FedBizOpps – Procurement
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — VOA -News Minute BBG50Q00221 072312 Cheryl Peters , Contracting Officer, Phone 202-382-7866, Fax 202-382-7877, Email cpeters@bbg.gov – Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: BBG50-Q-00221 Posted Date: July 13, 2012 Original Response Date: July 23, 2012 Contracting Officer Address: Broadcasting Board of Governors (BBG) Attn: Cherylynn Peters, Contracting Officer Room 4032A 330 C Street, S.W. Washington, DC 20237 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 separate WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number BBG50-Q-00221 is issued as a request for proposal (RFP) for the acquisition of Broadcasting Services, in support of the Broadcasting Board of Governors (Voice of America) 330 Independence Avenue, Washington, D.C., 20237. The period of performance shall consist of a Base period of seven (7) months, with one, (1) year option period. This acquisition is being solicited as Full and Open Competition. The associated NAICS code for this procurement is 515111. The Government intends to award a Single Firm-Fixed Price contract but reserves the right to make multiple awards as a result of this solicitation. APPLICABILITY OF FAR PROVISIONS: The incorporated provision at 52.212-1, Instructions to Offerors- Commercial Items (JUN 2008) applies. The provision at 52.212-2, Evaluation Commercial Items (JAN 1999) applies to this solicitation. Offerors must include a copy of 52.212-3 (AUG 2009) with the proposal. The Clause 52.212-4, Contract Terms and Conditions – Commercial Items (JUN 2010) applies to this solicitation. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (JUL 2010), applies to the acquisition. Provision at 52.204-6, Data Universal Numbering System (DUNS Number) (APR 2008) applies. The Clause 52.204-7, Central Contractor Registration (APR 2008) 4.1104 also applies. All offers must be signed. Offers shall include: Company Name; Company Address, Tax Payer ID Number, DUNS Number, a list of three references with telephone numbers. FAR 52.252.1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); SUBMISSION OF PROPOSALS : Documents submitted in response to this solicitation must be fully responsive to and consistent with the requirements of the solicitation. Failure to comply with all the requirements of the solicitation may result in the offer being considered unacceptable for award. Offers are due no later than 4:00 p.m. EST on Monday, July 23, 2012 via FedEx or other mail carriers of delivery to the address shown above. NO FAX OR EMAIL PROPOSALS will be ACCEPTED. ADDITIONAL INFORMATION: TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. PAST PERFORMANCE: The offeror shall submit three (3) past performance examples of current or previous contracts within the past three (3) years immediately preceding the issuance of this solicitation to be considered recent. Past performance information must include name of agency serviced or being serviced, name, telephone number and email address of agency point of contact; contract number, value of contract, nature of work performed, and the period of performance. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance. QUESTIONS: If the offeror is uncertain as to any requirements of the specification(s), such questions shall be directed to the Contracting Officer. Questions shall be submitted via email to cpeters@bbg.gov & amartine@bbg.gov . Questions must be received no later than 1:00 p.m. (EST) on Wednesday, July 18, 2012. Questions, which are not submitted in writing or are submitted after 1:00 p.m. (EST) on Wednesday, July 18, 2012, will not be addressed. Responses to the questions submitted, if/as appropriate, will be responded to via an amendment to the solicitation only, which will be posted to FEDBIZOPPS. SPECIFICATIONS/STATEMENT OF WORK: The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Strategy and Development (OSD), is seeking one or more popular television Networks in Pakistan with nationwide coverage – terrestrial, direct-to-home satellite or cable – to broadcast a 60-second program tentatively titled, “NewsMinute.” The Network shall broadcast the program at the same fixed time five nights weekly (Monday-Friday), with the airing not varying more than two minutes from the time agreed upon, between 8pm and 11pm local (Pakistan) time. BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Pakistan. The Network retains the right to recommend changes to the program content so that BBG may make a program or segment more balanced and in accordance with the laws of Pakistan. Network shall broadcast the program in its entirety, without alteration, abridgement or excerption. However, Network shall have the right to determine whether the program is in accordance with the laws of Pakistan. Program shall be transmitted by BBG via satellite or Internet/FTP – with technical details of the transmission to the Network(s) and feed transmission times to be mutually agreed upon. Each party shall identify points of contact to discuss any alteration of the program‘s scheduled playback, or other technical or administrative details in advance. Proposals shall include an estimate of the Network’ s total audience at the proposed scheduled playback time. Such estimates shall be from a recognized commercial research firm, and Network shall provide documentation to support such estimates. BBG reserves the right to make multiple awards; offers submitted shall be valid for 60 days from submission. Offers may include proposals for more than one fixed playback time. BBG may choose Network(s) and playback time(s) that best suits its needs. Payment from BBG shall be in arrears, net 30 days upon proper invoice. Effective date for this procurement shall be Monday, August 6, 2012. Duration of this procurement shall be seven months, ending March 1, 2013, with one (1) option year period beginning March 2, 2013 and ending March 1, 2014. A sample program is viewable at: http://youtu.be/qecEoB2yTxc EVALUATION CRITERIA: The Offeror shall submit a proposal that delineates its technical ability and relevant expertise to perform the work described in the Statement of Work (SOW). Networks with the highest audience reach will receive favorable consideration. The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) 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: 5in;” 5in;” 5in;” Offers will not be accepted from agents; from principals only. Technical and Past Performance when combined, are equal to cost. Price evaluation will be based on price reasonableness and fairness. RELEVANT EXPERIENCE : The Offeror shall list its experience with supporting documentation. BASIS OF AWARD: The award will be made to the vendor(s)/contractor(s) whose offer is determined to be the best overall value to the Government, price and other non-cost factors will be considered. BASE PERIOD : August 6, 2012- March 1, 2013. Duration of this procurement shall be seven months, ending March 1, 2013, with one, (1) year option period beginning March 2, 2013 and ending March 1, 2014. Place of Performance: Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50Q00221/listing.html
OutreachSystems Article Number: 120714/PROCURE/0114
Matching Key Words: broadcast*; program?;
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
R–Reliability Centered Maintenance Implementation for healthcare and medical research laboratory facilities, in support of the U.S. Army Medical Command’s (MEDCOM) Sustainment, Restoration, and Modernization program. W91278-12-R-0029 081312 Jacalyn Jenkins, 251-441-5598 USACE District, Mobile This notice is being modified to change the bid response date to 13 August 2012 and the solicitation will be available on 13 July 2012. The following pre-proposal conference information is provided: A pre-proposal conference will be conducted at the: Fort Knox, KY Ireland Army Community Hospital Classroom, Room X1A-8 on July 31, 2012 (Tuesday) at 9:00 AM (CENTRAL TIME). Please enter the hospital through the HQ entrance by the flagpole. The room is straight ahead in a small alcove. A valid driver’s license is required for access to the post, and background checks are conducted at the gate based on the driver’s license number, so please allow ample time to clear post security. All other information remains unchanged. Place of Performance: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL 36628-0001 US URL: https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-R-0029/listing.html
OutreachSystems Article Number: 120714/PROCURE/0680
Matching Key Words: state!ky;
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd. Baltimore MD 21244
R — Verbatim Hearing Recorders SSA-12-RFI-VHR-2 071712 Linda Shaw, Email Linda.Shaw@ssa.gov ; p; This is a Request for Information to enable the Social Security Administration (SSA) to make an appropriate business size, set-aside determination for the services described below. This is not a solicitation. SSA requests interested vendors provide the following information by email to Linda.Shaw@ssa.gov: -their size status and what NAICs code they perform under -what Region(s) they would be interested in -brief capability statement (no longer than 2 pages) SSA anticipates awarding labor-hour contracts for the services described below on a Regional basis. One contract would provide all services needed for an entire Region. The Regions are defined as follows: Region 1 – Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont Region 2 – New York, New Jersey, Puerto Rico, US Virgin Islands Region 3 – Delaware, Maryland, Pennsylvania, Virginia, West Virginia, District of Columbia Region 4 – Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee Region 5 – Illinois, Indiana, Michigan, Minnesota, Ohio, Wisconsin Region 6 – Arkansas, Louisiana, New Mexico, Oklahoma, Texas Region 7 – Kansas, Missouri, Iowa, Nebraska Region 8 – Colorado, Montana, North Dakota, South Dakota, Utah, Wyoming Region 9 – Arizona, California, Nevada, Hawaii Region 10 – Alaska, Idaho, Oregon, Washington Contractors may be awarded one or more Regions. Following is the draft Statement of Work. Background: The Social Security Administration’s (SSA) Office of Disability Adjudication and Review (ODAR) requires disability appeals heard before an Administrative Law Judge (ALJ) be recorded. Hearings are held at SSA Hearing Offices (HOs) and at other sites throughout the United States as well as in Guam, Puerto Rico, and American Samoa. Tasks: level1 lfo1″ level1 lfo1″ level1 lfo1″ level1 lfo1″ level1 lfo1″ level1 lfo1″ Additional Tasks: In addition to the tasks listed above, the contractor shall be responsible for the following when the Hearing Office Director (HOD) or National Hearing Center indicate these tasks are required. level1 lfo2″ level1 lfo2″ level1 lfo2″ level1 lfo2″ level1 lfo2″ level1 lfo2″ Hearing Sites and Times Hearing Offices and sites are listed in Attachment 1. Hearings are usually conducted between 8:00am and 5:00pm on non-federal holiday weekdays. Place of Performance: Throughout the United States US URL:https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-12-RFI-VHR-2/listing.html
OutreachSystems Article Number: 120713/PROCURE/0597
Matching Key Words: state!ky;
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd. Baltimore MD 21244
R — Verbatim Hearing Recorders SSA-12-RFI-VHR-3 071712 Linda Shaw, Email Linda.Shaw@ssa.gov ; p; This is a Request for Information to enable the Social Security Administration (SSA) to make an appropriate business size, set-aside determination for the services described below. This is not a solicitation. SSA requests interested vendors provide the following information by email to Linda.Shaw@ssa.gov: -their size status and what NAICs code they perform under -what Region(s) they would be interested in -brief capability statement (no longer than 2 pages) SSA anticipates awarding labor-hour contracts for the services described below on a Regional basis. One contract would provide all services needed for an entire Region. The Regions are defined as follows: Region 1 – Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont Region 2 – New York, New Jersey, Puerto Rico, US Virgin Islands Region 3 – Delaware, Maryland, Pennsylvania, Virginia, West Virginia, District of Columbia Region 4 – Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee Region 5 – Illinois, Indiana, Michigan, Minnesota, Ohio, Wisconsin Region 6 – Arkansas, Louisiana, New Mexico, Oklahoma, Texas Region 7 – Kansas, Missouri, Iowa, Nebraska Region 8 – Colorado, Montana, North Dakota, South Dakota, Utah, Wyoming Region 9 – Arizona, California, Nevada, Hawaii Region 10 – Alaska, Idaho, Oregon, Washington Contractors may be awarded one or more Regions. Following is the draft Statement of Work. Background: The Social Security Administration’s (SSA) Office of Disability Adjudication and Review (ODAR) requires disability appeals heard before an Administrative Law Judge (ALJ) be recorded. Hearings are held at SSA Hearing Offices (HOs) and at other sites throughout the United States as well as in Guam, Puerto Rico, and American Samoa. Tasks: level1 lfo1″ level1 lfo1″ level1 lfo1″ level1 lfo1″ level1 lfo1″ level1 lfo1″ Additional Tasks: In addition to the tasks listed above, the contractor shall be responsible for the following when the Hearing Office Director (HOD) or National Hearing Center indicate these tasks are required. level1 lfo2″ level1 lfo2″ level1 lfo2″ level1 lfo2″ level1 lfo2″ level1 lfo2″ Hearing Sites and Times Hearing Offices and sites are listed in Attachment 1. Hearings are usually conducted between 8:00am and 5:00pm on non-federal holiday weekdays. Place of Performance: Throughout the United States US URL:https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-12-RFI-VHR-3/listing.html
OutreachSystems Article Number: 120713/PROCURE/0598
Matching Key Words: state!ky;
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd MacDill AFB FL 33621-5323
