Business and Career Opportunities (Bids and Purchases)

July 24, 2012

Business / Career

FedBizOpps

Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299 99 — Base Layer Tops and Leggings H92244-12-T-0225 082312 Kenneth C Brumfiel, Phone 757-893-2716, Email kenneth.brumfiel@vb.socom.mil 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0225. A firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 May 2012. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% set-aside for small business concerns. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) is soliciting quotes for an assortment of base layer tops and leggings as identified in Section B of the solicitation. This is a brand name or ‘equal to’ procurement, if quoting ‘equal to’ the vendor shall be required to provide specifications with their quote. The contractor shall provide a quote using the schedule in Section B. CLIN 0001, Description: Icebreaker Bodyfit Atlas Shirts, Qty: 1,043, Sizes: Various (see extended description), Unit of Issue: Each, CLIN Type: FFP; Extended Description: Manufacturer: Icebreaker, Model/Style: Bodyfit Atlas 150, Other Characteristic: Long Sleeve, Color: Black, Sizes: Small (Quantity – 50), Medium (Quantity – 250), Large (Quantity – 500), X-Large (Quantity – 193), XX-Large (Quantity – 50); CLIN 0002, Description: Icebreaker Bodyfit Oasis Shirts, Qty: 1, 043, Sizes: Various (see extended description), Unit of Issue: Each, CLIN Type: FFP; Extended Description: Manufacturer: Icebreaker, Model/Style: Bodyfit Oasis 200, Other Characteristic: Long Sleeve, Color: Black, Sizes: Small (Quantity – 50), Medium (Quantity – 250), Large (Quantity – 500), X-Large (Quantity – 193), XX-Large (Quantity – 50); CLIN 0003, Description: Icebreaker Bodyfit Tech Shirts, Qty: 1,043, Sizes: Various (see extended description), Unit of Issue: Each, CLIN Type: FFP; Extended Description: Manufacturer: Icebreaker, Model/Style: Bodyfit Tech 260, Other Characteristic: Long Sleeve, Color: Black, Sizes: Small (Quantity – 50), Medium (Quantity – 250), Large (Quantity – 500), X-Large (Quantity – 193), XX-Large (Quantity – 50); CLIN 0004, Description: Icebreaker Bodyfit 150 Leggings, Qty: 1, 043, Sizes: Various (see extended description), Unit of Issue: Each, CLIN Type: FFP; Extended Description: Manufacturer: Icebreaker, Model/Style: Bodyfit 150 Leggings, Other Characteristic: with fly, Color: Black, Sizes: Small (Quantity – 50), Medium (Quantity – 250), Large (Quantity – 500), X-Large (Quantity – 193), XX-Large (Quantity – 50); CLIN 0005, Description: Icebreaker Bodyfit 200 Leggings, Qty: 1,043, Sizes: Various (see extended description), Unit of Issue: Each, CLIN Type: FFP; Extended Description: Manufacturer: Icebreaker, Model/Style: Bodyfit 200 Leggings, Other Characteristic: with fly, Color: Black, Sizes: Small (Quantity – 50), Medium (Quantity – 250), Large (Quantity – 500), X-Large (Quantity – 193), XX-Large (Quantity – 50); CLIN 0006, Description: Icebreaker Bodyfit 260 Leggings, Qty: 1, 043, Sizes: Various (see extended description), Unit of Issue: Each, CLIN Type: FFP; Extended Description: Manufacturer: Icebreaker, Model/Style: Bodyfit 260 Leggings, Other Characteristic: with fly, Color: Black, Sizes: Small (Quantity – 50), Medium (Quantity – 250), Large (Quantity – 500), X-Large (Quantity – 193), XX-Large (Quantity – 50); Section C – Specifications The government has identified the following salient characteristics required for the items listed in Schedule B: (CLIN 0001): The government requires base layer clothing that will be part of a cold weather clothing system that employs the use of multiple layers to protect the wearer. Due to the variation in climate and temperature that the wearer will be subjected to. The government is requesting tops that will be used in warm to cold weather that weighs no more than .5 kg to .75kg. The shirts must be equipped with gusset underarms to allow for maximum movement. Furthermore the shirts are required to have a crew style collar so as to prevent chaffing by equipment on the wearers neck. Since this shirt will be part of a layering system the top is required to fit close to the body (anatomical shaping for fit). The government requires a top that is a raglan style long sleeve design, the top must utilize a raglan style sleeve to allow for maximum movement of the wearers arms in all directions without binding, as the wearer of this garment will be wearing multiple layers comfort and ease of movement are performance design characteristics being requested. The government requires a top that reduces the bulk created by a standard overstitch design, as such the government is requiring a top that utilizes a flat lock stitch design. The government requires that the top be composed of moisture resistant fabric that is breathable, lightweight, durable, odor resistant, quick-drying and stretchable. The material must further be a non-petroleum based material so as to not be highly flammable and to not adhere to the wearer’s skin in the event of a fire. The government requires tops that are odor-resistant, and will not cause discomfort to the wearer in terms of a fabric that would be likely to cause skin irritation, this characteristic is being required due to the nature of the tops being a base layer of a cold weather clothing system. The government requires that the tops offer an ultraviolet protection rating of 40 or higher and be constructed of merino wool. If applicable, any company logos or markings shall match the color of the top or be tonal. (CLIN 0002): The government requires base layer clothing that will be part of a cold weather clothing system that employs the use of multiple layers to protect the wearer. Due to the variation in climate and temperature that the wearer will be subjected to. The government is requesting tops that will be used in cold weather that weighs no more than .5 kg to .75kg. The shirts must be equipped with gusset underarms to allow for maximum movement. Furthermore the shirts are required to have a crew style collar so as to prevent chaffing by equipment on the wearers neck. Since this shirt will be part of a layering system the shirt is required to fit close to the body (anatomical shaping for fit). The government requires a shirt that is a raglan style long sleeve design, the shirt must utilize a raglan style sleeve to allow for maximum movement of the wearers arms in all directions without binding, as the wearer of this garment will be wearing multiple layers comfort and ease of movement are performance design characteristics being requested. The government requires a top that reduces the bulk created by a standard overstitch design, as such the government is requiring a top that utilizes a flat lock stitch design. The government requires that the top be composed of moisture resistant fabric that is breathable, lightweight, durable, odor resistant, quick-drying and stretchable. The material must further be a non-petroleum based material so as to not be highly flammable and to not adhere to the wearer’s skin in the event of a fire. The government requires tops that are odor-resistant, and will not cause discomfort to the wearer in terms of a fabric that would be likely to cause skin irritation, this characteristic is being required due to the nature of the tops being a base layer of a cold weather clothing system. The government requires that the tops offer an ultraviolet protection rating of 40 or higher and be constructed of merino wool. If applicable, any company logos or markings shall match the color of the top or be tonal. (CLIN 0003): The government requires base layer clothing that will be part of a cold weather clothing system that employs the use of multiple layers to protect the wearer. Due to the variation in climate and temperature that the wearer will be subjected to. The government is requesting tops that will be used in cold to extreme weather that weighs no more than .75 kg to 1.25kg. The shirts must be equipped with gusset underarms to allow for maximum movement. Furthermore the shirts are required to have a crew style collar so as to prevent chaffing by equipment on the wearers neck. Since this shirt will be part of a layering system the shirt is required to fit close to the body (anatomical shaping for fit). The government requires a shirt that is a raglan style long sleeve design, the shirt must utilize a raglan style sleeve to allow for maximum movement of the wearers arms in all directions without binding, as the wearer of this garment will be wearing multiple layers comfort and ease of movement are performance design characteristics being requested. The government requires a top that reduces the bulk created by a standard overstitch design, as such the government is requiring a top that utilizes a flat lock stitch design. The government requires that the top be composed of moisture resistant fabric that is breathable, lightweight, durable, odor resistant, quick-drying and stretchable. The material must further be a non-petroleum based material so as to not be highly flammable and to not adhere to the wearer’s skin in the event of a fire. The government requires tops that are odor-resistant, and will not cause discomfort to the wearer in terms of a fabric that would be likely to cause skin irritation, this characteristic is being required due to the nature of the tops being a base layer of a cold weather clothing system. The government requires that the tops offer an ultraviolet protection rating of 40 or higher and be constructed of merino wool. If applicable, any company logos or markings shall match the color of the top or be tonal. (CLIN 0004): The government requires base layer clothing that will be part of a cold weather clothing system that employs the use of multiple layers to protect the wearer. Due to the variation in climate and temperature that the wearer will be subjected to. The government is requesting leggings that will be used in warm to cold weather that weighs no more than .4 kg to .6kg. The leggings are required to be equipped with a gusset design and a trim-fitting design so as to fit with minimal encumbrance under a cold weather layering system. The leggings are further required to have a soft elastic waist band so as to minimize chaffing against the wearers body. The government is requiring that the leggings not have a center back seam since the leggings will be the base layer of a cold weather clothing system and the seam would cause the wearer discomfort under the multiple layers of clothing that will be worn on top of the base layer. The government requires that the legging be composed of moisture resistant fabric that is breathable, lightweight, durable, odor resistant, quick-drying and stretchable. The material must further be a non-petroleum based material so as to not be highly flammable and to not adhere to the wearer’s skin in the event of a fire. The government requires leggings that are odor-resistant, and will not cause discomfort to the wearer in terms of a fabric that would be likely to cause skin irritation, this characteristic is being required due to the nature of the leggings being a base layer of a cold weather clothing system. The government requires that the leggings offer an ultraviolet protection rating of 40 or higher and be constructed of merino wool. (CLIN 0005): The government requires base layer clothing that will be part of a cold weather clothing system that employs the use of multiple layers to protect the wearer. Due to the variation in climate and temperature that the wearer will be subjected to. The government is requesting leggings that will be used in cold weather that weighs no more than .4 kg to .6kg. The leggings are required to be equipped with a gusset design and a trim-fitting design so as to fit with minimal encumbrance under a cold weather layering system. The leggings are further required to have a soft elastic waist band so as to minimize chaffing against the wearers body. The government is requiring that the leggings not have a center back seam since the leggings will be the base layer of a cold weather clothing system and the seam would cause the wearer discomfort under the multiple layers of clothing that will be worn on top of the base layer. The government requires that the legging be composed of moisture resistant fabric that is breathable, lightweight, durable, odor resistant, quick-drying and stretchable. The material must further be a non-petroleum based material so as to not be highly flammable and to not adhere to the wearer’s skin in the event of a fire. The government requires leggings that are odor-resistant, and will not cause discomfort to the wearer in terms of a fabric that would be likely to cause skin irritation, this characteristic is being required due to the nature of the leggings being a base layer of a cold weather clothing system. The government requires that the leggings offer an ultraviolet protection rating of 40 or higher and be constructed of merino wool. (CLIN 0006): The government requires base layer clothing that will be part of a cold weather clothing system that employs the use of multiple layers to protect the wearer. Due to the variation in climate and temperature that the wearer will be subjected to. The government is requesting leggings that will be used in cold to extreme weather that weighs no more than .4 kg to .6kg. The leggings are required to be equipped with a gusset design and a trim-fitting design so as to fit with minimal encumbrance under a cold weather layering system. The leggings are further required to have a soft elastic waist band so as to minimize chaffing against the wearers body. The government is requiring that the leggings not have a center back seam since the leggings will be the base layer of a cold weather clothing system and the seam would cause the wearer discomfort under the multiple layers of clothing that will be worn on top of the base layer. The government requires that the legging be composed of moisture resistant fabric that is breathable, lightweight, durable, odor resistant, quick-drying and stretchable. The material must further be a non-petroleum based material so as to not be highly flammable and to not adhere to the wearer’s skin in the event of a fire. The government requires leggings that are odor-resistant, and will not cause discomfort to the wearer in terms of a fabric that would be likely to cause skin irritation, this characteristic is being required due to the nature of the leggings being a base layer of a cold weather clothing system. The government requires that the leggings offer an ultraviolet protection rating of 40 or higher and be constructed of merino wool. Deliver to: NSWDG 1636 Regulus Ave. Virginia Beach, VA 23461 FOB Point is Destination. Inspection is at Destination Acceptance is at Destination The following provisions and clauses are incorporated into the RFQ: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jan-12 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government – Alt I (Oct-1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97 FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep-07 FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct-10 FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper May-11 FAR 52.204-7 Central Contractor Registration Feb-12 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10 FAR 52.211-6 Brand Name or Equal Aug-99 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.212-1 Instructions to Offerors — Commercial Items Feb-12 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Feb-12 FAR 52.219-6 Notice Of Total Small Business Set-Aside Nov-11 FAR 52.219-8 Utilization of Small Business Concerns Jan-11 FAR 52.219-14 Limitations on Subcontracting Nov-11 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep-10 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Sep-10 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran–Certification Sep-10 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-15 Progress Payments Not Included Apr-84 FAR 52.232-17 Interest Nov-10 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer–Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.243-1 Changes — Fixed-Price Aug-87 FAR 52.247-34 F.o.b. – Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Item Identification and Valuation Aug-08 DFARS 252.225-7000 Buy American Act–Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun-10 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98 DFARS 252.247-7023 Transportation of Supplies by Sea May-02 SOFARS 5652.204-9004 Foreign Persons (2006) Section K CLAUSES INCORPORATED BY FULL TEXT: Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet athttp://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.204-8 Annual Representations and Certifications Mar-12 FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS – Alt I Apr-11 FAR 52.212-5 (Dev) (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Deviation) Mar-12 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-3 Alterations in Solicitation Apr-84 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jun-05 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet the government’s specifications, past performance, delivery, and price. Technical – The offeror shall provide specifications for the items being proposed that demonstrate the items ability to meet or exceed the government’s specifications as identified in Section C of this solicitation. Offeror shall provide MOA’s (Memorandum of Agreements), or DA’s (Distributor‘s Agreements), to demonstrate that they are currently a manufacturer authorized channel partner as of the date of the submission of their offer. The vendor shall source all products from the manufacturer or through manufacturer authorized channels only, in accordance with all applicable laws and policies at the time of purchase. Vendors must be an authorized manufacturer reseller. Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar contracts performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. Delivery – Offeror’s shall provide delivery time frames for all of the items identified in Section B. The delivery time frame shall be identified as number of days after receipt of order (ARO). Price – Offerors shall provide pricing in accordance with Section B of the solicitation. Price quotes are required to complete and valid for 90 days. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.233-2 — Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 1636 Regulus Ave., Virginia Beach, VA 23461. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-1 — Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (Revised November 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Kenneth Brumfiel – Contract Specialist Kenneth.brumfiel@vb.socom.mil PH – 757-893-2716 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. All questions concerning this procurement, either technical or contractual must be submitted to kenneth.brumfiel@vb.socom.mil by August 1, 2012 at 10AM EST. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at phone number: (757-893-2716) or email at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil , fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 9:00AM Eastern Standard Time (EST) on August 23, 2012. Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0225/listing.html OutreachSystems Article Number: 120722/PROCURE/0120 Matching Key Words: film?; produc*; you; website; business*; event?; distribut*; instruct*; commercial?;  Department of the Interior, U. S. Geological Survey, USGS – All Offices, USGS OAG SACRAMENTO ACQUISITION BR.MODOC HALL, CSUS3020 STATE UNIVERSITY DRIVE EASTSACRAMENTOCA95819-6027US R–Pacific Seabird Vulnerability Index G12PS00526 081012 Theodore W. Peck tpeck@usgs.gov Vulnerability Index for Pacific seabirds related to potential renewable energy developments at sea. A necessary component to this index is a comprehensive analysis of seabird flight behavior including flight height and proportion of time or observations of seabirds recorded on the water or in flight. The successful offeror must possess adequate data developed from on-sea surveys conducted along the West Coast of the United States, spanning the Pacific Ocean from pole to pole. Interested concerns having the ability to furnish these services may submit a capabilities statement to the Contract Specialist no later than the closing date of this announcement at 1400 Pacific Savings Time. All submissions will be evaluated to determine if competitive opportunities exist. As required by FAR 5.101(a)(1), the forthcoming solicitation (G12PS00526) will be made available through the GPE on or about 25 July 2012, whether or not competitive opportunities have been identified. All responses must be in writing by hard copy to the Contract Specialist by e-mail to tpeck@usgs.gov. URL: https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00526/listing.html OutreachSystems Article Number: 120721/PROCURE/0112 Matching Key Words: writ*; copy; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000 U–Aircraft Fire and Rescue Training W9124D-12-T-SSS4 072712 Raymond S. Gaddie, 502-624-8430 MICC Center – Fort Knox The Mission and Installation Contracting Command-Fort Knox intends to issue a combined synopsis/solicitation to provide Aircraft Fire and Rescure Hands-on Training to the Fort Knox Fire Department from 19-22 September 2012 in Fort Knox, KY. The contractor shall furnish all necessary simulation training equipment, training materials, propane, management, supervision, and labor. This solicitation is Unrestricted. The NAICS code is 611519. All responsible sources may submit a quote. The RFQ will be posted to the FedBizOpps.com website at http://www.fbo.gov on or about 20 July 2012 with quotes due by no later than 1:00 pm (Fort Knox time) on 27 July 2012. These dates are subject to change. All amendments to the combined synopsis/solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the Central Contractor Registration (CCR) to be eligible for award of a contract. Faxed offers and amendments will not be accepted. All questions must be submitted in writing to the Contract Specialist and may be faxed to MICC MCO Ft. Knox, Attn: Raymond S. Gaddie at (502) 624-7165 or (502) 624-5869, or emailed toRaymond.s.gaddie.civ@mail.mil. Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/e0dd469a38ba48e6fe1ec76ceefba208 OutreachSystems Article Number: 120721/PROCURE/0139 Matching Key Words: state!ky; Overseas Private Investment Corporation, Contracts and Administrative Services, Contracts and Administrative Services, 1100 New York Ave, NW Washington DC 20527 R — IDIQ/Task Order Contract for OCIO and Administrative Support Services OPIC-12-R-0016 082712 Booker T. Weaver, Sr. Contracting Officer, Phone 202-336-8560, Email Booker.weaver@opic.gov – Robert A Campbell, Contracts Manager, Phone 202-336-8553, Fax 202-408-5142, Email rcamp@opic.gov The contractor shall supply the qualified personnel and other services necessary to perform the specific and generic tasks needed to provide management consulting; administration, facilities, and business operations; financial services, systems and software analysis and development; document analysis, management of classified information, development of systems design documents; computer programming; computer center operations; configuration management; software maintenance, testing, and troubleshooting; computer security; technical writing; training; and word processing. Task Orders will be issued for services outlined in the statement of work.   Each Task Order will provide details of required services, deliverables, performance measures, and time and place of performance.   Place of Performance: 1100 New York Avenue, NW Washington, DC 20527 US URL: https://www.fbo.gov/spg/OPIC/CAS/CAS/OPIC-12-R-0016/listing.html OutreachSystems Article Number: 120720/PROCURE/0095 Matching Key Words: writ*; technical; 


Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE LA-325 Washington DC 20540-9411 76 — Analog-to-Digital Audio Books LCNLS12R0082 081712 Jonah Lerman, Contract Specialist, Phone 2027070468, Fax 2027078611, Email jler@loc.gov – Vidya Vish, Contracting Officer, Phone 2027079394, Fax 2027078611, Email vvis@loc.gov DESCRIPTION/SPECIFICATION/WORK STATEMENT C.1 PREFACE TO DESCRIPTION, SPECIFICATIONS, AND WORK STATEMENT C.1.1 The National Library Service for the Blind and Physically Handicapped As mandated by Public Law 89-522 dated July 30, 1966, The National Library Service for the Blind and Physically Handicapped (NLS), Library of Congress (LOC), provides reading materials in recorded and braille formats to U.S. residents and U.S. citizens living abroad who are unable to use conventional print materials because of visual and physical limitations. Each year, more than 24 million books and magazines are circulated to these groups. Reading materials (books and magazines) are produced by contractors for NLS, and are distributed to a readership in excess of 700,000 through a network of over 122 regional and sub-regional libraries serving blind and physically handicapped individuals. States, municipalities, or other agencies operate these organizations. In addition, books are distributed to schools, multi-state centers, and veterans’ hospitals throughout the nation and U.S. territories. All services and products are funded by the U.S. Congress through NLS and are provided to patrons free of charge including mail to and from patrons, through the U.S. Postal Service. NLS has about 130,000 titles in its collection and adds approximately 2,700 titles (including music titles) annually. Books are circulated to patrons primarily through the mail from their network libraries located in their jurisdictions. Additionally, several magazines are distributed on a weekly, monthly, bi-monthly or quarterly schedule. Also, catalogs, bibliographies, and newsletters are distributed on an annual, quarterly or bi-monthly schedule. Contractors who produce books, equipment, or other products shall be cognizant of the consumer-responsive nature of the program and that the specifications for these products have been developed to meet the needs of program users. Materials are produced with the readers’ needs foremost in mind and improved through constant monitoring and consumer input. Contractors are expected to familiarize themselves with the equipment handling practices of blind and physically handicapped clientele and ensure that the supplies and equipment produced shall stand up under such use. A high degree of quality workmanship and product reliability is mandated by the product specification. C.1.2 Transition to Digital Audio NLS is presently converting from a cassette-based analog system to a digital system for audio book and magazine recording, distribution, and playback. Essential elements of the digital system are the Digital Talking Book (DTB) and the digital player. The DTB consists of a set of computer files that includes both compressed digital audio files and also administrative files that assist the player in presenting the DTB to the user effectively in response to user commands. The file set definition is embodied in the American National Standard ANSI/NISO Z39.86-2002, Specifications for the Digital Talking Book. Links to the standard and background information on its use can be found at http://www.loc.gov/nls/z3986. NLS has a collection of approximately 40,000 book titles on analog open-reel master tapes from which the audiocassette collection was created. A significant portion of this collection will be converted to digital format and restructured as DTBs. These titles will be converted to DTBs compliant with NLS Specifications #1202, #1203, #1205, and #1206 and ANSI/NISO Z39.86-2002 by reference. NLS specifications are available online at http://www.loc.gov/nls/specs. C.1.3 Nonprofit Institution Preference Policy NLS/BPH follows the mandate of Public Law 89-522 for the purchase of books, either in raised characters or in sound reproduction recordings, by giving preference to nonprofit institutions whose activities are primarily concerned with the blind and other physically handicapped persons where bids submitted by such institutions are determined to be fair and reasonable. To fulfill the intent of this mandate and in order to receive this preference, a contractor must perform a substantial portion of the work that is represented by the cost of producing the described items, or by making a significant contribution to the manufacture or production of the end item. In this solicitation, this is defined as follows: • A substantial portion of the work means a minimum of fifty percent (fifty percent or more) of the A-D conversion and preparation of WAV files and DTB creation to be determined by one or more of the following: cost (not including cost of materials), labor hours, or titles. • A significant contribution means either all A-D conversion or all DTB creation. C.2 SCOPE OF WORK The Library of Congress National Library Service requires contract service to convert analog recordings of audio books to digital audio files and supply the resulting files as Digital Talking Books (DTBs) to NLS in accordance with National Library Service for the Blind and Physically Handicapped (NLS) specifications as amended by this solicitation. In most cases NLS will supply audio books to the contractor on 2-track, 3-3/4 ips, 7″ open reels of analog tape, or on 4-track, 3-3/4 ips, 7″ open reels (and occasionally in other formats). NLS will also supply a digital file (OPF) containing some of the bibliographic information (metadata) for the book required to create the DTB, and, if available, a print copy of the book with timing notation written in the margins. The contractor shall convert each analog track into a separate digital audio WAV file, compliant with relevant sections of NLS Specification #1202. No CD submissions shall be required under this contract. From the digital audio file set for each title, the contractor shall also create a DTB of the book that is compliant with NLS Specifications #1203, #1205, and #1206 and ANSI/NISO standard Z39.86-2002. C.3 OPERATIONAL PROCEDURES This contract requires submission of three deliverables per title: 1) a set of WAV files converted from analog recordings; 2) a complete unprotected DTB; and 3) a complete protected DTB. These three parts are described separately below, but all shall be uploaded to NLS as a single product. C.3.1 Analog to Digital Conversion – the WAV files C.3.1.1 Analog Tapes Supplied by NLS Source tapes to be processed shall be: a) 1/4-inch half-track, 3-3/4 ips recordings on 7-inch reels; b) 1/4-inch quarter-track, 3-3/4 ips recordings on 7-inch reels; and c) analog cassettes in various formats (two-track, four-track, 15/16 ips, 1 7/8 ips, etc.). The tracks are typically recorded in opposite directions. Digital WAV files shall NOT be submitted with reverse recording. C.3.1.2 Analog Tape Storage and Handling Contractor shall store analog tapes in an environmentally controlled area, protected from direct sunlight and maintained 24 hours a day, seven days per week within the temperature and humidity limits suitable for an office environment. Contractor shall handle analog tapes carefully and shall play them no more than once, if possible. C.3.1.3 Quality of Original Tapes 1. Before transfer of the analog tapes to WAV files, contractor shall inspect a minimum of ten percent (10%) of the recording for completeness and acceptability. Tapes found to be incomplete or unacceptable shall not be transferred. The contractor shall report problems observed using the appropriate website (www.loc.gov/nls/pics). 2. During transfer of the analog tape, if the contractor observes evidence of deterioration or incompleteness of tapes, the contractor shall report problems observed using the appropriate website (www.loc.gov/nls/pics). 3. Contact NLS Quality Assurance Section (QAS), monthly, for instructions regarding tapes found to be unacceptable for conversion. C.3.1.4 Conversion Process 1. The contractor shall utilize an analog-to-digital conversion system that has been approved in advance in writingby the NLS Quality Assurance Section (see Section L.3.2.2). 2. The maximum conversion speed for analog tape decks during the conversion process shall be two times the playback speed (e.g., a 3 &frac34; ips master would be converted at a speed no faster than 7 &frac12; ips). Real time transfer may be required to produce a satisfactory product. 3. The contractor shall create a single WAV file for each analog track. The audio track shall be compliant with NLS specification #1202, except as noted in “Exceptions to NLS Specification #1202” below. 4. Minimal signal processing shall be allowed in order to conform to NLS specifications. 5. Tracks that are played backwards during the conversion process (i.e., sides 2, 4, etc.) shall be reversed before being uploaded to NLS. 6. Contractor shall conduct a minimum of 10% audit of each converted WAV file to ensure completeness and that converted sound tracks are free of significant defects originating in the open-reel recording (drop-outs and print-through, for example, are of concern here, not narration quality). In addition, no defects (e.g. clicks, pops, distortion, drop-outs, loss of high frequencies, etc.) may be introduced in the conversion process. C.3.1.5 Exceptions to NLS Specification #1202 The uploaded WAV files shall conform to NLS specification #1202 with the following exceptions: 1. Section 3.2 does not apply, as the WAV files will be converted from an analog source. 2. Section 3.3.2.6 does not apply; the noise floor of the review copy shall not be worse than that of the analog tape. 3. All references to the CD-R do not apply. 4. For titles converted from analog format to DTB, the DTB-specific announcement files hall be created using sections of the original audio WAV files combined with an A-D opening notice file supplied by NLS. Some titles may be in a foreign language, and whenever possible the notice file should be in the same language. In unusual cases contractor shall contact NLS prior to DTB creation. 5. For both adult and children’s books, the content of the DTB-specific announcement files shall be slightly different than those listed in Specification 1202 section 3.4.2. See section C.3.8 of this contract for a comparison of cassette versus DTB announcements for converted books. 6. In addition, many of the cassette-specific announcements included in the WAV files of the cassette version of the book shall be excluded by the SMIL file in the DTB. See section C.3.8 of this contract for a comparison of cassette versus DTB announcements for converted books. C.3.2 Creation of DTB (Refer to ANSI/NISO Z39.86-2002 for definitions of terms) The DTB version of each title will consist of compressed audio, NCX, SMIL, and OPF files. DTB’s created under this contract shall contain no textual content file and shall contain at least a basic NCX as described in section 13 of ANSI/NISO Z39.86-2002. (Type “2” audio NCX). Refer to specifications #1202, #1203, #1205, and #1206 for details. In order to provide acceptable navigation (see C.3.2.4), NLS will attempt to provide a print copy of each title, with written timing markers included. However, if no such book is available, contractor is still responsible for appropriate navigation, and may wish to obtain, at no cost to NLS, a copy of the print book to aid in creation of the DTB. C.3.2.1 Exceptions to NLS Specification #1203 The DTB shall conform to NLS specification #1203 with the following exceptions: 1. The text element is optional for NavLabels, but the audio element is required. If the text element is included, it must be accurate to the print edition of the book and must match the audio, as defined in section 3.2.4.3.1 of specification #1203. 2. The OPF Metadata provided by NLS for A-D conversion books may include some fields noted as missing in Specification #1203 section 3.2.5.2 and may not include other fields noted as present. (See “Initial Package File (OPF) Provided on Web” below) C.3.2.2 Books Requiring Non-Hierarchical (Secondary) Navigation Some titles may require special secondary navigation features. For example, a cookbook may have each page marked with a tone in the cassette version, but the DTB version would be more useful to the reader with each page number marked as a “pagenum”. With such a notation, the reading of the page numbers could become “skippable” (see ANSI/NISO Z39.86-2002 section 7.4 for details). Such added features, sometimes referred to as “non-hierarchical” or “secondary” navigation, are not required for this contract. If the contractor detects that a title may require such non-hierarchical navigation, the contractor shall notify the contract monitor before proceeding with production. NLS may request that the title be returned to NLS and replaced with another title. C.3.2.3 SMIL File The SMIL file(s) shall be created in accordance with NLS Specification #1203. C.3.2.4 Navigation Control File (NCX) The NCX shall be created in accordance with NLS specification #1203 and the following guidelines: In all books, navPoints shall be created for: 1) the beginning of the DTB (using the book’s title and author as the value for the navLabel and with <content> pointing to the beginning of the title), 2) the Library of Congress annotation (sometimes called “annotation”), if present 3) the beginning of the table of contents, if present, 4) the beginning of the main content of the book (generally the start of the first part or chapter — if in doubt on any title, confer with NLS), 5) major portions of the book (parts, chapters, sections, etc.) 6) the end of the book, marking the ending announcement (using “End of (title) by (author)” as the value for the navLabel and with <content> pointing to the beginning of the announcement). If the body of a book was “tone-indexed” (that is, the book includes an announcement such as “This recording is tone-indexed…”), a navPoint shall be created for each tone-indexed item. The location of the start and ending points for the navLabel audio for each navPoint must be adjusted to conform to Specification #1203. Items 3, 4, and 5 above are frequently (but not always) identified by tones. C.3.2.5 Books Requiring Many Navigation Points Some titles may require an unusually large number of navigation points. If the contractor detects that a title may require an unusually large number of navigation points, the contractor shall notify the contract monitor before proceeding with production. NLS may request that the title be returned to NLS and replaced with another title. C.3.2.6 Package File or the Open Electronic Book Package Format File (OPF) The package file shall be prepared in accordance with Specification #1203 and the ANSI/NISO Z39.86-2002 standard. 