIDS/PROPOSALS WANTED The City of St. Louis Workforce Investment Board and the City of St. Louis Agency on Training and Employment announce the availability of a Request for Proposal (RFP). The release date is June 28, 2012. The RFP is seeking bids for the BounceBack Program Services. The RFP is available for pick-up, in person, at the City of St. Louis Agency on Training and Employment office, 1520 Market Street, Room 3050, St. Louis, MO 63103, 314-589-8000, beginning June 28, 2012, 8:00 a.m. (local time) 5:00 p.m. (local time), Monday Friday, except holidays. The RFP can also be downloaded from our website: http://www.stlworks.com. A Pre-Bid Conference will be held at SLATE at the above address on Wednesday, July 18, 2012, at 2:00 PM. Questions regarding the RFP may be submitted to the City of St. Louis Agency on Training and Employment (see address above), Attn: Deputy Director and must be received prior to 5:00 p.m. July 20, 2012. You may also submit questions to Kelley Bernardi at kbernardi@stlworks.com . A copy of the written inquiry and response will be posted on the website: http://www.stlworks.com. Applications must be received by the City of St. Louis Agency on Training and Employment (see address above) no later than 5:00 p.m., (local time) on July 27, 2012. No fax or e-mail copies will be accepted. Applications received after this date and time will not be considered. One original and five copies in a sealed package must be submitte For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120629/BID/0511
Matching Key Words: writ*; copy;
Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.
R – Bids & ProposalsRequest for Proposal The Municipality of Norrist SOL Bids & ProposalsRequest for Proposal The Municipality of Norristown intends to retain the services of a qualified consultant to create promotional and marketing videos for use on Norristown’s website, social media, and in presentations to outside investors, organizations, and individuals. As part of the scope of work the consultant will shoot interviews with local business persons, elected officials, and other members of the Norristown community as well as footage of local events and festivals. The request for proposals contains the following sections: Section I – Introduction; Section II – Scope of Services and Deliverables; Section III – Evaluation Criteria; Section IV – Submission of Proposal A copy of the RFP may be obtained by calling 610-270-0421 or email your request to: gprete@norristown.org. RFP proposal deadline- July 15, 2012 @ 3:00 pm. David Forrest, Administrator Appeared in: Times Herald on Friday, 06/29/2012 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120629/BID/0620
Matching Key Words: video*; website; business*; event?;
Justice and Public Safety Cabinet, 125 Holmes Street, State Office Building Annex, Frankfort, KY 40601
R – LEGAL SERVICES-GAMING – ADDENDUM. RFP-500-1200000558-2 DUE 03-JUL-2012 Julie Wooldridge, Phone: (502) 564-7712; 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: 120627/BID/0003
Matching Key Words: age:state!ky; state!ky;
Justice and Public Safety Cabinet, 125 Holmes Street, State Office Building Annex, Frankfort, KY 40601
R – LEGAL SERVICES-WHISTLEBLOWER. RFP-500-1200000559-1 DUE 03-JUL-2012 Julie Wooldridge, Phone: (502) 564-7712; 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: 120627/BID/0004
Matching Key Words: age:state!ky; state!ky;
Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.