99 — USSOCOM- Virtual Planning Workspace H9222212RFIVW 042412 Raymond E. Green, Phone 8138266966, Email raymond.green@socom.mil ; ;p; VIRTUAL PLANNING WORKSPACE REQUEST FOR INFORMATION (RFI) OVERVIEW: The United States Special Operations Command (USSOCOM) is investigating the commercial availability of technologies to support the Commander, USSOCOM and his objectives for visualizing, displaying, synchronizing, and rehearsing concepts in terms of time, space and prioritization during multiple Commanders’ directed leadership events. To meet this objective, the Wargame Center seeks to become a state-of the art 21st century digital audio/visual planning venue capable of supporting many different types of events supporting various mission planning activities. In order to ensure the space is optimized to support many different types of commander required activities, leading edge technologies must be utilized in order to create an interactive and seamless display environment while ensuring multiple user interaction across all visual data displays – both on and off site. This interaction must enable the user(s) to remain autonomous from the data entry point and maximize the facilities usable operational space. The intent of this request for information is to assist USSOCOM in refining the acquisition strategy for the requirement. SUBMISSION INSTRUCTIONS: The purpose of this RFI is to identify capabilities and potential sources to fulfill the requirement described below. This RFI is published for market research purposes only. Responses to this notice will be used by the Government to determine how the solicitation will be issued (i.e. full and open competition or a set-aside). This notice invites all interested parties to submit the data listed below indicating their interest in supporting this requirement. Responses to this notice will NOT be considered as offers and will NOT be used by the Government to form a binding contract. Interested parties should submit their data as a .pdf attachment to an email by 1:00 PM EST on 24 April 2012 to Contracting@socom.mil. Responses shall include the complete name and address of the interested party, CAGE Code, DUNS Number, and the name, phone number and email address of at least one POC. Responses shall include a brief overview of the technology available and which capability area(s) of the requirement it addresses; any available pricing information; availability and delivery schedule; any potential contract vehicles that would be available to the Government for the procurement of the products and services, to include Federal Supply Schedules (FSS) or any other Government Agency contract vehicle. Responses shall be no more than 10 pages. Small businesses are strongly encouraged to provide responses to this RFI, in order to assist USSOCOM in determining the potential levels of interest, competition and technical capability to provide the required products and services amongst small business vendors. SPECIFICATION REQUIREMENTS: The SOCOM War-game Center requires an interactive, collaborative, and virtual planning system to depict a realistic, three-dimensional (3D) global, regional and/or urban large scale geographic locale in an auditorium-like environment space. The Virtual Planning Workspace system will include the following capabilities: Interactive Capability – allows user(s) to manipulate data in the virtual display space wherein the manipulated space is changed and allows for simultaneous manipulation by more than one user. Collaborative Capability – allows user(s) to input data that is additive, subtractive or enhancing to the visual space from outstations via remote Internet-based capability. Collaboration may occur during the SOCOM War-game Center main work day and also non-working hours to set the stage for the next day of the planning session using tools at remote user’s location and/or choice of interface. Remote Capability – configuration of the virtual display space so users can view activities from remote out stations via Internet based technology. Capability allows for broadcast of the event both in real time and non-synchronous teleconferencing platform. Virtual Display Space – a 3D visual system that displays the geographic locale including any demographic make-up of the terrain in both air and space and any manipulations of display from the interactive, collaborative and virtual systems. Any 3D display may not exceed 20 feet long by 32 feet wide in accordance with facility space constraints. Facility Description. War-game Center events occur within a USSOCOM facility and utilize the following multiple display mediums at this time which need to be included for this effort. See Attachment 1 for facility depiction and complete list of specifications of the general equipment listing below. • Projection screens • LED monitors • 3D terrain model • Printed material • 58 person elevated seated area • Perceptive Pixel Monitors • Virtual Teleconference (VTC) Capability • Observation area (not an interactive participant) • Current Software or minimum compatibility requirements Physical Constraints. The Virtual Planning Workspace shall be configured in order to support a complete “War-game Theater” capable of changing the configuration in no more than 14 days. Any audio/visual or data-network system must be able to mount on a commercial A/V truss system, if technical equipment cannot be mounted in this manner, the system must be able to be mounted in the ceiling or on a wall in a fixed position. The Virtual Display Space shall not exceed 20 feet long by 32 feet wide and needs to be viewable by all seats as shown in Attachment 1. Power Constraints. System shall function on US 60Hz frequency electrical grids at 110V/220V requirements. The system must support a 2 week event with graduated utilization. The contractor shall ensure that any solution should be capable of running the system 24 hours a day for 3-4 days during any event period. All vendors must provide an estimate of their power consumption requirements in order to ensure that any required renovations are considered in the upcoming renovation design. Control and Interface. System must have a dynamic and seamless control system allowing the briefer, the primary audience (58 seats-see Attachment 1) and remote audience to directly control content on the virtual display space with seamless movement and simultaneous display of information within the common display space. Participants in the venue must be able to generate, maneuver, add or remove icons in the 3D space from the user interface while seated in the facility. At a minimum, the system will allow for a minimum of 58 user interfaces on-site. Additional remote user interfaces are also desired. Attachment 1 provides the facility configuration. Compatibility. The system must be compatible and be able to seamlessly manipulate data from multiple sources and programs at the same time to include at a minimum: Microsoft office products, windows based programs, java applications, web based programs, Google Earth, Perceptive Pixel, and Palantir. The system will fully integrate with all other A/V systems present in the War-game Center (see attachments 1). Distributed Functionality. The system must interface with web-based out stations and allow for manipulation, interaction, collaboration and viewing in the distributed environment. The virtual display space must be clearly displayed via a video teleconferencing capability as well as on camera for play-back in a High-Definition Video digital format. Terrain Model. The system must be able to incorporate the 3D terrain model to the other displays through a projection capability onto the model surface. The center piece display area (20 feet x 32 feet) must be preserved in a manner that it allows for alternate use of the space without deconstruction or re-modeling. The desired end state is to virtually create one seamless display surface which is manipulated and managed to create multiple views and display of event data in a fully digital environment. Data Input. The system must integrate imagery from existing sources such as LIDAR, Digital Elevation Models, Google Earth, satellite imagery, etc. The system should be able to visualize different types of floral/fauna, rivers or other seasonal changes in the geographic location. AVAILABILITY. The system shall be available as a prototype or commercially available solution already demonstrated in intended environment. Technologies that still require development are not desired. SECURITY. USSOCOM will provide the Information Assurance to connect the system(s) to desired networks. Security Clearance Levels Required. Contractor(s) must provide a team member cleared at the SECRET level to be available to escort any integration, design or renovation efforts in the SOCOM facility. Place of Performance: 7701 TAMPA POINT BLVD. MACDILL AIR FORCE BASE, FLORIDA 33621-5323 MacDill AFB, FL 33621 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H9222212RFIVW/listing.html
OutreachSystems Article Number: 120713/PROCURE/0641
Matching Key Words: broadcast*; event?; program?;
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd. Baltimore MD 21244
R — Verbatim Hearing Recorders SSA-12-RFI-VHR 071712 Linda Linda, Email Linda.Shaw@ssa.gov ; p; This is a Request for Information to enable the Social Security Administration (SSA) to make an appropriate business size, set-aside determination for the services described below. This is not a solicitation. SSA requests interested vendors provide the following information by email to Linda.Shaw@ssa.gov: -their size status and what NAICs code they perform under -what Region(s) they would be interested in -brief capability statement (no longer than 2 pages) SSA anticipates awarding labor-hour contracts for the services described below on a Regional basis. One contract would provide all services needed for an entire Region. The Regions are defined as follows: Region 1 – Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont Region 2 – New York, New Jersey, Puerto Rico, US Virgin Islands Region 3 – Delaware, Maryland, Pennsylvania, Virginia, West Virginia, District of Columbia Region 4 – Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee Region 5 – Illinois, Indiana, Michigan, Minnesota, Ohio, Wisconsin Region 6 – Arkansas, Louisiana, New Mexico, Oklahoma, Texas Region 7 – Kansas, Missouri, Iowa, Nebraska Region 8 – Colorado, Montana, North Dakota, South Dakota, Utah, Wyoming Region 9 – Arizona, California, Nevada, Hawaii Region 10 – Alaska, Idaho, Oregon, Washington Contractors may be awarded one or more Regions. Following is the draft Statement of Work. Background: The Social Security Administration’s (SSA) Office of Disability Adjudication and Review (ODAR) requires disability appeals heard before an Administrative Law Judge (ALJ) be recorded. Hearings are held at SSA Hearing Offices (HOs) and at other sites throughout the United States as well as in Guam, Puerto Rico, and American Samoa. Tasks: level1 lfo1″ level1 lfo1″ level1 lfo1″ level1 lfo1″ level1 lfo1″ level1 lfo1″ Additional Tasks: In addition to the tasks listed above, the contractor shall be responsible for the following when the Hearing Office Director (HOD) or National Hearing Center indicate these tasks are required. level1 lfo2″ level1 lfo2″ level1 lfo2″ level1 lfo2″ level1 lfo2″ level1 lfo2″ Hearing Sites and Times Hearing Offices and sites are listed in Attachment 1. Hearings are usually conducted between 8:00am and 5:00pm on non-federal holiday weekdays. URL: https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-12-RFI-VHR/listing.html
OutreachSystems Article Number: 120713/PROCURE/0698
Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D , ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
R–Aberdeen Test Center (ATC) Data Services W91CRB-12-R-0006 042512 Stephanie Aikens, 410306-2744 ACC-APG – Aberdeen Division D The Aberdeen Contracting Center- Aberdeen Proving Ground, MD 21005, intends to issue a solicitation as a 100% small business set aside for the Aberdeen Test Center (ATC) who have a requirement for data service functions to include, data collection and coordination; data compilation, transcription/processing, review and reporting test monitoring, technical writing and editorial review, on a wide variety of automotive, combat, electronic, general equipment, and ordnance materiel undergoing extensive testing; in addition, range scheduling support, word and data processing and other support services. A Cost-Plus-Fixed Fee, Single Award Contract is anticipated for a period of performance of a twelve (12) month base year, and two twelve (12) month option years. Award will be made to the best value proposal, which is determined to be the most beneficial to the Government based on the criteria set forth in the solicitation. The official release of the Request for Proposal (RFP) will be posted on the Army Single Face to Industry (ASFI) website https://acquisition.army.mil on or about 25 April 2012, with proposals due on or about 13 June 2012. The on-line version of the RFP includes all documents of the solicitation package. No hard copy of this RFP will be issued. Amendments, if any, will be posted at the same location as the solicitation. The complete solicitation package, including amendments should be received and reviewed prior to submitting a response. It is the responsibility of those responding to the solicitation to obtain all amendments and/or other applicable documents. (Difficulties accessing ASFI should be directed to the ASFI team via e-mail at ASFI@redstone.army.mil.) Questions relating to this effort should be held until the solicitation is made available to the public and shall be submitted in writing and emailed to the following address: stephanie.n.aikens.civ@mail.mil. Ms. Aikens is the point of contact for this action, telephone 410-306-2744. Set-Aside: Total Small Business Place of Performance: ACC-APG – Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US URL:https://www.fbo.gov/notices/8f697489638eb504b80afc191e0e8a57
OutreachSystems Article Number: 120712/PROCURE/0071
Matching Key Words: writ*; copy; technical;
Department of Veterans Affairs, Houston VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Acquisition & Materiel Management; Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
R–Pianist and Song Leader VA25612Q1157 071812 Stephanie R Keo Contract Specialist 713-791-1414 x6046 POC This is an announcement from the Michael E. DeBakey VA Medical Center (MEDVAMC), Houston, TX prior to the issuance of a solicitation. Any inquiries about this solicitation must be in writing and sent to the Contract Specialist email address: stephanie.keo@va.gov. The MEDVAMC hereby announces its intention to solicit to a small business set aside Firm Fixed-Price contract with a qualified and responsible contractor for pianist and song leader for Protestant and Catholic worship service. The government anticipates award of one base period, projected to be 1 August 2012 through 31 September 2012 and with four option years if exercised by the government. Evaluation of option shall not obligate the Government to exercise the option. The applicable North American Industry Classification System (NAICS) code is 711510, Independent Artists, Writers, and Performers, and the small business size standard is $7 million. The solicitation will be posted and available for download on or about July 18, 2012 from http://www.fbo.gov. Faxed offers are not acceptable. All responsible sources may submit a proposal that will be considered by the agency. All bidders interested in this solicitation are responsible for monitoring http://www.fbo.gov for amendment(s) to this solicitation, if any, and making sure amendments are acknowledged in accordance with the instructions provided in the solicitation and in amendments themselves. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov. URL: https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25612Q1157/listing.html