1. Initial Package File (OPF) Provided on Web NLS shall provide an initial OPF (iopf) file on the NLS Producer Data Exchange web site http://www.loc.gov/pics. The information provided on this screen represents the data that NLS has available for this title, and is sometimes in a format that is no longer acceptable. This information is provided by NLS as a service only. THE CONTRACTOR RETAINS RESPONSIBILTY TO ASSURE THAT ALL ITEMS REQUIRED IN THE OPF ARE ACCURATE AND CORRECTLY FORMATTED. C.3.2.7 Compressed AMR-WB+ Audio Files The compressed AMR-WB+ files shall be prepared according to NLS Specification #1203. C.3.3 DTB Production Tools Contractor is responsible for production of DTBs acceptable to NLS, and may develop their own production tools or use outside sources. NLS will provide some proprietary software/hardware to aid in preparation and validation of DTBs. C.3.4 Submission of DTB to NLS via upload The files for each title shall be uploaded to NLS according to NLS Specification #1206. The files to be submitted are: • master WAV files • unprotected DTB • protected DTB C.3.5 Production Report Contractor shall report contract activity at http://www.loc.gov/pics for each title within two business days of the activity. Access to the Producer Data Exchange screen will be provided prior to assignment of work. C.3.6 Disposition of Analog Tapes Contractor shall retain all analog tapes until all titles have been approved by the NLS Quality Assurance Section. Contractor shall store open-reel tapes in an environmentally controlled area, protected from direct sunlight and maintained 24 hours a day within the temperature and humidity limits suitable for an office environment. Contractor shall then contact NLS in writing and will be provided written instructions regarding the disposition of the tapes. C.3.7 Disposition of Digital Audio Files Digital audio files, masters and all associated files making up the DTB, are the property of the Library of Congress and shall be retained by the contractor for an indefinite period of time. All costs to store master recordings and handling and shipment done at NLS request shall be included in the costs of this contract. The contractor shall not delete any NLS files. Any NLS instructions regarding these files must be in writing. Verbal communication is not acceptable. C.3.8 NLS DTB Book Announcements for Conversions Separate “Opening Announcements” shall be created for audio books that were originally released in other formats and are being converted to Digital Talking Books (DTBs). The audio files created for each cassette track include the announcements for the cassette version in accordance with NLS Specification #300. The table below is given as guidance. Some books may not comply because they were created from earlier versions of the specification. An example of the current Spec #300 is shown on the left hand column below. The DTB version of the book shall include a set of opening announcements as shown in the right-hand column (conversions from analog). The DTB opening announcements shall be provided as separate audio files, in both WAV (uncompressed) and encoded (compressed) formats. Other cassette-specific announcements (i.e. end-of side, placement of tones, etc.) shall be excluded from the DTB version of the book by use of the SMIL file as shown below. Note: Sections in gray are not to be included in that format Specification 300 – Recorded Cassette Books Announcements Digital Talking Books (DTBs) Conversion Book Announcements 3.2.1 Beginning Announcements — Side One Content of DTB Announcement File (Except Children’s Books) The following announcements shall be recorded at the beginning of side one: The contractor shall include the following opening announcements if present in the original cassette version for use with the DTB, for all titles except children’s books: {3.6} Titles reissued from existing tapes shall be edited to conform to the announcement and timing standards specified in this document. Before the beginning announcement on side one of reissued titles, the following statement shall be read: “This is a reissue of (book number to be supplied by NLS.)” Excluded (see Specification 1203 section 3.2.3.10) 3.2.1.a. “This is a new recording of (book number)”. This announcement shall be used, along with the book number provided, only when the statement “rerecord of ” appears on the Production Authorization Record. b. “This book contains up to four (4) sides per cassette.” (When the master recording is made to produce a disc, do not use this statement when creating the stamper but retain it on the master tape.) c. “Side one” d. “(Book number)” (Use RC for all FD/RC books. Change designation only on masters used for disc duplication). The number portion of the book number (edit out “RC” and include only the number.) d. Title Title e. Author Author f. “Copyright (date and holder(s)).” “Copyright (date and holder(s)).” g. “Read by__________________________.” If the annotation contains a sequel note and the assigned narrator differs from the narrator of the previous book in the series, add the following statement: “(previous narrator’s name) was unavailable to continue reading of this series.” “Read by __________________________.” including any notes regarding a change in narrator for a series. Not Present in Cassette Version Cassette-to-DTB announcement (provided by NLS) “This book was originally created for audio cassette playback. Any announcements concerning cassettes do not apply to this recording. This version contains markers allowing direct access to major portions of the book.” Note: this announcement should be recorded in the language of the book. h. “This book contains______pages on_______sides.” i. The following announcements are to be used only for cassette and intermaster production: Excluded (see Specification 1203 section 3.2.3.10) 1. Book with table of contents: “If you would like to skip over any remaining announcements or introductory material, place your cassette player in fast-forward until a beep is heard. Stop at that point to hear the table of contents, or at the second beep to locate the beginning of the book.” (When the master recording is used to produce a disc, do not use this statement when creating the stamper, but retain it on the master tape.) 2. Book without table of contents: “If you would like to skip over any remaining announcements or introductory material, place your cassette player in fast-forward until a beep is heard. Stop at that point to hear the beginning of the book.” (When the master recording is used to produce a disc, do not use this statement when creating the stamper, but retain it on the master tape.) j. The following statements should be included only by specific instruction. 1. Tone Index: “This recording is tone indexed. The beginning of each (name of item) will be indicated by a beep audible when your cassette player is in fast-forward or rewind.” If the book is being recorded for use on disc, add the following phrase: “…or when your record player is set at the 33 rpm speed.” When the master recording is used to produce a disk; use the above statement when creating the stamper. Do not retain it on the master tape. The index tone shall be 50 Hz at -12 VU, five seconds minimum, eight seconds maximum. The tone shall be recorded under the voice within the last ten seconds of the material preceding each indexed section. 2. Voice Index: cassette recordings only “This recording is voice indexed. Each (name of term) will be indicated with a spoken index term, followed by a beep, audible only when your cassette player is in fast-forward. To hear an indexed item, press the stop key after you hear the index term, but before you hear the beep.” In fast forward time, the index term shall not end more than three (3) seconds nor less than one (1) second prior to the item being indexed. The index tone shall be 50 Hz at -12 VU, five seconds minimum, eight seconds maximum. The tone shall be recorded under the voice and begin exactly in time with the indexed item. End of different “opening announcements.” All remaining opening announcements shall be the same on cassette and DTB. k. “Library of Congress annotation: …” (To be supplied by NLS.) “Library of Congress annotation: …” (To be supplied by NLS.) l. “From the book jacket: …” (Publisher’s information about the book, excluding reviews. Information may be given in several locations. Narrator shall read the one most informative selection.) “From the book jacket: …” (Publisher’s information about the book, excluding reviews. Include all audio files of this section included on the original cassette version.) m. “About the author…” “About the author…” n. “Other books by (author)…” “Other books by (author)…” o. Dedication, introduction, preface, forward, acknowledgements, table of contents, etc., in the order in which they appear in print book. In table of contents, convert page reference to side numbers. Dedication, introduction, preface, foreword, acknowledgments, table of contents, and other introductory items in the order in which they are presented in the audio of the original cassette version. 3.2.2 Beginning Announcements for Subsequent Sides The following announcements shall be recorded at the beginning of all sides except side one: Excluded (see Specification 1203 section 3.2.3.10) a. “Side (Number) ” b. Title c. “By (Author).” d. “Continuing on page .” (For books which are collections of short works, the narrator should substitute the following: “Continuing with (Title of selection being read) on page .” The author of the selection being read is not included here). 3.2.3 Ending Announcements 3.2.3.1 Odd Sides The following announcements shall be recorded at the end of each odd-numbered side; except for the last side: a. “End of side (1, 3, 5, 7, etc).” b. “To continue, turn the cassette over.” ( When the master recording is made to produce a disc, do not use this statement when creating the stamper but retain it on the master tape). 3.2.3.2 Even Sides The following announcements shall be recorded at the end of each even-numbered side in the order specified below, except the last side. a. All even sides, except last side – “End of side (2, 4, 6, 8, etc.).” b. Sides 2, 6, 10, 14, etc. – “To continue, change side selector switch and turn the cassette over.” (When the master recording is made to produce a disc, do not use this statement when creating the stamper but retain it on the master tape). c. Sides 4, 8, 12, 16, 20, etc. – “Change side selector switch. This book is continued on the next cassette.” (When the master recording is made to produce a disc, do not use this statement when creating the stamper but retain it on the master tape). 3.2.3.3 Last Side The following announcements shall be recorded on the last side at the end of the text, in the order stated: a. “End of (Title) by (Author and spelling of author’s name).” e.g. “End of Troubling a Star by Madeleine L’Engle, M-A-D-E-L-E-I-N-E , L-‘-E-N-G-L-E ” “End of (Title) by (Author and spelling of author’s name).” e.g. “End of Troubling a Star by Madeleine L’Engle, M-A-D-E-L-E-I-N-E , L-‘-E-N-G-L-E ” b. “Read by in the studios of for the Library of Congress, (Month and Year) .” “Read by in the studios of for the Library of Congress, (Month and Year) .” c. “Published by: (publisher’s name and address if it appears in the print edition.) Further reproduction or distribution in other than a specialized format is prohibited.” “Published by: (publisher’s name and address if it appears in the print edition.) Further reproduction or distribution in other than a specialized format is prohibited.” d. “If you found any cassette in this book to be defective, please place a rubber band or piece of string around that cassette for identification. Place it in the container on top of the front stack of cassettes.” Excluded (see Specification 1203 section 3.2.3.10) 3.7 Children’s Books Children’s Books The following specifications apply only to books flagged with the notice …”Children’s Book Format.” Announcements as per Section 3.7 of specification #300. The contractor shall include in the converted DTB the following opening announcements, if present in the original cassette version, for all children’s book titles: 3.7.1 Announcements Content of DTB Announcement File (Children’s Books) All announcements will be as described in Section 3.2 with the exception of the beginning announcements for side one and the ending announcements for the last side. Excluded (see Specification 1203 section 3.2.3.10) 3.7.1.1 Beginning Announcements The following announcements shall be recorded at the beginning of side one: For children’s books the contractor shall include the following opening announcements in the DTB if they are present in the orginal cassette version: a. “Side one.” Excluded (see Specification 1203 section 3.2.3.10) b. Title Title c. Author Author d. “Copyright (date and holder(s)).” “Copyright (date and holder(s)).” e. “This book contains pages on sides.” If pages are unnumbered, omit any reference to pages and say “This book is on ___ side(s). Excluded (see Specification 1203 section 3.2.3.10) f. Table of contents as it appears in text. Convert page references to side numbers. Table of contents as it was presented in the original cassette version g. Dedication, foreword, etc. Dedication, foreword, etc. 3.7.1.2 Ending Announcements Ending Announcements The following announcements shall be recorded on the last side at the end of the text, in the order stated: a. “End of (Title) by (Author and spelling of author’s name).” e.g. “End of Troubling a Star by Madeleine L’Engle, M-A-D-E-L-E-I-N-E , L-‘ -E-N-G-L-E ” “End of (Title) by (Author and spelling of author’s name).” e.g. “End of Troubling a Star by Madeleine L’Engle, M-A-D-E-L-E-I-N-E , L-‘-E-N-G-L-E ” b. “About the Author…” “About the Author…” c. “Other books by (author)…” if given. “Other books by (author)…” if given. d. “Read by in the studios of for the Library of Congress, (Month) , (Year) .” “Read by in the studios of for the Library of Congress, (Month) , (Year) .” e. “Published by: (publisher’s name and address if it appears in the print edition). Further reproduction or distribution in other than a specialized format is prohibited.” “Published by: (publisher’s name and address if it appears in the print edition). Further reproduction or distribution in other than a specialized format is prohibited.” f. “If you found any cassette in this book to be defective, please place a rubber band or piece of string around that cassette for identification. Place it in the container on top of the front stack of cassettes.” Excluded (see Specification 1203 section 3.2.3.10) C.4 WARRANTY The contractor shall be responsible for replacing defective books for a full two (2) year warranty period. The warranty period shall extend to the last day of the twenty-fourth month after NLS QAS approval. Place of Performance: 101 Independance Ave SE WASHINGTON, DC 20540 US URL: https://www.fbo.gov/spg/LOC/CS/CS1/LCNLS12R0082/listing.html OutreachSystems Article Number: 120720/PROCURE/0578 Matching Key Words: writ*; copy; standard; procedure?; 