R – Request for ProposalsRequest for Proposals The Altoona Housing A SOL Request for ProposalsRequest for Proposals The Altoona Housing Authority will receive sealed proposals until Monday, July 30, 2012 at 10:00 AM (prevailing time) at the office of the Authority, 2700 Pleasant Valley Boulevard, Altoona, PA, 16602 for the following: Architectural and Engineering Services Shelter Protection ? Green Avenue Tower (Capital Fund Program) All required information must be completed and submitted with the proposal. Copies of the Request for Proposals can be obtained at the Authority office, or by calling (814) 949-2029 during normal business hours. Responsible parties must be able to provide professional/technical capability for design, specification writing, bidding, job conferences and construction contract administration. Each offeror will be required to comply with Executive Order 11246, as amended establishing a goal of 6.9% female and 6.3% minority percentage by craft, Non-Discrimination; Executive Order 11625, Minority Business Enterprise; Executive Order 12138; Women’s Business Enterprise; HUD Act of 1968; Section 3; Affirmative Action Plan; and Minority Business Participation. A mandatory pre-proposal conference will be held on Wednesday, July 18, 2012 at 1:00 PM in the Community Room of the Green Avenue Tower, 911 Green Avenue, Altoona, PA 16601. All prospective offerors are urged to attend. The Altoona Housing Authority reserves the right to reject any and all proposals or to waive any informalities in the bidding.Altoona Housing Authority Robin L. Beck, Chairperson Cheryl A. Johns, Executive Director June 24, July 4 and 8, 2012 Appeared in: Altoona Mirror on Sunday, 06/24/2012 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120624/BID/0055
Matching Key Words: writ*; technical;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R – LEGAL SERVICES – LAWYERS LIABILITY INSURANCE POLICY. RFB-758-1200000976-1 DUE 12-JUL-2012 Michael Gustafson, Phone: (502) 564-5945; Website: https://emars.ky.gov/online/vss/AltSelfServiceThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120622/BID/0002
Matching Key Words: age:state!ky; state!ky;
Kentucky Procurement
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R — HEALTH BENEFITS EXCHANGE RFP – ADDENDUM. RFP-758-1200000496-4 DUE 12-JUL-2012 Don Speer, Phone: (502) 564-4510; Website: https://emars.ky.gov/online/vss/AltSelfService This Request for Proposal (RFP) is being issued by the Commonwealth of Kentucky, hereinafter referred to as the Commonwealth and the Cabinet for Health and Family Services (CHFS), to procure the services of a qualified Vendor to design, develop and implement an integrated multi-layer Health Benefit Exchange (HBE) solution that fulfills the certification requirements set out by the Center for Medicare and Medicaid Services (CMS) and the Federal Government in response to the Affordable Care Act (ACA). The HBE solution is comprised of two separate but closely integrated solutions. Through this RFP, the Cabinet is soliciting proposals from qualified entities to implement the above solution, and has identified the following primary functions that potential vendors shall address: An end-to-end Eligibility and Enrollment (E&E) solution that includes functions required to process eligibility and enrollment for all Medicaid members (both MAGI and non-MAGI) and other health insurance affordability programs offered on the HBE, as well as supporting functions such as Workflow, Notifications, Scheduling, Document Management, Business Rules Management, and associated business processes required to launch and continuously operate an efficient and effective E&E System. A Plan Maintenance and Billing (PMB) solution that includes functions required to offer and maintain individual and group insurance products including QHP Certification, Premium Billing, Collections & Reconciliation, Enrollment Maintenance, and more, required to offer individual and group health insurance products on the HBE and both support and sustain its seamless operation. After successful implementation of the above stated solutions, the Commonwealth s strategic vision is to extend the E&E solution to support additional human services programs including, but not limited to, SNAP and TANF in subsequent phases of implementation. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120629/KY/7402
Matching Key Words: age:state!ky; state!ky;
Housing Authority of Covington, 2300 Madison Avenue, Covington, KY