OutreachSystems Article Number: 120712/PROCURE/0076
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
R — Systems Engineering Model Interchange Testing Support SB1341-12-RQ-0472 072512 Joshua D. Holliday, Phone 3019758497, Email joshua.holliday@nist.gov – Chon S. Son, Contracting Officer, Phone 301-975-8567, Email chon.son@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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $25M. This requirement is 100% set-aside for small business. All interested Contractors may provide a quote for the following: Background Information: The Object Management Group (OMG) Systems Modeling Language extension of the Unified Modeling Language (SysML/UML) is the most widely usedstandard for systems engineering models. With the growing use of SysML/UML on significant real world projects that involve large teams using many kinds of modeling tools, OMG members observed that interchange of SysML/UML models between tools could be significantly improved. The OMG Model Interchange Working Group (MIWG) was founded by the System Engineering Domain Special Interest Group (SE DSIG), the OMG’s focus group for systems engineering standards, to address interchange issues for SysML/UML and other OMG languages. The MIWG asks tool vendors to demonstrate model interchange among modeling tools for UML, SysML, and UPDM using OMG’s eXtensible Markup Language Metadata Interchange (XMI) as the interchange standard. The MIWG began by defining an initial test suite of 16 test cases for interchange of SysML/UML models and made it available on a public portal (http://www.omgwiki.org/model-interchange/doku.php). The test cases include SysML/UML diagrams and interchange files. To facilitate the testing process, the MIWG developed a “canonical” form for XMI (Canonical XMI) that reduced variability during interchange and enabled automated comparison of exported XMI files with a tool provided by the National Institute of Standards and Technology (the NIST Validator). The MIWG uses the NIST Validator extensively to ensure the correctness of XMI for its test cases and to check XMI files exported from vendor tools. Participating vendors representing six different modeling tools prepared XMI exports for each of the test cases and imported the exports from other tools to test interoperability. The vendors agreed to publicly post XMI exports from their tools for the MIWG test cases, enabling tool users to assess model interchange capability by comparing the vendor XMI exports to the expected reference XMI file for each test case. Interchange of SysML and UML models between some of the leading tools on the market has significantly improved as a direct result of resolving issues found during MIWG testing. Objectives: The objectives of this contract are to expand the coverage of the MIWG test suite the full range of SysML/UML features, upgrade the test suite for the latest versions of SysML/UML, and develop industrial strength tests reflecting large real-world system engineering projects. The results of the contract will be used by MIWG to improve the interoperability of SysML/UML tools. Scope of Work: The scope of work is tests for interchange of SysML/UML as they are currently standardized. It does not include upgrades or changes to SysML/UML. Tasks: The Contractor shall provide the professional, technical, and support personnel, services, materials, equipment and facilities necessary to meet the stated scope of work. Task 1: Complete MIWG Test Suite Coverage of SysML/UML The Contractor shall extend the MIWG test suite to cover functional areas of UML 2.3 and SysML 1.2 not covered in previous releases of the OMG MIWG test suite. The Contractor shall also coordinate with NIST to ensure all new tests are fully integrated into the NIST Validator infrastructure for automated testing. The Contractor shall participate in OMG MIWG meetings as necessary to release the updated test suite through OMG MIWG. Task 2: Migrate MIWG Test Suite to UML 2.4.1/SysML 1.3/XMI 2.4.1 The Contractor shall migrate all UML and SysML test cases in the OMG MIWG test suite, including the new tests created in Task 1, to UML 2.4.1 and SysML 1.3, using the corresponding XMI 2.4.1 standard. The Contractor shall also create additional test cases, as necessary, to cover any additional features included in the latest SysML 1.3 and UML 2.4.1 that are not covered by existing OMG MIWG test cases. The Contractor shall coordinate with NIST in the implementation of support for SysML 1.3 and UML 2.4.1 in the NIST Validator and ensure all migrated tests are fully integrated into the Validator infrastructure for automated testing. The Contractor shall participate in the OMG MIWG meetings as necessary to release the migrated test suite through OMG MIWG. Task 3: Report on Work The Contractor shall write a report documenting the following: • The process by which results were obtained • The technical approach, any tools and/or future strategies and developments that are required • Matrix showing the coverage of test cases in the OMG MIWG test suite, including all new test cases developed under this contract of the features of SysML and UML OPTION LINE ITEM: The following task is an option line item. The Contractor must provide pricing for this item or accept disqualification of their quote. Price quoted shall be effective for a period of one (1) year from the date of award. Award of the option line item is at the sole discretion of the Government in accordance with FAR 52.217-7 Option for Increased Quantity – Separately Priced Line Item. Optional Task 4: Support Development of an “Industrial Strength” SysML/UML Test Case The Contractor shall collect the key requirements for model interchange related to industrial strength modeling, through consultation with the OMG MIWG, and develop a plan for extending the OMG MIWG test suite to address vendor tool support of the requirements. A plan documenting requirements for model interchange related to industrial strength modeling and proposing OMG MIWG test case(s) in order to address vendor tool support for the requirements. The planned testing shall focus on an end-to-end system engineering scenario involving hardware and software modeling using SysML and UML. In the development of this scenario, the Contractor shall consider the potential availability of existing large sample models that may be contributed by OMG MIWG members in order to support this testing. After reviewing the plan with the OMG MIWG, the Contractor shall develop various test case artifacts including XMI files, diagram files, and any other supporting files and documentation, developed in accordance with the delivered Industrial Strength Test Plan in order to support the proposed industrial strength testing and provide them for inclusion in the OMG MIWG test suite. Deliverables: Task Number Description Due Date Task 1: Complete MIWG Test Suite Coverage of SysML/UML SysML/UML diagrams and interchange files 4 months after award date Task 2: Migrate MIWG Test Suite to UML 2.4.1/SysML 1.3/XMI 2.4.1 SysML/UML diagrams and interchange files 6 months after award date Task 3: Report on Work Report 7 months after award date Optional Task 4: Support Development of an “Industrial Strength” SysML/UML Test Case Test Plan SysML/UML diagrams and interchange files 9 months after award date Contractor Minimum Qualifications: The Contractor shall have at least five (5) years’ experience with UML 2 and UML 2 interchange and testing, five (5) years’ experience with OMG standardization of UML 2, and ten (10) years’ experience in software development. Period of Performance: The period of performance for Tasks 1, 2, and 3 shall be seven (7) months from the date of award. The period of performance for Optional Task 4, if the option is exercised and funds are available, shall be two (2) months from the date of completion of Tasks 1, 2, and 3. Place of Performance: The primary place of performance will be at the Contractor’s site. However, up to two (2) days of meeting and consulting with the Contractor may be required on-site at the NIST, Gaithersburg, MD campus. Travel: The Contractor shall plan to travel to NIST and OMG MIWG meetings during the performance of this contract. • Travel to NIST: Up to two (2) trips, 1 day each • Travel to OMG MIWG meetings: Up to two (2) trips, 3 to 5 days each Government Responsibilities: The Government shall be responsible for review and approval of reports, standards committee submissions, software tools and similar matter generated under this contract. Government Furnished Property: All property, data and information provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. References: The Contractor shall use as basis of its work the indicated versions of the following standards at the time that the project is initiated: • OMG Unified Modeling Language, v2.3 ohttp://www.omg.org/spec/UML/2.3 • OMG Unified Modeling Language v2.4.1 o http://www.omg.org/spec/UML/2.4.1 • OMG System Engineering Modeling Language, v1.2 o http://www.omg.org/spec/SysML/1.2 • OMG System Engineering Modeling Language, v1.3 o http://www.omg.org/spec/SysML/1.3 • MOF 2.0/XMI Mapping, v2.1.1 o http://www.omg.org/spec/XMI/2.1.1 • MOF 2.0/XMI Mapping, v2.4 o http://www.omg.org/spec/XMI/2.4Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors – Commercial Items 52.213-3, Offeror Representations and Certifications – Commercial Items 52.217-5, Evaluation of Options Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications – Commercial Items. If paragraph (j) of the provision is applicable, a writtensubmission is required. Clauses: 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: 52.204-10 Reporting Subcontract Awards 52.219-6 Notice of Total Small Business Set 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 of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-3 Buy American Act – Free Trade Agreement – Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration. 52.217-7 Option for Increased Quantity – Separately Priced Line Item 52.217-8 Option to Extend Services Instructions to Offerors: Central Contractor Registration: In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations: Offerors shall submit their quotations so that NIST receives them not later than 03:00PM Eastern Time on Wednesday, July 25, 2012. Fax quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes 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 Joshua Holliday, Contract Specialist on 301-975-8497. Quotation Instructions: The offeror shall submit the following: A. Technical Approach (No page limit): The offeror shall provide a written, detailed technical approach for how it proposes to satisfy the requirements of the Statement of Work (SOW). The offeror’s technicalapproach shall demonstrate a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the SOW. The technical approach shall include information on the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the SOW. B. Contractor Minimum Qualifications (No page limit): The offeror shall demonstrate that they meet the stated contractor minimum qualifications. The Contractor shall have at least five (5) years’ experience with UML 2 and UML 2 interchange and testing, five (5) years’ experience with OMG standardization of UML 2, and ten (10) years’ experience in software development. C. Past Performance (No page limit): The offeror shall provide at least two (2) past performance references for similar contracts/orders for which the offeror has performed as a prime Contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past three (3) years by governmental entities (federal, state, or local) or by non-governmental entities. D. Price Quotation: The offeror shall submit a firm-fixed price quotation. Basis for Award Determination/Evaluation Criteria: A contract will be issued to the contractor whose quotation is determined to offer the best value to the Government after consideration of all evaluation factors. Best value is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis among price and non-price factors. The basis for the award will be a detailed, integrated evaluation by the Government on the basis of how well the quotations satisfy the evaluation criteria specified herein. Accordingly, the Government may award any resulting contract to other than the lowest priced Offeror or other than the Offeror with the highest technical merit rating. The Government has the right to determine whether two or more technical quotations are ‘substantially equal’ or whether any differences in technical weighting are “significant” for the purposes of evaluating the overall merit of quotations. Between quotations of substantially equal technical merit, price will become a more significant factor. Between competing quotations, the Government is not willing to pay significantly more for a minor technical difference, nor is the Government willing to forego a significant technical difference in exchange for a small price differential. Each quotation will be evaluated against the factors described below. An Offeror’s failure to address any factor may be considered indicative of the offeror’s lack of understanding of the Government’s requirements and may result in the quotation being determined unacceptable. Non-cost/Price factors A through C are listed in descending order of importance. Non-cost factors A through C, when combined, are considered more important than Factor D (Price). A. Technical Approach: The technical approach shall be the most important item in the evaluation of the offeror’s capability to perform the desired services. The Government will evaluate the offeror’s proposedtechnical approach to determine if it presents sufficient information to reflect a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the contract. The Government will evaluate the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the Statement of Work (SOW). The offeror must demonstrate complete understanding of the SOW by providing an original and clear statement of the purpose, intent, and requirements of the project. B. Contractor Minimum Qualifications: The Government will evaluate the offeror’s contractor minimum qualifications on whether or not their qualifications/experience will provide the necessary skills to complete the tasks as detailed in the SOW. As detailed in the instructions to offerors, the Contractor shall have at least five (5) years’ experience with UML 2 and UML 2 interchange and testing, five (5) years’ experience with OMG standardization of UML 2, and ten (10) years’ experience in software development. C. Past Performance: The Government will evaluate the offeror’s past performance information and, if appropriate, its proposed subcontractors’ past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three (3) years. In assessing the offeror’s past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical approach portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. D. Price: The Government will evaluate whether the quoted price is fair and reasonable in relation to the solicitation requirements, and consistent with the offeror’s proposed Technical Approach. Prices that are determined to be either unreasonably high or unrealistically low in relation to the proposed work may indicate the offeror’s lack of understanding of the requirement and may result in the overall quotation being considered unacceptable. Offerors must provide sufficient details to support proposed prices. Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0472/listing.html