 
 

National Aeronautics and Space Administration, George C. Marshall Space Flight Center, Procurement Office, NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812 99–22N THRUSTER AND AMMONIUM DINITRIMIDE PROPELLANT BLEND LMP-103S NNM12441217Q 072712 Michael R. Sosebee, Contracting Officer, Phone 256-544-0415, Fax 256-544-8688, Email michael.sosebee@msfc.nasa.gov Michael R. Sosebee **********PLEASE CONTACT SHAUN CANTER, ONLY, IN WRITING AT shaun.w.canter@nasa.gov, or fax, (256)544-5028, FOR QUOTE OR TECHNICALCONCERNS. CONTACT INFORMATION IS ALSO IN THE BODY OF THIS SOLICITATION.************** This notice 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; offers are being requested and a written solicitation shall not be issued. This notice is being issued as a Request for Quotations (RFQ) for (1) 22N Thruster with TZM chamber and (1) 5 liter container of ultra-pure LMP-103S. This procurement is full and open competition. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified within the Online Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) Databases prior to award. Delivery shall be FOB Destination to MSFC, Central Receiving, Bldg 4631, MSFC, AL 35812. Delivery date To Be Determined (TBD). Offers for the items described above are due by July 27, 2012 by 4:00 P.M. CST to Shaun Canter at shaun.w.canter@nasa.gov or faxed to (256)544-5028 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration identification of any special commercial terms, and be signed by an authorized company representative. Vendors should submit offers using companies standard forms. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product offered is other than a domestic end product as defined in the clause entitled “Buy American Act — Supplies,” the offeror shall so state and shall list the country of origin. FAR 52.212-4(FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5(MAY 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the identified clauses are incorporated by reference. See attached terms and conditions The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Shaun Canter at shaun.w.canter@nasa.gov or faxed to (256)544-5028 no later than Monday, July 23, 2012 by 4:00 P.M. CST. Telephone questions shall not be accepted. All technical questions shall be answered as a modification to this solicitation on Wednesday, July 25, 2012 by 12:00 p.m. FAR 52.212-2(JAN 1999) EvaluationCommercial Items is applicable. Selection and award shall be made to the lowest priced, technically acceptable offeror. Technicalacceptability shall be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement. NASA Clause 1852.215.84(NOV 2011), Ombudsman, is applicable. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr-D&pin-62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. URL: https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM12441217Q/listing.html OutreachSystems Article Number: 120720/PROCURE/0612 Matching Key Words: writ*; copy; technical; standard; 