R — RESIDENTIAL REAL ESTATE APPRAISERS. DUE 13-JUL-2012 The Housing Authority is seeking qualified Residential Real Estate Appraisers (Appraiser) to assist in the implementation of a residential property purchase, construction and resale program of properties that will be part of the Authority s HOPE VI Revitalization Grant. Appraisers that are found to be qualified will be put into a pool which will then be assigned properties as the need arises. The RFQ may be obtained at the administrative office of the Housing Authority of Covington, 2300 Madison Avenue, Covington, KY, Monday-Friday, 8:00 a.m.-4:00 p.m. or by emailing lstieby@hacov.org. Respondent shall deliver proposals to 2300 Madison Avenue, Covington, KY by 4:00 p.m., Friday, July 13, 2012. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120629/KY/7410
Matching Key Words: age:state!ky; state!ky;
Louisville Water Company, 550 South 3rd Street, Louisville, KY 40202
R — PROPERTY PROTECTION SERVICES – ADDENDUM #1. BID #12-89 DUE 11-JUL-2012 Website: http://www.lwckyplanroom.com/goodsandservices Louisville Water Company is requesting bids for a one year contract renewable for up to four additional one year terms for Property Protection Services at various Louisville Water Company locations. 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: 120629/KY/7425
Matching Key Words: age:state!ky; state!ky;
Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622
99 — 2013 KIT AND IFTA DECALS – ADDENDUM. RFB-605-1200000995-2 DUE 06-JUL-2012 Laura Stephens, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120629/KY/7433
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 – ADDENDUM #1. 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: 120627/KY/7352
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
T — FORMS PRINTING SERVICES: VTR 96-182 – ADDENDUM. RFB-758-1200000988-4 DUE 27-JUN-2012 Anja Bibb, Phone: (502) 564-5301; 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: 120626/KY/7317
Matching Key Words: age:state!ky; state!ky;
McCracken County Board of Education, 435 Berger Road, Paducah, KY
R — CREDIT CARD/PROCUREMENT CARD REBATE PROGRAM. DUE 05-JUL-2012 The McCracken County Board of Education will accept proposals for credit card/procurement card rebate program on Thursday, July 5, 2012 at 1:00 p.m. CDT. Proposals will be accepted and opened at this time at the McCracken County Board of Education office at 435 Berger Road, Paducah, Kentucky. All proposals must be received by the time designated and none will be considered thereafter. Specifications may be obtained at http://mcweb.mccracken.kyschools.us/Finance. 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: 120626/KY/7318
Matching Key Words: age:state!ky; state!ky;
Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351
U — ESTABLISH PRICE CONTRACT FOR PROFESSIONAL DEVELOPMENT & INFORMATION TECHNOLOGY LEARNING SOLUTION – ADDENDUM #1. RFP-09-13 DUE 18-JUL-2012 Phone: (606) 783-2018, Website:http://www.moreheadstate.edu/support/index.aspx?id=1925 Morehead State University is seeking proposals from qualified, experienced and financially sound and responsible firms to provide a learning solution for professional development and information technology training. More information is available from the Request for Proposal. 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: 120625/KY/7296
Matching Key Words: age:state!ky; state!ky;
Kentucky State Treasury, 1050 US Hwy. 127 South, Frankfort, KY 40601
R — AUDITING SERVICES – ADDENDUM. RFP-125-1200000392-4 DUE 29-JUN-2012 Rebecca Comley, Phone: 502-564-4722; Website: https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120622/KY/7244
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
T — FORMS PRINTING SERVICES: VTR 96-182 – ADDENDUM. RFB-758-1200000988-3 DUE 27-JUN-2012 Anja Bibb, Phone: (502) 564-5301; 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: 120622/KY/7248
Matching Key Words: age:state!ky; state!ky;
City of Elizabethtown, 200 West Dixie Avenue, P.O. Box 550, Elizabethtown, KY 42702
R — ADVERTISEMENT SPONSORSHIPS. Notice is hereby given that the City of Elizabethtown, Kentucky will receive proposals/bids for advertisement sponsorships and related supplies for the Elizabethtown Sports Park. Proposals/bids will be received for the 2012 season. Information may be obtained from: Seth Breitner, Sports Park Director, City of Elizabethtown, P.O. Box 550, Elizabethtown, KY 42702, (270) 765-6121. Selection will be based upon the best evaluated sponsorship for the specific category. The City of Elizabethtown reserves the right to reject any and all proposals/bids. 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: 120622/KY/7255
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
T — DEVELOPMENT APPEALS PRINTING, MAILING AND FULFILLMENT SERVICES. UK-1187-13 DUE 24-JUL-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: 120622/KY/7260
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
R — DEVELOPMENT APPEALS PRINTING, MAILING AND FULFILLMENT SERVICES. UK-1187-13 DUE 24-JUL-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: 120622/KY/7261
Matching Key Words: age:state!ky; state!ky;
July 1, 2012
Business / Career