OutreachSystems Article Number: 120712/PROCURE/0091
Matching Key Words: writ*; technical; standard;
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640
R — OMG BPMN and OAGIS Business Scenario Integration SB1341-12-RQ-0473 072512 Joshua D. Holliday, Phone 3019758497, Email joshua.holliday@nist.gov – Chon S. Son, Contracting Officer, Phone 301-975-8567, Email chon.son@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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $25M. This requirement is 100% set-aside for small business. All interested Contractors may provide a quote for the following: Background Information: Engineering Information Management (EIM) and Business Process Management (BPM) standards are rapidly evolving and beginning to overlap in their concerns. EIM standards are motivated by engineering characteristics but often involve other processes in their enterprises, while BPM standards are used for business processes (BP) that directly affect and interact with engineering. For example, engineering change management (ECM) links product design and customer relationship management (CRM). Significant technological, economic, and strategic benefits can be attained through more effective capture, control, and management of engineering information in conjunction with other business processes. Standards that separate engineering and business activities reduce efficiency of new product development by inhibiting communication between engineering departments and external stakeholders. Furthermore, these collaborations are not well defined or understood as integral parts of the overall business processes leading to sub-optimal engineering and overall management. Integrating EIM and BPM standards as a chain of value-adding activities enables them to be improved, replicated, and monitored much more effectively. They become a corporate asset, rather than a continuing source of time-consuming difficulties and costs. A key success factor for integrating EIM and BPM will be self-serve conformance assurance for EIM and BPM standards individually, and for their integration. This will enable vendors and users to verify compliance of products without the overhead of official designations from standards bodies or other organizations, though these organizations can use the services to establish designations if desired. Self-serve conformance assurance leverages the movement towards Service Oriented Architectures and Cloud Computing, where the services are available on the web through standard protocols. The work described in this document will be performed in collaboration with the National Institute of Standards and Technology (NIST) as part of the Systems Integration for Manufacturing and Construction Applications (SIMCA). It will focus on, but is not limited to, the following standard efforts: 1. EIM: Open Group Application (OAG) – Open Group Application Integration Specification (OAGIS) 2. BPM: Object Management Group (OMG) – Business Process Model and Notation (BPMN) The Open Applications Group (OAG) is a standards development organization focused on standards-based engineering enterprise process integration. The Open Applications Group Integration Specification (OAGIS) provides common message architecture for interoperability between disparate systems, companies, and supply chains. Business Scenarios are provided as a starting point for integration and complemented with Business Object Documents (BODs) for capturing messages or documents exchanged between software applications or components; between companies; across supply chains; and between supply chains. These include such scenarios as engineering to order and plant data management. The Object Management Group produces both general and domain-specific standards. The Business Modeling & Integration (BMI) Domain Task Force, within OMG, develops specifications of integrated models to support management of an enterprise. These specifications promote inter- and intra-enterprise integration and collaboration of people, systems, processes, and information across the enterprise, including business partners and customers. Of particular interest to this project is the Business Process Model and Notation (BPMN), a notation that is readily understandable by subject matter experts, including engineers. BPMN creates a standardized bridge for the gap between process design and implementation. It is quickly becoming the most widely adopted standard for enterprise process modeling. Objectives: The objectives of this contract are to apply OMG BPMN for capturing OAGIS Business Scenarios in a computer-interpretable format and provide self-serve conformance assurance for the format, in coordination with OMG and OAG. Scope of Work: The scope of work is integration of OMG BPMN and OAGIS Business Scenarios as they are currently standardized. It does not include upgrades or changes to OMG BPMN or OAGIS Business Scenarios. Tasks: The Contractor shall provide the professional, technical, and support personnel, services, materials, equipment and facilities necessary to meet the stated scope of work. Task 1: Demonstrate Feasibility of Integrating OMG BPMN and OAGIS Business Scenarios Integration The Contractor shall define a process by which concepts from both the OMG BPMN and OAG Business Scenarios and BOD can be unified. The Contractor shall describe the technical approach, any tools and/or future strategies and developments that are required to support this objective. The Contractor shall demonstrate feasibility of an integrated or interoperable solution to these communities. Feasibility shall be demonstrated via a proof of concept demonstrating integration or interoperability using a limited number of OAG Business Scenarios and BODs. The Contractor shall document in a report the process by which these results were obtain and any recommendations for changes to both OMG and OAG. Task 2: Initiate and Maintain Liaison between OMG and OAG The Contractor shall initiate and act as liaison between the BMI Domain Task Force at OMG and the Business Process Working Group within the OAG with respect to the potential integration or interoperability between OMG BPMN and OAG Business Scenarios and BOD. The Contractor shall participate in, and promote within both standard organizations the benefits of EIM and BPM integration. The Contractor shall document the efforts in a report that summarizes both the communication initiated with these organizations and participation in various technical meetings of these organizations. Task 3: Create a Web-Based Self-Serve Conformance Assurance Capability for the Resulting Integration The Contractor shall produce a proof of concept software tool that provides conformance assurance capability for the resulting integration. The Contractor shall provide a web-based self-serve conformance assurance capability and it must be available as open source to standards developers and implementers. The Contractor shall provide the source code of the software tool on a royalty free and transferrable license basis to NIST. Task 4: Coordination with Organization Stakeholders The Contractor shall identify specific coordination points with at least the following stakeholders: • The Business Modeling & Integration (BMI) Domain Task Force within OMG • The Open Applications Group (OAG) Input from these stakeholders shall be gathered and project status shall be made back to them at a minimum of four (4) coordination point over the course of this contract. Any suggested changes to OMG or OAG standards shall be filed through the revision processes of those organizations. The Contractor shall document the efforts in a report that summarizes both the communication initiated with these organizations and participation in various technical meetings of these organizations. Deliverables: Task Number Description Due Date Task 1: Demonstrate Feasibility of Integrating OMG BPMN and OAGIS Business Scenarios Integration Report 12 months after award date. Task 2: Initiate and Maintain Liaison between OMG and OAG Report 12 months after award date Task 3: Create a Web-Based Self-Serve Conformance Assurance Capability for the Resulting Integration Software Tool 12 months after award date Task 4: Coordination with Organization Stakeholders Report 12 months after award date Contractor Minimum Qualifications: The Contractor shall have at least five (5) years’ experience with BPMN and BPMN interchange and testing, three (3) years’ experience with OMG standardization of BPMN 2, and ten (10) years’ experience in software development. Period of Performance: The period of performance for Task 1, 2, 3, and 4 shall be twelve (12) months from the date of award. Place of Performance: The primary place of performance will be at the Contractor’s site. However, up to ten (10) days of meeting and consulting with the Contractor may be required on-site at the NIST, Gaithersburg, MD campus. Travel: The Contractor shall plan to travel to NIST, OMG, and OAG meetings during the performance of this contract. • Travel to NIST: Up to two (2) trips, 3 to 5 days each • Travel to OMG and/or OAG meetings: Up to six (6) trips, 3 to 5 days each Government Responsibilities: The Government shall be responsible for review and approval of reports, standards committee submissions, software tools and similar matter generated under this contract. Government Furnished Property: All property, data and information provided by the Government in the performance of this contract remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. References: The Contractor shall use as basis of its work the most recent versions of the following standards at the time that the project is initiated: • OMG BPMN ohttp://www.omg.org/spec/BPMN • OAGi OAGIS o http://www.oagi.org Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors – Commercial Items 52.213-3, Offeror Representations and Certifications – Commercial Items Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications – Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses: 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: 52.219-6 Notice of Total Small Business Set 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 of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-3 Buy American Act – Free Trade Agreement – Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration. Instructions to Offerors: Central Contractor Registration: In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations: Offerors shall submit their quotations so that NIST receives them not later than 03:00PM Eastern Time on Wednesday, July 25, 2012. Fax quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes 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 Joshua Holliday, Contract Specialist on 301-975-8497. Quotation Instructions: The offeror shall submit the following: A. Technical Approach (No page limit): The offeror shall provide a written, detailed technical approach for how it proposes to satisfy the requirements of the Statement of Work (SOW). The offeror’s technical approach shall demonstrate a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the SOW. Thetechnical approach shall include information on the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the SOW. B. Contractor Minimum Qualifications (No page limit): The offeror shall demonstrate that they meet the stated contractor minimum qualifications. The Contractor shall have at least five (5) years’ experience with BPMN and BPMN interchange and testing, three (3) years’ experience with OMG standardization of BPMN 2, and ten (10) years’ experience in software development. C. Past Performance (No page limit): The offeror shall provide at least two (2) past performance references for similar contracts/orders for which the offeror has performed as a prime Contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past three (3) years by governmental entities (federal, state, or local) or by non-governmental entities. D. Price Quotation: The offeror shall submit a separate firm-fixed price quotation. Basis for Award Determination/Evaluation Criteria: A contract will be issued to the contractor whose quotation is determined to offer the best value to the Government after consideration of all evaluation factors. Best value is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis among price and non-price factors. The basis for the award will be a detailed, integrated evaluation by the Government on the basis of how well the quotations satisfy the evaluation criteria specified herein. Accordingly, the Government may award any resulting contract to other than the lowest priced Offeror or other than the Offeror with the highest technical merit rating. The Government has the right to determine whether two or more technical quotations are ‘substantially equal’ or whether any differences