 
 

Department of the Army, Army Contracting Command, MICC, MICC – White Sands Missile Range, MICC – White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201

R–MISSION SUPPORT SERVICES — INDUSTRY DAY INVITATION W9124Q-11-R-0101 020612 Mari Beckler, (575) 678-1158 MICC – White Sands Missile Range MISSION SUPPORT SERVICES INDUSTRY DAY The Mission and Installation Contracting Command -White Sands Office, invites you to attend the Industry Day and Site Visits for the Mission Support Services requirement. Dates: 13-17 February 2012 Start Time: 0730 End Time: Varies by Day Location (Day 1): WSMR Professional Development Center auditorium, Building 465, Dyer Street, White Sands Missile Range, New Mexico, 88002. Parking is available near the intersection of Dyer Street and Rock Island Avenue and also at Dyer Street and Picatinny Avenue. The event will begin at 7:30 AM every day. Attendees should plan on arriving to WSMR at least one and one half (1.5) hours prior to the event so you may process through security, obtain a visitor’s pass and check-in at the event. Check-in at the event will begin at 7:30 AM MST on the first day. AN AGENDA FOR THE WEEK WILL BE PROVIDED AT CHECK-IN. All questions will be held until the final day. All questions and answers discussed at the Industry Day event will be published. RSVP: Contractors electing to attend the Industry Day andsite visits must RSVP to Mari Beckler, Contract Specialist. There is a limit of two (2) representatives per contractor. No foreign nationals are permitted. The contractor must e-mail the attached RSVP form (see attached Microsoft Excel workbook. Fill out Boxes 2 thru 5.) to Mari Beckler at mari.b.beckler.civ@mail.mil by COB 6 February 2012. Due to security procedures, the persons attending the Industry Day must be listed on the RSVP form. Las Cruces, NM is the closest city to WSMR, NM. The closest WSMR access gate is located off of US Highway 70. El Paso International Airport, El Paso, TX is the closest regional airport. Contractors are solely responsible for all expenses associated with their attendance at the Industry Day. Please visit the WSMR websitehttp://www.wsmr.army.mil/Pages/Home.aspx, for more information about WSMR. The “WSMR at a Glance 2011″ and the WSMR Factbook” are also attached for your basis information. Maps of WSMR are available at: http://www.wsmr.army.mil/testcenter/Pages/WhereWeAre.aspx. Occasionally, WSMR will block roads (including US Highway 70) in the area for missile tests. Please call the Road Block phone number, 575-678-1178, for recorded updates on planned roadblocks. The information is usually updated each weekday in the afternoon for the following day. Since the actual firing schedule can slide due to any number of circumstances like weather or equipment problems, travelers should also check the recording right before leaving to ensure nothing has changed. Installation Access: All visitors must bring photo identification. To obtain a vehicle security pass you must have a driver’s license, vehicle registration and proof of insurance. All visitors must enter WSMR through the Las Cruces main gate (located off of US Highway 70). Visitors must stop at the WSMR Reception Center to obtain their visitor’s pass. Safety: As a tri-service Department of Defense Range, White Sands has tested nearly every type of deployable ordnance developed in the United States since 1945. Quite a number of these munitions were deliberately designed to blend in with the terrain, and their presence may not be immediately obvious to the casual observer. Consequently, even though WSMR performs extensive Range Clearance activities, there is no assurance that any area of the Range is truly 100% free of unexploded ordnance. More information concerning unexploded ordnance hazards can be viewed athttp://www.wsmr.army.mil/ux/Pages/default.aspx. The contractors are responsible to view the video found at this link under the title, UXO Hazards Video. You will be asked to sign a form, acknowledging that youhave viewed this video at the check-in event. No person will be allowed to tour the range without first viewing this video. Photography & Video Ban: No photographs or videos are allowed on WSMR except in the WSMR museum missile park area. Place of Performance: MICC – White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM 88002-5201 US URL:https://www.fbo.gov/notices/bf5c91b9456d3976e2523bd9ca12ab29 OutreachSystems Article Number: 120720/PROCURE/0733 Matching Key Words: video*;you; website; site?; page?; event?; 

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

U — Training H92244-12-T-0252 080812 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0252, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18 May’12. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 611699 with a business size standard of $7 million. The DPAS rating for this procurement is DO-S10. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 Training Course of Instruction – see Section C Statement of Objectives (The contractor shall provide a detailed breakdown of the course price). Qty – 1 lump sum Section C Statement of Objectives See attached Statement of Objectives The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52-209-1 Qualifications Requirements Feb 1995 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications CommercialItems Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-7 Indemnification and Medical Liability Insurance Jan 1997 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt 1 Changes – Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability – Services Feb 1997 FAR 52.247-29 F.o.b. Origin Feb 2006 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Alt 1 Item Identification and Valuation – Alternate I Aug 2008 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation, and supportingdocumentation that the instructors meet the requirements of this RFQ. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. The contractor shall provide the government with instructor qualifications. The contractor shall provide a detailed breakdown of the course price including travel costs, equipment costs, etc… (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Feb 2012 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 8 Jul ‘12. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299   Set-Aside: Total Small Business Place of Performance: Contractor’s Facility US URL:https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0252/listing.html OutreachSystems Article Number: 120719/PROCURE/0122 Matching Key Words: film?; produc*; train*; you; website; business*; documentation; event?; instruct*; commercial?; 

 
 

Department of Veterans Affairs, VA Pittsburgh Healthcare System, Department of Veterans Affairs Pittsburgh Healthcare System, Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90C-A);1010 Delafield Road;Pittsburgh PA 15215-1802

69–MEDICAL EQUIPMENT FOR TRAINING VA24412Q1278 072012 Ronald J. Kline Ronald.kline@va.gov Contracting Officer Table of Contents SECTION A 1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 SECTION B – CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 PRICE/COST SCHEDULE 4 B.3 DELIVERY SCHEDULE 5 SECTION C – CONTRACT CLAUSES 7 SECTION D – CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 8 SECTION E – SOLICITATION PROVISIONS 9 E.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 9 E.2 52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (FEB 2012) 9 E.3 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS– COMMERCIAL ITEMS (APR 2012) 13 E.4 ADDENDUM to FAR 52.212-1 Instructions to Offerors — Commercial Items – Sub-Part 13.5 Test Program 27 SECTION B – CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00646 RONALD J. KLINE Department of Veterans Affairs VA Pittsburgh Healthcare System Acquisitions (90C-A) 1010 Delafield Road Pittsburgh PA 15215-1802 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer – Other than Central Contractor Registration, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [UPON INSP AND ACCEPTANCE OF ITEMS] 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address: Austin Payment Center Department of Veterans Affairs PO Box 149971 Austin TX 78714-8971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ The VA Pittsburgh Healthcare System has a requirement for a BRAND NAME SPECIFIC, PHYSIO CONTROL LIFEPAK DEFIBRILLATOR package to include the following items: 1. 1 ea, LP 15 Monitor, CPR, Pace, to 360j, SPO2,12l GL, NIBP,CO2, IP, Trend, BT (99577-001247) 2. 2 pair of Quik Combo Electrodes per unit (11996-000091), Test Load (21330-001365), In-Service DVD (21330-001486) one per order, Service Manual CD (21300-008084) one per order, SHIPKIT RC Cable 41577-000138) 3. 4 ea, LI-ION Battery, 5.7 Amp Hour capacity (21330-001176), rechargeable Lithium Ion, with fuel gauge 4. 1 ea, LP15 AC Power Supply, (11140-000072) 5. 1 EA, Cable, External Power, Extension (11140-000080) 6. 1 ea, AC Power Cord (11140-000015) 7. 1 ea, LIFEPAK 15 Hard Paddles (11130-000061) 8. 1 ea, M-LNCS DCI, Adult Reusable Sensor, Ref 2501 (11171-000046) 9. 1 ea, Kit, Carrying Bag, Main Bag (11577-000002) The applicable NAICS is 423450 with a small business standard of 500 employees. Market research has shown that there are also large businesses that handle this item, therefore, this procurement is being advertised as unrestricted. Offers are due on Friday, 07-20-2012, by 12 p.m. All respondents must be registered in the CCR data base. Web address is https://www.bpn.gov/ccr/default.aspx and may be completed online. Amendments to the solicitation will be posted at the FEDBIZOPPS Website. Offerors are advised that they are responsible for obtaining amendments to the solicitation from the FEDBIZOPPS Website. Award is subject to the Availability of Funds. B.2 PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 99577-001247 1.00 EA ___________________ ____________________ 1 PHYSIO CONTROL LIFEPAK 15 V2 Monitor/Defibrilator, Adaptive Biphasic, Manual & AED, Color LCD, 100mm Printer, Noninvasive Pacing, Metronome, Trending, SpO2, NIBP, 12-Lead ECG, EtCO2, 2 Invasive Pressure Channels, Bluetooth INCLUDED AT NO CHARGE: 2 PAIR QUIK-COMBO ELECTRODES PER UNIT – 11996-000091, TEST LOAD – 21330-001365, IN-SERVICE DVD – 21330-001486 (one per order) , SERVICE MANUAL CD- 21300-008084 (one per order), and ShipKit (RC Cable) 41577-000012. HARD PADDLES, BATTERIES, EIL 013HD, CSN: 6515-438660, NXA-SIM/CENTER-EDUCATION-LIFEPAK 2 4.00 EA ___________________ ____________________ Product Number: 21330-001176LP 15 Lithium-ion Battery 5.7 amp hrs 3 1.00 EA ___________________ ____________________ Product Number: 11140-000072LP 15 AC Power Adapter 4 1.00 EA ___________________ ____________________ Product Number: 11140-000080Extension cable (5ft 3in) 5 1.00 EA ___________________ ____________________ Product Number: 11140-000015AC Power cord 6 1.00 EA ___________________ ____________________ Product Number: 11130-000061Standard hard paddles for use w/LIFEPAK 15 7 1.00 EA ___________________ ____________________ Product Number: 11171-00046M-LNCS DCI, Adult Reusable Sensor, 1/box 8 1.00 EA ___________________ ____________________ Product Number: 11577-000002LIFEPAK 15 Basic carry case w/ right & left pouches 9 1.00 EA ___________________ ____________________ Product Number: 11577-000001INCLUDED AT NO CHARGE: 11577-000001 Shoulder Strap ____________________ GRAND TOTAL — -=-=-=-=-=-=-=-=-=-= B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DATE OF DELIVERY 99577-001247 1.00 SHIP TO : SIM CENTER 2ND FL UD CONS BLDG 2 4.00 SHIP TO : SIM CENTER 2ND FL UD CONS BLDG 3 1.00 SHIP TO : SIM CENTER 2ND FL UD CONS BLDG 4 1.00 SHIP TO : SIM CENTER 2ND FL UD CONS BLDG 5 1.00 SHIP TO : SIM CENTER 2ND FL UD CONS BLDG 6 1.00 SHIP TO : SIM CENTER 2ND FL UD CONS BLDG 7 1.00 SHIP TO : SIM CENTER 2ND FL UD CONS BLDG 8 1.00 SHIP TO : SIM CENTER 2ND FL UD CONS BLDG 9 1.00 SHIP TO : SIM CENTER 2ND FL UD CONS BLDG SECTION C – CONTRACT CLAUSES SECTION D – CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS CONTAINS NO TEXT SECTION E – SOLICITATION PROVISIONS E.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must– (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by– (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision) E.2 52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (FEB 2012) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 100 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show — (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and– (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to– GSA Federal Supply Service Specifications Section Suite 8100 470 East L’Enfant Plaza, SW, Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror’s name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet athttp://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) E.3 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS– COMMERCIAL ITEMS (APR 2012) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision– “Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. “Forced or indentured child labor” means all work or service– (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. “Inverted domestic corporation”, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except– (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. “Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”– (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically– (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). “Service-disabled veteran-owned small business concern”– (1) Means a small business concern– (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. “Subsidiary” means an entity in which more than 50 percent of the entity is owned– (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. “Veteran-owned small business concern” means a small business concern– (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. “Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. “Women-owned small business concern” means a small business concern– (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. “Women-owned small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted electronically on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications–Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that– (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture:_________________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that– (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: __________________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program–Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either– (A) It [ ] is, [ ] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It [ ] has, [ ] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) [ ] Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ___________________.] (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that– (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246– (1) Previous contracts and compliance. The offeror represents that– (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that– (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act–Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component, ” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act–Supplies.” (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act–Free Trade Agreements–Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act–Free Trade Agreements–Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.” (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act–Free Trade Agreements–Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act”: Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________ [List as necessary] (3) Buy American Act–Free Trade Agreements–Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act”: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Buy American Act–Free Trade Agreements–Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act — Free Trade Agreements — Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made, designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements.” (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country, end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals– (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (1) Listed end products. Listed End Product Listed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly– (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [ ] does [ ] does not certify that– (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003- 4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003- 4(d)(1). The offeror [ ] does [ ] does not certify that– (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies– (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _____________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations–(1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that– (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Sanctioned activities relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror– (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if– (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (End of Provision) E.4 ADDENDUM to FAR 52.212-1 Instructions to Offerors — Commercial Items – Sub-Part 13.5 Test Program This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. Place of Performance: Department of Veterans Affairs;VA Pittsburgh Healthcare System;University Drive C;Pittsburgh, PA 15240 United States URL: https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24412Q1278/listing.html OutreachSystems Article Number: 120719/PROCURE/0550 Matching Key Words: documentar*; 

Agency for International Development, Overseas Missions, Armenia USAID-Yerevan, Department of State Washington DC 20521-7020