in technical weighting are “significant” for the purposes of evaluating the overall merit of quotations. Between quotations of substantially equal technical merit, price will become a more significant factor. Between competing quotations, the Government is not willing to pay significantly more for a minor technical difference, nor is the Government willing to forego a significant technical difference in exchange for a small price differential. Each quotation will be evaluated against the factors described below. An Offeror’s failure to address any factor may be considered indicative of the offeror’s lack of understanding of the Government’s requirements and may result in the quotation being determined unacceptable. Non-cost/Price factors A through C are listed in descending order of importance. Non-cost factors A through C, when combined, are considered more important than Factor D (Price). A. Technical Approach: The technical approach shall be the most important item in the evaluation of the offeror’s capability to perform the desired services. The Government will evaluate the offeror’s proposed technical approach to determine if it presents sufficient information to reflect a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the contract. The Government will evaluate the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the Statement of Work (SOW). The offeror must demonstrate complete understanding of the SOW by providing an original and clear statement of the purpose, intent, and requirements of the project. B. Contractor Minimum Qualifications: The Government will evaluate the offeror’s contractor minimum qualifications on whether or not their qualifications/experience will provide the necessary skills to complete the tasks as detailed in the SOW. As detailed in the instructions to offerors, the Contractor shall have at least five (5) years’ experience with BPMN and BPMN interchange and testing, three (3) years’ experience with OMG standardization of BPMN 2, and ten (10) years’ experience in software development. C. Past Performance: The Government will evaluate the offeror’s past performance information and, if appropriate, its proposed subcontractors’ past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three (3) years. In assessing the offeror’s past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technicalapproach portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. D. Price: The Government will evaluate whether the quoted price is fair and reasonable in relation to the solicitation requirements, and consistent with the offeror’s proposed Technical Approach. Prices that are determined to be either unreasonably high or unrealistically low in relation to the proposed work may indicate the offeror’s lack of understanding of the requirement and may result in the overall quotation being considered unacceptable. Offerors must provide sufficient details to support proposed prices. Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive Gaithersburg, MD 20899 US URL:https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0473/listing.html
OutreachSystems Article Number: 120712/PROCURE/0092
Matching Key Words: writ*; technical; standard;
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
T–“Virtual Studio” and Multi-media Digital Assets N6660412R2245 071912 Maria Gregory 401-832-7720 The Naval Undersea Warfare Center, Division Newport, Rhode Island (NUWCDIVNPT) is soliciting commercial services to develop a “virtual studio” infrastructure. The “virtual studio” must be accessible by NUWCDINVPT codes and customers. The contractor shall provide multimedia services such as visual assets, archival management, metadata tagging, searching and easy access to all content for use in various NUWCDIVNPT projects. The required services consist of two tasks; CLIN 0001-Develop Virtual Production Pipeline and CLIN 0002-Media Production and Post-Production of 4K and 3D Content. CLIN 0001: The contractor shall employ best industry practices and workflow within their own “virtual studio” collaborative framework for creative development, content review, production and post-production. This “virtual studio” approach will enable collaboration and product review with the Government to create superior scientific data visualization & analysis, visual simulation, virtual collaboration and visual storytelling products by bringing Government, industry and academia across remote locations. Services for this task are required 30 days from date of award. CLIN 0002: The contractor shall produce high quality visual communications, multimedia and data visualization products including live action and computer generated imagery (CGI) for NUWC, Navy and DOD customers using state-of-the art tools, technologies and workflows found within the scientific visualization community and digital cinema motion picture industry. Services for this task are required 60 days from date of award. The resulting purchase order will be a firm fixed price order. Evaluation will be made based on Best Value in accordance with FAR 52.212-2 — Evaluation — Commercial Items. Anticipated release of the solicitation is 12 July 2012. This solicitation is limited to Small Businesses (100% Set-Aside). All responsible sources may submit a proposal. Set-Aside: Total Small Business URL:https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660412R2245/listing.html
OutreachSystems Article Number: 120712/PROCURE/0105
Matching Key Words: naics!512110;
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN 1455 MARKET ST., 17TH FL San Francisco CA 94103-1398
99 — Coho Salmon Interpretive Film W912P7-12-B-0002 080112 Rolando Z Camerino, Contract Specialist, Phone 415/ 503-6959, Fax 415/ 503-6694, Email Rolando.Z.Camerino@usace.army.mil – Shirley A. Turnbo, Contracting Officer, Phone 415-503-6987, Fax 415-503-6694, Email shirley.a.turnbo@usace.army.mil ; dp; d-align: none” d-align: none” d-align: none” d-align: none” d-align: none” d-align: none” d-align: none” d-align: none” WORK/PRODUCT REQUIREMENT Produce an 8-10 minute interpretive film about the efforts of the U.S. Army Corps of Engineers (USACE), Sonoma County Water Agency (SCWA), Department of Fish and Game (DFG), National Marine Fisheries Service and other partners to bring the endangered Coho Salmon back from the brink of extinction. LOCATION: Congressman Don Clausen Fish Hatchery, Warm Springs Dam/ Lake Sonoma, (Sonoma County) Located 10 miles North East of Healdsburg CA. Project headquarters: 3333 Skaggs Springs Road Geyserville, CA 95441 DESCRIPTION OF WORK AND SERVICES: Produce an 8-10 minute interpretive film about the U.S. Army Corps of Engineers (USACE), Department of Fish and Game, Sonoma County Water Agency (SCWA), National Marine Fisheries Service and other efforts to bring the endangered Coho Salmon back from the brink of extinction thru the operation of a fish hatchery and Russian River Watershed habitat restoration. BACKGROUND: Since 2001, Lake Sonoma at Warm Springs Dam, and the Don Clausen Fish Hatchery have been the center for one of the most innovative fisheries restoration programs in the country. The goal of the Russian River Coho Salmon Captive Brood Stock Program is to restore a self-sustaining wild population of endangered Coho Salmon back into the 1,485-square mile Russian River Watershed. However, due the sensitive rearing requirements of the fish, no public access is allowed to view or visit the specialized tanks and high tech methods of this program. Visitor surveys in 2003, revealed a high percentage of interest by the public in the genetics and the breeding program for Coho salmon. To accommodate this interest and inform the public of this critical program this contract will produce an interpretive film that will provide our visitors “access” to a program they otherwise could not see. SCHEDULE: level1 lfo1″ level1 lfo1″
OutreachSystems Article Number: 120712/PROCURE/0689
Matching Key Words: film?; produc*; produce?; naics!512110;
National Aeronautics and Space Administration, Headquarters, Office of Procurement (HQ), NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code210.H, Greenbelt, MD 20771
R–INTERPRETATION TRANSLATION VISA PROCESSING AND LOGISTISCAL SUPPORT NNH12438290R 072312 Jonnelle C Goff, Contract Specialist, Phone 301-286-3807, Fax 301-286-0357, Email Jonnelle.C.Goff@nasa.gov Jonnelle C Goff NASA/HQ plans to issue a Request for Proposal (RFP) for the following Commercial services; these services include, but are not limited to, the following: (1) Oral interpretation and written translation of official and technical/scientific/engineering documents; (2) Language translation (verbal & written) of many countries; i.e. Russia, France, Germany, Italy, Japan, Spain, Brazil, India, Israel, China, Indian, Korea, Portugal, etc; (3) Visa processing for Former Soviet States (Russia, Estonia, Latvia, Lithuania, Belarus, Moldova, Ukraine, Georgia, Armenia, Azerbaijan, Kazakhstan, Kyrgyzstan, Uzbekistan, Tajikistan, Turkmenistan), Russian Federation, and China; (5) Desktop publishing of translated text; (6) Processing letters of invitation and assignments required to support official travel to countries by way of drafting letters, completing appropriate documentation, database entry and continued communication to the client on processes and status updates; (7) Administrative coordination, advance preparation and support of conducting onsite overseas official meetings and high level visits; 8) Overseas logistics support primarily for the Former Soviet states and China, providing administrative, clerical and in-country ground transportation logistic services; (9) Conversion of foreign currency and metric measurements to the US currency and measurement system and US to foreign systems; (10) Website localization; (11) Video/Audio voice-over narration services; and (12) Instantaneous telephone interpretation services . This procurement is a total small business set-aside. The NAICS Code and Size Standard are 541930 and $7.0M, respectively. The anticipated release date of RFP NNH12438290R is mid August 2012 with an anticipated proposal due date approximately 30 days thereafter. All responsible sources may submit a proposal which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html . The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr-D&pin– . Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted in writing (e-mail) to Jonnelle Goff, Jonnelle.C.Goff@nasa.gov not later than July 17, 2012. Telephone questions will not be accepted. Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/NASA/HQ/OPHQDC/NNH12438290R/listing.html
OutreachSystems Article Number: 120710/PROCURE/0071
Matching Key Words: video*; website; web; site?; page?; business*; documentation; commercial?; writ*; copy; technical; standard;
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6521 Washington DC 20230
R — Library Catologing & Serials Services 12-00794 071912 Gary Branch, Contract Specialist, Phone 2024823819, Email gbranch@doc.gov – Kathleen M. McGrath, Contracting Officer, Phone 202-482-3552, Fax 202-482-0047, Email kmcgrath@doc.gov This solicitation is being reissued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as request for quote and the solicitation number is 12-00794. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is as 100% Small Business Set-aside. The NAICS Code is 519120 and the size standard is $7 Million. Line Item 0001: Library Cataloging & Serials Services Quantity 460 Hours – Hourly Rate tiny_mce_marker_______________. Total Amount tiny_mce_marker______________. Contractor shall provide Library Cataloging & Serials Services in accordance with the attached statement of work. Base Year: Period of Performance – 1 September 2012 through 31 August 2013. Line Item 1001: Library Cataloging & Serials Services Quantity 460 Hours – Hourly Rate tiny_mce_marker_______________. Total Amount tiny_mce_marker______________. Contractor shall provide Library Cataloging & Serials Services in accordance with the attached statement of work. Option Year I: Period of Performance – 1 September 2013 through 31 August 2014. Line Item 2001: Library Cataloging & Serials Services Quantity 460 Hours – Hourly Rate tiny_mce_marker_______________. Total Amount tiny_mce_marker______________. Contractor shall provide Library Cataloging & Serials Services in accordance with the attached statement of work. Option Year II: Period of Performance – 1 September 2014 through 31 August 2015 Offerors shall submit the hourly rate and total amount for each of the above line items along with their quotes. DESCRIPTION / SPECIFICATIONS / STATEMENT OF WORK Cataloging & Serials Services for DOC Library 1. General Information and Scope of Work The Department of Commerce promotes job creation, economic growth, sustainable development, and improved standards of living for all Americans by working in partnership with businesses, universities, communities, and our nation’s workers. The Department touches the daily lives of the American people in many ways, with a wide range of responsibilities in the areas of trade, economic development, technology, entrepreneurship and business development, environmental stewardship, and statistical research and analysis. The DOC Library provides resources and research support to Commerce employees so they are better able to fulfill the mission of the Department. The collections include both print and electronic materials and cover subject areas related to business, economics, trade, legislation, law, and government publications. The library requires certain high-level skill sets in order to successfully process the subject-specific materials in the collection. Based on the size of the collection, the library only requires part-time cataloging assistance. The DOC Library needs a Contractor to perform original and copy cataloging of current and archival monographs, serials, and electronic resources for its collections. The Contractor will be responsible for adding, modifying, and discarding metadata in the online integrated library and the digital asset management system. Many items in the collection are damaged or deteriorating, and will require the Contractor to repair or recommend storage options based on current archival “best practices”. The Contractor will perform basic technical work to prepare resources for shelving. The Contractor shall perform these activities in various circumstances: when creating records for new materials; when upgrading lower-level records to full-level; when updating records to meet current bibliographic standards; when updating records for continuations of all kinds (i.e. serials, multipart items, government publications, newspapers) to include new bibliographic and/or holdings information; in handling referrals and requests for corrections from Library staff in the course of problem-solving; as a result of review/revision; on a project basis. 2. Description of Tasks and Deliverables (i) Contractor shall perform original and copy cataloging of current monographs and serials (including title changes), and electronic resources for the DOC Library’s collections. (ii) Contractor shall provide original and copy cataloging of archival monographs, serials (including title changes), and electronic resources for the Department of Commerce and other government publications. (iii) Contractor shall provide original cataloging for legislative histories in print and digitized formats. (iv) Contractor shall recommend and enter metadata for legislative histories and other publications into the on-line integrated library system (ILS) and the digital asset management system. (v) Contractor shall prepare and upload digitized resources into the digital asset management system. (vi) Contractor shall create, modify, and maintain serial check-in records in the on-line integrated library system (ILS). (vii) Contractor shall maintain the ILS records by checking weekly reports generated by the ILS and correcting typographical errors, cataloging errors, errors in ISBD punctuation, and any other errors noted. (viii) Contractor shall modify current catalog records to reflect changes in print retention, electronic holdings, subject fields, location, call number, and deaccession. (iv) Contractor shall identify damaged or fragile materials and repair or recommend storage options based on current archival “best practices”. (x) Contractor shall provide limited technical processing (including only labels, label covers, and barcodes). 3. Performance Standards: Of primary importance the Contractor’s performance is catalog integrity, so performance of the various component activities must be as near to perfect as is possible (95%). Correcting errors, resolving problems caused by a wide variety of bibliographic and treatment conflicts and database cleanup to clarify the library’s holdings are “end-of-the-line” activities, and there are generally no avenues for further referral, except for those matters which involve departures from standard library policies. These catalog management functions, therefore, are characterized by the relative lack of definable and measurable standards and outside indicators that can be used to gauge performance. As a result, the Contractor’s performance shall be evaluated by a broad-based review process which takes into account the source of assignments, difficulty of problems, impact of problems and their resolutions, feedback from other library staff, and the overall condition of the catalog and collection as the result of regulation and repair activities. The COR shall inspect performance using spot checks of newly added or modified records, visual inspection of print materials processed for shelving in the archives or regular collection, and volume of assigned work completed when compared to the difficulty of the task. 4. Skill or Relevant Experience Requirements Key personnel must have the following skills and experience: • A Masters Degree in Library Science or Library and Information Science from an institution accredited by the American Library Association. • Ten (10) years of recent professional library experience in original cataloging for monographs, serials, government publications, and electronic resources using the following: o Anglo American Cataloging Rules (AARCII) and current updates; o Library of Congress Rule Interpretations (most current); o Library of Congress Classification Scheme; o Library of Congress Subject Headings; o MARC Bibliographic Format. • Ten (10) years of recent professional library experience using integrated library automation systems. • Ten (10) years of recent professional library experience providing cataloging and serials services in a special library, government, corporate, or non-profit setting in which the primary duties were processing and cataloging a variety of print and electronic materials in the subject areas of business, economics, trade, legislation, law, and government publications. • Five (5) years of professional library experience using OCLC. • Five (5) years of recent professional library experience using SirsiDynix Symphony, specifically using SmartPort, creating, modifying, and discarding records, and creating and maintaining serial control records. • Two (2) years of professional library experience using SirsiDynix Enterprise/Portfolio (digital asset management system). 5. Government-furnished Resources A computer networked to a printer with the appropriate ILS and digital asset management system software, as well as Internet access, will be available. The Library will purchase all labels, label covers, barcodes, and any archival supplies the Contractor recommends that the COR deems reasonable to repair or store archival materials. The Library will provide copies of the Library of Congress Classification Schedules and the MARC Bibliographic Format. 6. Period of Performance The period of performance for the Base Period is from 9/1/2012 through 8/31/2013 with two (2) one-year options following the Base Period. 7. Required Working Hours The Contractor is expected to work during normal business hours (8am-5pm), on a part-time basis as needed, averaging 16 hours per week as authorized by the COR, but not to exceed 40 hours per work week. 8. Place of Performance The work will be performed in the DOC Library located at: 1401 Constitution Ave, NW Library, Room 1894 Washington, DC 20230 The provision 52.212-1 Instructions to Offers Commercial Items applies this acquisition. The provision 52.212-2 Evaluation Commercial Items is applicable to this solicitation: (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:Technical Capability, Price, and Past Performance. Technical Capability criteria evaluation will address the following: Experience: Describe in detail their experience and proposed individual experience with providing the requirements in Statement of Work Sections 1 and 2. (Limit to 3 Pages) Key Personnel: Provide a resume for the proposed individual that includes the skill and relevant requirements in Statement of Work Section 3. (Limit to 3 Pages) Offerors are required to complete and return a copy of Far Provision 52.212-3 Offeror Representations and Certifications -Commercial, with its offer. Far clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. Far clause 52.212-5 Contract Terms and Conditions Required to Implement Statues and Executive Orders-Commercial Items applies to this acquisition and the following provisions and clauses are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.217 Evaluation of Options, 52.219-6 Notice of Total Small Business Set Aside, 52.219-14 Limitation on Subcontracting, 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, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.232-36, Payment by Third Party, 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor any time prior to expiration of the current performance period. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 day¬s prior to contract expiration: provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 Months. (End of clause 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: U.S. Department of Commerce Office of Acquisition Management Commerce Acquisition Solutions, Room 6521 ATTN: Kathleen McGrath 1401 Constitution Avenue, NW Washington, D.C. 20230 FAX: 202-482-0456 Email: KMcGrath@doc.gov (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: U.S. Department of Commerce Office of the General Counsel Contract Law Division–Room 5893 Herbert C. Hoover Building 1401Constitution Avenue, NW Washington, D.C. 20230. Attn: Mark Langstein, Esquire FAX: (202) 482-5858 (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 Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 1401 Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.201-70 CONTRACTING OFFICER’S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.201-72 CONTRACTING OFFICER’S REPRESENTATIVE (COR) (APR 2010) (a) Laura Swift 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. The COR is located at: US Department of Commerce Office of Human Resources Management, Office of Policy and Management Room 1894 14th & Constitution Ave., NW Washington, DC 20230 (202) 482-1610 E-Mail: Laura Swift@doc.gov (b) 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 written prior 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. (c) Costs associated with printing, duplicating, or copying in excess of the limits in paragraph (a) of this clause are unallowable without prior written approval of the Contracting Officer. If the contractor has reason to believe that any activity required in fulfillment of the contract will necessitate any printing or substantial duplicating or copying, it shall immediately provide written notice to the Contracting Officer and request approval prior to proceeding with the activity. Requests will be processed by the Contracting Officer in accordance with FAR 8.802. (d) The contractor shall include in each subcontract which may involve a requirement for any printing, duplicating, and copying in excess of the limits specified in paragraph (a) of this clause, a provision substantially the same as this clause, including this paragraph (d). 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: U.S. Department of Commerce Office of Acquisition Management Commerce Acquisition Solutions, Room 6521 ATTN: Kathleen McGrath 1401 Constitution Avenue, NW Washington, D.C. 20230 FAX: 202-482-0456 Email: KMcGrath@doc.gov (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: U.S. Department of Commerce Office of the General Counsel Contract Law Division–Room 5893 Herbert C. Hoover Building 1401Constitution Avenue, NW Washington, D.C. 20230. Attn: Mark Langstein, Esquire FAX: (202) 482-5858 (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 Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 1401 Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.237-75 KEY PERSONNEL (APR 2010) (a) The contractor shall assign to this contract the following key personnel: (Name) (Position Title) (Name) (Position Title) (b) The contractor shall obtain the consent of the Contracting Officer prior to making key personnel substitutions. Replacements for key personnel must possess qualifications equal to or exceeding the qualifications of the personnel being replaced, unless an exception is approved by the Contracting Officer. (c) Requests for changes in key personnel shall be submitted to the Contracting Officer at least 15 working days prior to making any permanent substitutions. The request should contain a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contracting Officer will notify the contractor within 10 working days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes. (End of clause) INVOICE REQUIREMENTS (a) A proper invoice must include the following items (except for interim payments on cost reimbursement contracts for services): (1) Name and address of the contractor. (2) Invoice date and invoice number. (Contractors should date invoices as close as possible to the date of mailing or transmission.) (3) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (4) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (5) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. (6) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (7) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. (8) Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice. (9) Electronic funds transfer (EFT) banking information. (i) The contractor must include EFT banking information on the invoice only if required by agency procedures. (ii) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the contractor must have submitted correct EFT banking information in accordance with the applicable solicitation provision (e.g., 52.232-38, Submission of Electronic Funds Transfer Information with Offer), contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. (iii) EFT banking information is not required if the Government waived the requirement to pay by EFT. (10) Any other information or documentation required by the contract (e.g., evidence of shipment). (b) Provide signed original invoice and one copy or email one copy to: NIST Accounts Payable Office Bldg 101, Room A-836 MS 1621 100 Bureau Drive Gaithersburg, MD 20899 Telephone: (301) 975-2261 Fax: (301) 975-8283 Email: invoice@nist.gov (c) Inquiries regarding payment of invoices should be telephoned or emailed to NIST, (301) 975-2261, invoice@nist.gov; respectively. (d) If the supplies, services, technical or other reports are rejected for failure to conform to the technical requirements of the Order, or for damage in transit or otherwise, the invoice will be rejected and returned to the Contractor, starting the 30 day period over. (e) Contractor will clearly mark the final invoice with the legend “FINAL INVOICE.” All offerors must complete the information below in section 2 this provision and return it along with its offer. 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) Offers are due are in the contracting office at the address below by 12:00 PM Eastern Time on 19 July 2012. U.S. Department of Commerce Office of Acquisition Management (Room 6521) Attn: Gary Branch 1401 Constitution Avenue, NW Washington, D.C. 20230 FAX: 202-482-0456 Points of contact for this acquisition: Contract Specialist: Gary Branch (202)482-9813, Email: gbranch@doc.gov Contracting Officer: Kathleen McGrath (202)482-3552, Email: KMcGrath@doc.gov Offeror Information: Name of Contractor: ____________________________________ Address: ______________________________________ ______________________________________ ______________________________________ ______________________________________ Phone: ______________, Email: _________________ Signature: _____________________________________ Printed Name & Title: _______________________________________________ Date: ______________________________________ Set-Aside: Total Small Business Place of Performance: Department of Commerce 1401 Constitution Ave. NW Washington, DC 20230 US URL:https://www.fbo.gov/spg/DOC/OS/OAM-OSBS/12-00794/listing.html
OutreachSystems Article Number: 120710/PROCURE/0083