R — Supervisory Program Officer 111-12-001 080812 Narine Jo J. Sarkisian, Acquisition Specialist, Phone 374 10494364, Fax 374 10464 728, Email nsarkisian@usaid.gov – Armen E. Yeghiazarian, Senior Acquisition Specialist, Phone 374 10494 466, Fax 374 10464 728, Email ayeghiazarian@usaid.gov ; p; Solicitation for US Personal Services Contractor (USPSC) – Offshore Hire, Supervisory Program Officer (SPO), USAID/Armenia SOLICITATION NUMBER :                        111-12-001                    ISSUANCE DATE:                                          July 17, 2012 2.5in” MARKET VALUE:                                         GS-15 ($99,628-$129,517 per annum) none” 2.5in” PLACE OF PERFORMANCE :                   Yerevan, Armenia n” n; mso-pagination: none” MISSION BACKGROUND: USAID/Armenia stands at the forefront of the U.S. foreign policy agenda, and plays a vital and integral part in US foreign policy objectives to maintain regional stability and security in the South Caucasus, to build democracy, to develop a sustainable and broad-based economy, and to improve health and social services in Armenia.   Closed borders with Turkey and Azerbaijan continue to isolate Armenia, taxing its fragile economy, and impeding regional stability and economic integration.   The aftereffects of the global economic downturn and financial crisis continue to negatively affect Armenia, shrinking its economy and increasing poverty significantly, and further exacerbating the need for health and social services.   The US Government (USG) is among the largest donors to Armenia with a current annual budget of US$40M, and USAID is the principal agency for managing USG assistance.   The Mission consists of the Director’s Office, a Program Office, two technical offices (Economic Growth and a recently merged Democracy, Health, and Social Reform), and two support offices (Acquisition and Assistance, and Financial and Administrative Management). The Mission currently has seven (7) U.S. Direct Hire (USDH) employees, of which three (3) are DLIs, one (1) a US/personal services contractor, and approximately thirty (30) Foreign Service National (FSN) employees; the Mision staff oversees the work of approximately thirty (30) implementing partners.     I.            BASIC FUNCTION: The successful candidate will perform the following representative duties and responsibilities:   Based in USAID/Armenia, Yerevan, the Supervisory Program Officer (SPO) serves as Chief of the Program and Project Development Office (PPDO), and facilitates the programming of approximately US$26M in FY12 funding.   The SPO reports directly to the Mission Director and/or his/her designee.   The SPO advises the Mission Director and Technical Office Chiefs and staff on country strategy, program budgeting options, budget allocations, and priority setting.   As SPO, the candidate provides leadership and support for program/project/activity development, monitoring and evaluation of the USAID/Armenia Assistance Objectives (AOs) (More Competitive and Diversified Private Sector, More Democratic Governance through Increased Civic Participation, and Improved Effectiveness of Health and Social Protection Services), and assist t he Director, Office Chiefs, Team Leaders, and others with overall annual program conceptualization and design.   The USAID/Armenia program focuses on five main areas: economic growth; democracy and governance; health; social reform; and, energy and water.   As SPP, the candidate advises senior Mission Management, and provides guidance on program and project issues, while providing overall project development support to the Mission technical offices.   The SPO plays a lead role in conceiving and managing program monitoring, tracking, and evaluation systems designed to assist Mission management in tracking and assessing overall program results.   The SPO liaises with USAID/Washington, the US Embassy in Yerevan, the community of bilateral and multilateral donors, and Mission implementing partners.   This senior-level professional position requires advanced, hands-on state-of-the-art knowledge, well developed interpersonal and managerial skills, sound judgment, and the ability to develop credible relationships within USAID, State Department and the Embassy, with senior-level Armenian government counterparts, and with other donors.   The SPO exercises a high degree of personal initiative, and must set and meet deadlines in a complex organizational structure.   Duties and Responsibilities:   The SPO, in consultation with the senior Mission Management, provides strategic and management direction for the USAID/Armenia country program of roughly US$26M.   More specifically, the SPO provides leadership for strategy development, budget planning and implementation, program reporting, public information, donor coordination, and monitoring and evaluation.   The SPO is responsible for coordinating the review of concept papers, Project Appraisal and Project Authorization Documents, new activity designs, amendments, and all related statements of work, on a continuing basis. The SPO takes a leading role in drafting and/or revising components of the USAID/Armenia Results Framework, and other documents, as necessary.   The SPO works with the Public-Private Alliance builder to ensure successful development and implementation of the Mission Public-Private Alliance building strategy.   Description of Principal Tasks:   The Supervisory Program Officer:   (1) Is responsible for timely submission of the FY 2012 Performance Plan and Report (PPR).   PPR-related tasks include coordinating with the Embassy and managing PPR data collection, reviewing and editing to ensure accuracy and completeness, as providing/obtaining written documentation of operating unit-wide narratives, as required.   (2) Works closely withTechnical Offices to prepare the Country Operational Plan, and manages and conducts the Portfolio Review (PR) process in conjunction with the PPR submission.   And, ensures the PR data collection process is complete and organizes Mission-wide discussions of the current portfolio and its future directions.   (3) Manages public outreach activities, including dissemination of public information, such as press releases, talking points, and scene setters, and management and coordination of official site visits and information reporting to the Embassy and USAID/Washington.   (4) Provides leadership and strategic direction in the Mission design process for new programs/projects/activities, to ensure clear linkages to and support of USAID/Armenia Development Objectives, and that the structure and design of new programs/projects/activities meet ADS standards, and will achieve expected results.   (5) Leads USAID/Armenia in implementation of the new USAID Evaluation Policy, ensuring that the annual Mission evaluation inventory and longer-term evaluation plans meet new policy requirements, that programs/projects/activities designs incorporate evaluation standards, that evaluations are properly scoped, and that an appropriate budget allocation is made for evaluation processes.   (6) Maintains responsibility for providing support to the Annual Budget Review (ABR) and Straw-man 2013 process.   Budget implementation tasks include implementation of the Operating Year Budget, submission of Congressional Budget Justification (CBJ) narratives, Annual Resource Requests, F Memos, and F Change Notices; and, leading and coordinating the final stages of the CDCS (Country Development Cooperation Strategy) process.   (7) Is responsible for managing the USAID/Armenia cross-cutting portfolio, consisting of a Peace Corps Inter-Agency Agreement, as well as emerging themes such as gender.   (8) Is involved in the planning and preparation for the annual, joint Economic US and Armenia Task Force, chaired by the State Department EUR/ACE Coordinator, and participates as needed.   (9) Coordinates with the Embassy Assistance Coordinator to manage interagency assistance issues, and attends meetings as required.   (10) And, reviews and approves GLAAS requisitions.   Other Factors for Consideration: Factor 1, Knowledge Required by the Position:   Work requires mastery of the theory, principles, concepts, and practices of programming skills to complete very advanced and difficult assignments; generate and develop new hypotheses and theories; and execute, administer, and/or coordinate studies, analyses, and activities having significant impact on changes in USG program policies with regard to Armenia.   The position requires the ability to write effectively in order to develop policies and standards for Mission-wide activities, and the ability to deal tactfully and convincingly with others regarding the coordination of policies and procedures.   none” none” Factor 2, Supervisory Controls: none” none” none” none” Factor 3, Guidelines: none” none” none” Factor 4, Complexity:   The SPO must have the ability to absorb large amounts of information and accurately report them; make contacts; work productively with teams; take initiative and action; and make on-the-spot decisions which are necessary to guide, support and complete development activities across a broad and complex range of technical specialties.   Factor 5, Scope and Effect:   The purpose of the work is to plan, develop, and carry out vital Agency and Program Office activities.   The work affects the consideration of major aspects of crosscutting USAID and USG programs/projects/activities; the work of other offices, NGOs, implementers, GoAM personnel; important Mission goals and programs; and/or, the well-being of substantial numbers of people.   Recommendations often result in official USAID and USG positions, or affect substantial program resources.   Factor 6, Personal Contacts: none” none” II.         SKILS AND QUALIFICATIONS – Selection Criteria:   : auto” : auto” ite” ite” ite” ite” (4)        Communication skills (15 points):   Demonstrated communications skills are critical to the position.   The candidate must be fluent in English, and have a proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including in preparation of technical reports and presentations and briefings.   The candidate should have demonstrated ability to produce professional-quality analytical pieces, and to deliver authoritative, persuasive oral presentations to senior USG officials from multiple agencies, other donors, the GoAM, and to local government representatives.   Likewise, the candidate must be able to transmit and interpret host-country government and non-governmental sector program-related concerns to senior USAID officials and Mission management.   ter 3.25in left 333.0pt right 6.25in” ter 3.25in left 333.0pt right 6.25in” Supervision/Oversight ter 3.25in left 333.0pt right 6.25in” ter 3.25in left 333.0pt right 6.25in” III.       TERM OF PERFORMANCE/Compensation:   The base term of the contract will be for 1 year.   The position has been classified at a U.S. Government GS 15.   The actual salary of the successful candidate will be negotiated within that pay band, depending on qualifications and previous salary history.   It is unlikely that an individual will be selected who does not already have the prior training and experience to fully perform at the GS-15 equivalent level, or who in some other way does not fully meet all requirements for the position.   However, should such an individual be offered a position, the offered salary may be at less than the GS 15 pay band.   In addition to the basic salary, differentials and other benefits in effect at the time and which are applicable and subject to change on a similar basis as for direct-hire USG employees, will be added.   IV.        MEDICAL AND SECURITY CLEARANCES: The selected candidate must be able to obtain both a background security clearance and a worldwide available medical clearance. The security clearance involves a comprehensive investigation performed by the appropriate U.S. Government agency. Details on how to obtain US Department of State Medical Unit clearance and security clearance will be provided once a job offer is made and accepted.   V.        BENEFITS/ALLOWANCES/TAXES:  : 0pt” : 0pt” : 0pt” : 0pt” : 0pt” in 0pt 22.5pt” in 0pt 22.5pt” in 0pt 22.5pt” .9pt 0pt 0in” 22.5pt; MARGIN-BOTTOM: 0pt” in 0pt 22.5pt” in 0pt 22.5pt” B. ALLOWANCES (If Applicable): : 0pt” -0.25in; MARGIN: 0in 0in 0pt 22.5pt” -0.25in; MARGIN: 0in 0in 0pt 22.5pt” -0.25in; MARGIN: 0in 0in 0pt 22.5pt” -0.25in; MARGIN: 0in 0in 0pt 22.5pt” -0.25in; MARGIN: 0in 0in 0pt 22.5pt” -0.25in; MARGIN: 0in 0in 0pt 22.5pt” -0.25in; MARGIN: 0in 0in 0pt 22.5pt” -0.25in; MARGIN: 0in 0in 0pt 22.5pt” -0.25in; MARGIN: 0in 0in 0pt 22.5pt”   C. FEDERAL TAXES : : 0pt” : 0pt” : 0pt” : 0pt”   Qualified individuals are requested to submit: tab-stops: list .5in; mso-list: l0 level1 lfo1″ tab-stops: list .5in; mso-list: l0 level1 lfo1″ tab-stops: list .5in; mso-list: l0 level1 lfo1″ tab-stops: list .5in; mso-list: l0 level1 lfo1″ OutreachSystems Article Number: 120718/PROCURE/0106 Matching Key Words: writ*; technical; operating; 