Matching Key Words: writ*; copy; technical; standard;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — International Affiliate Broadcasters for News Broadcasting Services OMPP-FY12-4Q 093012 Cheryl Peters , Contracting Officer, Phone 202-382-7866, Fax 202-382-7877, Email cpeters@bbg.gov – Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau’s (IBB), Office of Marketing and Program Placement (OMPP, Office Symbol: OMEL/MP), has a continuous need for international affiliate broadcasters and media outlets (broadcast stations, Internet news aggregators, mobile telephone operators, other outlets) capable of disseminating audio, video and text content produced by the following individual BBG entities: Voice of America (VOA), Radio Free Europe/Radio Liberty (RFE/RL), Office of Cuba Broadcasting (OCB) – Radio/TV Marti – Radio Free Asia (RFA), Middle East Radio Network (MERN) – Radio SAWA – and the Middle East Television Network (MTN) – Al Hurra. Below is a listing of the languages used by the individual BBG international broadcasters: VOA, RFE/RL, OCB, RFA, MERN, and MTN. VOA broadcasts in English and 43 other languages such as: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. RFE/RL broadcasts and/or provides news and information on the Internet in English and 27 languages: Dari, Pashto, Albanian, Bosnian, Croatian, Serbian, Macedonian, Avar, Chechen, Circassian, Armenian, Azeri, Belarusian, Georgian, Persian, Arabic, Kazakh, Kyrgyz, Romanian, Russian, Tajik, Tatar, Bashkir, Turkmen, Ukrainian and Uzbek. OCB broadcasts radio, television and Internet programming in Spanish. RFA broadcasts in Mandarin, Cantonese, Burmese, Korean, Lao, Khmer, Tibetan and Vietnamese. MERN broadcasts in Arabic. MTN broadcasts in Arabic. Interested sources are encouraged to submit a Capability Statement detailing their past experience in transmitting content of any kind, audience(s) reached with this content, primary content language(s), organization, point of contact, address, availability, if the interest involves any specific BBG entity, and any requirements for retransmitting BBG content. Please note that each Capability Statement will be evaluated against the criteria listed above. BBG may enter into an Affiliate Agreement with those sources whose broadcasting outlets have been selected to accomplish mission requirements and reserves the right to inspect the broadcasting facility. In addition, BBG will collect compliance information from all affiliate broadcasts, as well as Internet and mobile operations to insure that they fully satisfy the requirements of their affiliation agreements. Termination of an Agreement can be made in whole or in part by either party upon issuance of a written (30) day notice. Please submit your written Capability Statement to International Broadcasting Bureau, Office of Marketing and Program Placement, 330 Independence Avenue, SW, Suite 3666, Washington, DC 20237 USA; e-mail: dboynton@bbg.gov; Telephone Doug Boynton at: +1-202-203-4161; fax: +1-202-203-4185. Capability Statements will be received through September 30, 2012. All submission will be considered by the Agency. This Notice is not a RFQ, RFP, or IFB. Place of Performance: Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/OMPP-FY12-4Q/listing.html
OutreachSystems Article Number: 120710/PROCURE/0445
Matching Key Words: video*; produc*; produce?;
Department of the Army, National Guard Bureau, 123 AW BASE CONTRACTING OFFICE, 123 AW Base/MSC Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679
R–KYANG CATERED MEAL SERVICES & MESS ATTENDANTS AT THE GULFPORT CRTC, MS W912KZ-MXS0001 071712 AMANDA BLACKBURN, 502-413-4030 123 AW Base/MSC Contracting Office 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. The Kentucky Air National Guard is a soliciting proposals for catered Meal Services & Mess Attendants at the Gulfport CRTC, MS for 31 July – 2 August 2012. Complete Work Statement, menus, clauses, etc and included in are attached solicitation. Please provide pertinent past perforation information and food sources with you proposals. All firms must be registered in the Central Contract Registration database at http://www.ccr.gov and shall be considered for award. All responsible proposals will be considered. All proposals must be sent to Alan Wade via fax, email, or US Postal Service: Fax 502-413-4665; e-mail alan.wade@ang.af.mil; or mail directly to KYANG 123 MSG/MSC, 1101 Grade Lane, Louisville, KY 40213. Quotes will be received no later than 07/17/2012 4:30 PM EST. Set-Aside: Total Small Business Place of Performance: GULFPORT CRTC 4715 Hewes Ave Gulfport MS 39507-4324 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA15-1/W912KZ-MXS0001/listing.html
OutreachSystems Article Number: 120706/PROCURE/0061
Matching Key Words: state!ky;
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND 2200 Lester Street Quantico, VA
R–Command Magazine and Video M6785412R0512 071912 Sakeena S. Siddiqi 703.432.3773 Please find attached solicitation for support services for the Command magazine, videos, and editing services. URL:https://www.fbo.gov/spg/DON/USMC/M67854/M6785412R0512/listing.html
OutreachSystems Article Number: 120706/PROCURE/0068
Matching Key Words: video*; edit*;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — JOURNALISTS & STRINGERS FOR ENGLISH AND FOREIGN LANGUAGE NEWS POV-FY-12-Q4-R 093012 Jim McGuirk, Priocurement Analyst, Phone 202-382-7840, Fax 202-382-7854, Email jmcguirk@bbg.gov – Brenda Dade, Phone 2023827853, Email bdade@bbg.gov U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, video journalism, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers,Writers, Producers, Editors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians, Video Switchers, Audio Technicians, Lighting Directors, TV Technical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, Videotape Recording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world). Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements. Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default. The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond. Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis. All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their written statement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance assignments with the VOA (Radio) in Washington, DC or overseas, submit written inquiries for additional information and/or contract technical proposals to the Voice of America (VOA), Attention: Wendy Jackson, VOA/C Room 1300, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address: wjackso@voanews.com; and (b) For free-lance VOA (Television) assignments in Washington DC or overseas, submit written inquires for additional information and/or contract technical proposals to VOA-TV, Attention: Donna Buchan, VOA/O, Room 2276, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, e-mail address: dlbuchan@voanews.com; and (c) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submitwritten inquiries for additional information and/or contract technical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov. Anywritten inquiries and/or contract proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the September 30, 2012 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB. URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-12-Q4-R/listing.html
OutreachSystems Article Number: 120706/PROCURE/0529
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237
T — CONTRACTORS FOR NEWS BROADCASTING SERVICES POV-FY-12-Q4-T 093012 Jim McGuirk, Priocurement Analyst, Phone 202-382-7840, Fax 202-382-7854, Email jmcguirk@bbg.gov – Brenda Dade, Phone 2023827853, Email bdade@bbg.gov The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are notserviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, technical and production services, photo editing, video journalism, graphic illustrating, producing programming using state of the art multi-media platforms, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers, Writers, Producers, Editors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians,Video Switchers, Audio Technicians, Lighting Directors, TV Technical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians,Videotape Recording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, PromoProducer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world), and Electronic Graphic Artists. In addition, VOA is also interested in Internet Writers, Editors,Web Designers and Graphic Designers. Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editingsystems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements. Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default. The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond. Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis. All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their written statement(s) of interest,technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance assignments with the VOA (Radio) in Washington, DC or overseas, submit written inquiries for additional information and/or contract technical proposals to the Voice of America (VOA), Attention: Wendy Jackson, VOA/C Room 1300, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address: wjackso@voanews.com; and (b) For free-lance VOA (Television) assignments in Washington DC or overseas, submit written inquires for additional information and/or contract technical proposals to VOA-TV, Attention: Donna Buchan, VOA/O, Room 2276, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, e-mail address: dlbuchan@voanews.com; and (c) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/or contract technical proposals to OCB, Attention: Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov. Any written inquiries and/or contract proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the September 30, 2012 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB. URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-12-Q4-T/listing.html
OutreachSystems Article Number: 120706/PROCURE/0533
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical;
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K Lee Boulevard, Building 401 Fort Eustis VA 23604-5577
R — Special Operations Aviation Specialized Support Services H92241-12-R-0004 071912 Michael J. Wastella, Contracting Officer, Phone 757-878-3299 ext.259, Fax 757-878-3937, Email michael.wastella@us.army.mil – Terri L. Tew, Contracting Officer, Phone 757-878-5223 X246, Fax 757-878-2717, Email terri.l.tew.civ@mail.mil The United States Special Operations Command (USSOCOM), Technology Applications Contracting Office (TAKO), intends to procure services necessary to provide Special Operations Aviation Specialized Support Services (SOA-S3). The intended award will be a combination Firm Fixed Price (FFP)/Cost, Indefinite Delivery – Indefinite Quantity (IDIQ) contract. The IDIQ will consist of one (1) five-year ordering period and one (1) five-year, award term, optional ordering period. The associated NAICS code is 611512 and small business size standard is $25.5M. The proposed contract action will utilize 100% Small Business Set-Aside procedures. Services will be performed primarily at Fort Campbell, KY, however, other duty locations may be needed. A competitive Request for Proposal (RFP) will be available under this solicitation. Submission of a DLA registered/signed DD2345 Military Critical Technical Data Agreement may be required for access to supplemental data necessary for this requirement. Proposals will be required forty-five (45) days after release of the competitive RFP. Point of contact for this requirement is Mr. Michael Wastella, Contracting Officer, AMSAM-SPK, 401 Lee Blvd., Ft. Eustis, VA 23508; email: michael.j.wastella.civ@mail.mil, telephone number: (757)878-3299 ext 259. Set-Aside: Total Small Business URL:https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-12-R-0004/listing.html
OutreachSystems Article Number: 120706/PROCURE/0592
Matching Key Words: state!ky;
FedBizOpps – Awards
General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102
R — Advertising and Integrated Marketing Solutions Section 7FCB-H2-070541-B Rose R Tucker, Contracting Officer, Phone 817-574-2339, Fax 817-574-2342, Email rose.tucker@gsa.gov – Mary B Hudson, Section Chief, Phone 817-574-2325, Fax 817-574-2342, Email beth.hudson@gsa.gov GS-07F-0450Y $125,000 070312 541-4B North By Northwest Productions, Inc., 903 W Broadway Ave, Spokane, WA 99201 US URL:https://www.fbo.gov/notices/b23a58105ab83dc0fa757c59359b5cc7
OutreachSystems Article Number: 120706/AWARDS/0699
Matching Key Words: naics!512110;
USABID State and Local Purchases
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
R – KSB/KSD MEDICAID REIMBURSEMENT ADMINISTRATIVE SERVICES PROVIDER. RFP-540-1200000566-1 DUE 20-JUL-2012 Thomas Stratton, Phone: (502) 564-2351; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120713/BID/0009
Matching Key Words: age:state!ky; state!ky;
Tourism, Arts and Heritage Cabinet, 500 Mero Street, 24th Floor, Frankfort, KY 40601
R – KENTUCKY STATE PARKS – 2012 STATE FAIR DISPLAY SPONSORSHIP. RFP-850-1300000010-1 DUE 19-JUL-2012 Tim Pollard, Phone: (502) 564-4270; 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: 120713/BID/0010
Matching Key Words: age:state!ky; state!ky;
Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202
R – RFP: PRICE CONTRACT FOR CLOSED CAPTIONING SERVICE. RFP-2800-0-2012/MBB DUE 27-JUL-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120713/BID/0014
Matching Key Words: age:state!ky; state!ky;
Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202
R – SIGNS AND MARKINGS ASSESSMENT AND INVENTORY. RFP-2798-0-2013/TN DUE 13-AUG-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120713/BID/0016
Matching Key Words: age:state!ky; state!ky;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
99 – Click here to login SOL Service/Commodity description Click here to login For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120713/BID/0278
Matching Key Words: age:state!ky; state!ky;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
99 – Click here to login SOL Click here to login For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120713/BID/0279
Matching Key Words: age:state!ky; state!ky;
California – State of California https://www.bidsync.com/DPX?by=key&ac=powersearch&posting=1&p=&changeregion=&changeorg=&srchHeld=&srchoid_override=&headoid=&sort=end&srchid=&clearsearch=&search=&title=td®ion=%2Fca&srchoid=307818&dist=&zip=&cat=&cat_1=-1&cat_2=-1&cat_5=-1&bidlync_filter=-1&pastbids= 707 3rd Street, Second Floor, West Sacramento, CA 95605. Phone: 800-559-5529.
T – Bid #3040952 – Green Music Center Audio Video Distribution Syste SOL 3040952 Bid #3040952 – Green Music Center Audio Video Distribution System Project ifb For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120712/BID/0916
Matching Key Words: video*; distribut*;
Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601
R – RFP FOR CONTINGENCY LEGAL SERVICES. RFP-040-1200000556-1 DUE 23-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.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: 120710/BID/0004
Matching Key Words: age:state!ky; state!ky;
Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601
R – RFP FOR CONTINGENCY LEGAL SERVICES. RFP-040-1200000555-1 DUE 23-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.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: 120710/BID/0005
Matching Key Words: age:state!ky; state!ky;
Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601
R – RFP FOR CONTINGENCY LEGAL SERVICES. RFP-040-1200000567-1 DUE 23-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.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: 120710/BID/0006
Matching Key Words: age:state!ky; state!ky;
Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622
99 – 18″ STOP/SLOW SIGN PADDLE. RFB-605-1300000013-1 DUE 25-JUL-2012 Erin Eagan, 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: 120709/BID/0002
Matching Key Words: age:state!ky; state!ky;
Louisville Metro Government – Division of Purchasing, 611 West Jefferson Street, Mezzanine Level, Louisville, KY 40202
R – HEARING OFFICER RFP-2795-0-2013/TN DUE 19-JUL-2012 Tracey Neathery, Phone: 502-574-3912; Website: http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120705/BID/0004
Matching Key Words: age:state!ky; state!ky;
Other Federal Procurements (Small)
Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website
T — Federal Supply Classification T006 SOL N62271-12-Q-2050 General Desc: Video Production ServiceDetail Desc: Please See Synopsis For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120712/SMALL/9538
Matching Key Words: video*; produc*; production?;
Kentucky – Procurement
KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602
R — ACTUARIAL SERVICES FOR HEALTH INSURANCE POLICY & MANAGED CARE – ADDENDUM. RFP-676-1200000554-2 DUE 19-JUL-2012 Jennifer Spencer, Phone: 502-564-6154; 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: 120713/KY/7687
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — FLEXIBLE SPENDING ACCOUNT ADMINISTRATOR – ADDENDUM #1. RP-01-13 DUE 31-JUL-2012 Curtis Monroe, Phone: (502) 852-8224; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120713/KY/7715
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
99 — 2012 REGISTRAR RECRUITMENT PROMOTIONAL ITEMS. K-0649-13 DUE 19-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: 120712/KY/7663
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — FLEXIBLE SPENDING ACCOUNT ADMINISTRATOR. RP-01-13 DUE 31-JUL-2012 Curtis Monroe, Phone: (502) 852-8224; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120710/KY/7593
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — COBRA/RETIREE DIRECT BILLING ADMINISTRATION. RP-02-13 DUE 07-AUG-2012 Curtis Monroe, Phone: (502) 852-8224; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120710/KY/7595
Matching Key Words: age:state!ky; state!ky;
City of Owensboro, 101 E. 4th Street, Owensboro, KY 42303
R — BROWNSTONES DEVELOPMENT. RFP #2869 DUE 03-AUG-2012 Telephone: (270) 687-8431; Website: http://www.owensboro.org/purchasing/bids The City of Owensboro, Kentucky solicits proposals for a professional Real Estate Developer to develop a residential infill development consisting of 2 to 5 units on property that the City owns at 120 East 4th Street in Owensboro, Kentucky. Specifications for the above are on file and may be obtained from Pamela Canary, Purchasing Agent, City Hall, 101 E. 4th Street, Room 119, Owensboro, KY 42303, Telephone (270) 687-8431. Proposals must be delivered to the City Purchasing Department, 101 E. 4th Street, Rom 119, Owensboro, KY 42303 on or before 2:00 p.m. prevailing local time on Friday, August 3, 2012. The City of Owensboro reserves the right to reject any and all proposals and to waive any irregularities in said proposals. 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: 120710/KY/7603
Matching Key Words: age:state!ky; state!ky;
City of Owensboro, 101 E. 4th Street, Owensboro, KY 42303
R — OLD TRINITY CENTRE LOFTS. RFP #2870 DUE 03-AUG-2012 Telephone: (270) 687-8431; Website: http://www.owensboro.org/purchasing/bids The City of Owensboro, Kentucky solicits proposals for a professional Real Estate Developer for 18-24 unit multi-family loft apartments in the Cathedral Neighborhood located on property that the City owns at 506-512 Locust Street in Owensboro, Kentucky. Specifications for the above are on file and may be obtained from Pamela Canary, Purchasing Agent, City Hall, 101 E. 4th Street, Room 119, Owensboro, KY 42303, Telephone (270) 687-8431. Proposals must be delivered to the City Purchasing Department, 101 E. 4th Street, Rom 119, Owensboro, KY 42303 on or before 2:00 p.m. prevailing local time on Friday, August 3, 2012. The City of Owensboro reserves the right to reject any and all proposals and to waive any irregularities in said proposals. 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: 120710/KY/7605
Matching Key Words: age:state!ky; state!ky;
Cabinet for Health & Family Services, Department for Public Health, 275 East Main Street HS1W-C, Frankfort, KY 40601
R — FY13 CHFS/DPH TEMPORARY LAB SCIENTIST SERVICES. RFP-728-1200000543-1 DUE 17-JUL-2012 Bobbie Davis, Phone: (502) 564-6663; 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: 120709/KY/7539
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 #2. RFP-09-13 DUE 24-JUL-2012 Phone: (606) 783-2018, Website:http://www.moreheadstate.edu/support/index.aspx?id=1925 New Due Date. 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: 120709/KY/7566
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
R — INTERCOLLEGIATE ATHLETIC ACCIDENT INSURANCE CONTRACT – ADDENDUM #2. RFP-10-13 DUE 17-JUL-2012 Phone: (606) 783-2018, Website: http://www.moreheadstate.edu/support/index.aspx?id=1925 Morehead State University is seeking proposals to establish a price contract to provide intercollegiate athetlic accident insurance for all student-athletes of the University. 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: 120709/KY/7567
Matching Key Words: age:state!ky; state!ky;
Finance & Administration Cabinet, 702 Capitol Ave., Room 096, Frankfort, KY 40601
R — LEGAL SERVICES – LAWYERS LIABILITY INSURANCE POLICY (#2) – ADDENDUM #3. RFB-758-1200000976-3 DUE 12-JUL-2012 Michael Gustafson, Phone: 502-564-5945; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120706/KY/7526
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
R — SCHOLARSHIP PROGRAM ANALYSIS. UK-1190-13 DUE 31-JUL-2012 Naomi Emmons, Phone: (859) 257-1555; Website: http://www.uky.edu/Purchasing/bidlist.htm The University of Kentucky (hereafter referenced as UK or the University) is seeking proposals from qualified firms to advise the University on the effectiveness of the current institutional scholarship program. The consultant will work with University data to perform an econometric analysis to determine the mix of scholarship investments that will yield optimal enrollment and revenue from tuition. For the purposes of this request for proposal (RFP), the scholarship program is defined as the overall investment that UK commits annually to manage and fund all institutional scholarships, waivers and tuition discounts as well as financial aid that UK student receive from federal, state and private sources. The selected vendor will complete a study that includes a comprehensive review of UK s scholarship program, policies and processes to determine what changes will yield improvements in the recruitment and retention of students that have potential to be successful at UK and maximize net tuition revenue for the University. 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: 120706/KY/7527
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 #2 RFP-12-42 DUE 17-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: 120705/KY/7507
Matching Key Words: age:state!ky; state!ky;
Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623
R — EMPLOYEE HEALTH PLAN DESIGNS & TRENDS RFI-KL-13-006 DUE 20-JUL-2012 Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120705/KY/7511
Matching Key Words: age:state!ky; state!ky;
July 15, 2012
Business / Career