 
 

Department of the Navy, Naval Supply Systems Command, Office of Naval Intelligence, 4251 Suitland Road Washington DC 20395-5720

69 — EEO Training Modules N0001512017 072312 Twyla A. Jackson, Phone 3016695194, Email tjackson@nmic.navy.mil This is a combined solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005. The Office of Naval Intelligence has a requirement to procure: EEO Training Modules, Please see attached SOW and RFQ. Evaluation factor will be lowest price technically acceptable. This is an all or NONE request for offers. The FAR provisions at 52.217-5 evaluations of Options (July 1990,) 52.217-8 Options to Extend Services, 52.217-9 Option to Extend the Term of Contract (Mar 2000) pertain as well as FAR clauses, 52.212-4 and 52.212-5. Additionally, the DFARS clause 252.211-7003. Offers will be accepted via e-mail, only, 0700 am EST, 23 July 2012. No telephone calls please Place of Performance: Office of NAVAL Intelligence 4251 Suitland Road Washington,, DC 20395-5720 US URL:https://www.fbo.gov/notices/c53824b6c4c2a22ad8871b4f3ebc7c86 OutreachSystems Article Number: 120718/PROCURE/0575 Matching Key Words: naics!512110; 

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Zindegi 360 BBG50Q00222 072512 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 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-00222 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 six (6) months, with two, six (6) month option periods.   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 Wednesday, July 25, 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 should be directed to the Contracting Officer.   Questions should be submitted via email tocpeters@bbg.gov amartine@bbg.gov .    Questions must be received no later than 1:00 p.m. (EST) on Friday, July 20, 2012.   Questions which are not submitted in writing or are submitted after 1:00 p.m. (EST) on Friday, July 20, 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: A television Network broadcasting to audiences in Pakistan (Terrestrial, Satellite, Cable, or some combination thereof) shall transmit a 29-minute program, currently titled “Zindegi 360 ° ,” formatted as follows – duration of BBG provided content 24 minutes.   Two mid-breaks will be included, with optional BBG content used as fill material, should the Network choose not to place its own commercial messages into the program. Content of the program shall include light news and feature material.   The target audience is young adults (15-25 years of age) in Pakistan. Broadcasting Board of Governors may, after notifying Network, change the title or typical content of the program.   Sellable commercial airtime: 5 minutes.   Commercial airtime may be sold by Network or its associates/affiliates and the advertising revenue shall be retained by the Network exclusively. BBG is authorized to produce its 24-minute content segment with two breaks 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 theprogram 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 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 placement time, with a separate breakdown of the audience between the ages of 15-25.   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 placement 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. A sample of a typical and illustrative program is viewable at: http ://youtu.be/zLYgJBgqHjs 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), including reaching audience in the age range under 25.   This is a critical evaluation factor.   Networks with the highest audience reach will receive favorable consideration.   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: 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 : September 3, 2012- March 2, 2013.   Duration of this procurement shall be six months, ending March 2, 2013, with two, six (6) month option periods beginning March 3, 2013 and ending March 2, 2014. Place of Performance: Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50Q00222/listing.html OutreachSystems Article Number: 120717/PROCURE/0064 Matching Key Words: broadcast*; program?; 

 
 

National Aeronautics and Space Administration, NASA Shared Services Center, Procurement Division, NASA Shared Services Center Procurement Division Building 1111 Stennis SpaceCenter, MS 39529-6000

U–SYSML TRAINING NNX12TE50P 080612 Eli Ouder, Contracting Officer, Phone 228-813-6168, Fax 228-813-6315, Email eli.c.ouder@nasa.gov Eli Ouder ****PLEASE SEND ALL QUESTIONS AND QUOTES TO AMANDA T. MCINNIS ONLY. CONTACT INFORMATION IS WITHIN THE BODY OF THIS SOLICITATION******* This notice 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; offers are being requested and a written solicitation will not be issued. NASA/NSSC has a requirement for a course entitled SysML Training. The objective of the training is for the employees at Ames Research Center to learn the essentials of the SysML language in the context of model-based engineering (MBE) and model-based systems engineering (MBSE). Participants shall learn how to develop, read, and understand SysML models using hands-on lab exercises. The vendor shall be responsible for providing all training materials for 40 participants to include both hard copies and electronic copies of the course content. The vendor shall also be responsible for providing 10 pre-configured laptops with all the required course software and 20 hard and electronic copies of the course content. The vendor shall conduct one 3.5-day session for 40 students on day one and 20 students for the remainder of the course. Training shall be held at NASAs Ames Research Center on September 25-28, 2012. 3.5 Day Course shall include the following: Shall provide overview/introduction to SysML language and MBE/MBSE concepts for a maximum of 40 people. Shall include all nine SysML diagram types in a quick and easy-to-leam format. Shall include a consistent system modeling example presented throughout the course to better leam how SysML concepts and diagrams work together. Shall cover concepts in a tool-independent manner with a focus on how to interpret SysML models. Shall include hands-on course work where participants learn to implement SysML concepts using a representative tool. These skills are reinforced by implementing hands-on exercises and labs using the SysML For example, exercises shall include (i) employing SysML parametrics to perform calculations on system properties and verify requirements, and (ii) utilizing SysML activities to operate a mobile robot during a team-based competition. Participants shall work through structured tutorial modules in class in order to expand their SysML model creation know-how. MBSE and SysML foundations, processes, tool introduction, structure concepts including block basics, instances, packages, block internals, ports and flows, block parametrics and simulation interoperability, use case and requirement development, behavior concepts including state machines, activities, actions, and interactions/sequences. Course instructors shall be OMG Certified Systems Modeling Professional (OCSMP) Model Builders Advanced (MBA) Level 4. Offeror should include a proposed course outline/curriculum that will address all requirements identified in the statement of work and is well thought out and utilizes appropriate instruction techniques or approaches. Offeror should include the instructors biography and resume to show the appropriate education, training and experience necessary to conduct this course successfully. This acquisition is a small business set aside reserved exclusively for small businesses. The offeror shall state in their offer their size status for this procurement. A firm fixed price contract is anticipated. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by August 6, 2012 by 2:30 p.m. CST to Amanda T. McInnis, Amanda.T.McInnis@nasa.gov, or faxed to 228-813-6891 and must include solicitation number, DUNS number, GSA Schedule number (if applicable), cancellation policy, discount/payment terms, identification of any special commercial terms, and be signed by an authorized company representative. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Amanda T. McInnis, Amanda.T.McInnis@nasa.gov, or faxed to 228-813-6891 no later than July 25, 2012. Telephone questions will not be accepted. Evaluation Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the training offered meets the Government’s requirement. Each offerors quote shall include a listing of two occurrences teaching the 3.5-day SysML course in the past three years. The dates of training for each of the two courses shall be provided. A point of contact reference including name, phone number and email address shall be included for each of the two courses taught. NASA/NSSC will contact each of the two references for each offeror to verify that the course was taught on the dates provided and that the course of instruction was satisfactory. Failure to provide two offerings including references of the 3.5-day SysML courses taught in the past three years will be deemed technically unacceptable. If a reference for an offerors 3.5-day SysML course states that the training was less than satisfactory, the offeror will be deemed technically unacceptable. NASA/NSSC will make multiple attempts to contact references. Offerors quote shall not exceed 10 pages in length. Any offeror that does not meet all of the requirements listed in the Evaluation section of this solicitation will receive an overall DOES NOT MEET and will be eliminated from further consideration and be deemed technically unacceptable. An ombudsman has been appointed — See NASA Specific Note “B”. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. Set-Aside: Total Small Business URL:https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX12TE50P/listing.html OutreachSystems Article Number: 120717/PROCURE/0098 Matching Key Words: writ*; copy; technical; 

FedBizOpps – Awards 

Architect of the Capitol, AOC Acquisition & Material Management Division, Acquisition and Material Management Division, Ford House Office Building Second and D Streets, S.W. Washington DC 20515

R — Brumidi Corridor Murals Conservation and Restoration RFP110156 Anthony Rowell, Contract Specialist, Phone 202-226-1947, Fax 202-225-3221, Email arowell@aoc.gov – Rudolf J. Philiposian, Brumidi Corridor Murals Conservation and Restoration, Phone 2022261492, Fax 202 225 3221, Email rphilipo@aoc.gov AOC12C1010 $780,308.00 070212 1, 2, 3 Cunningham-Adams Conservation, LTD, 413 A Street, N.E. , Washington, DC 20002-5939 US URL: https://www.fbo.gov/spg/AOC/AOCPD/WashingtonDC/RFP110156/listing.html OutreachSystems Article Number: 120718/AWARDS/0960 Matching Key Words: naics!711510;  

Other Federal Procurements (Small) 

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

R — Pacific Seabird Vulnerability Index SOL G12PS00526 Description Vulnerability Index for Pacific seabirds related to potential renewable energy developments at sea. A necessary component to this index is a comprehensive analysis of seabird flight behavior including flight height and proportion of time or observations of seabirds recorded on the water or in flight. The successful offeror must possess adequate data developed from on-sea surveys conducted along the West Coast of the United States, spanning the Pacific Ocean from pole to pole. Interested concerns having the ability to furnish these services may submit a capabilities statement to the Contract Specialist no later than the closing date of this announcement at 1400 Pacific Savings Time. All submissions will be evaluated to determine if competitive opportunities exist. As required by FAR 5.101(a)(1), the forthcoming solicitation (G12PS00526) will be made available through the GPE on or about 25 July 2012, whether or not competitive opportunities have been identified. All responses must be in writing by hard copy to the Contract Specialist by e-mail to tpeck@usgs.gov. Overview Reference number: G12PS00526 Issue date: 07/20/2012 Response due: 08/10/2012 02:00 PM PD Set Aside: N/A NAICS: 541620-Environmental Consulting Services PSC / FSC: R499-SUPPORT- PROFESSIONAL: OTHER Agency: DOI Contracting office: USGS OAG SACRAMENTO ACQUISITION BR. MODOC HALL, CSUS 3020 STATE UNIVERSITY DRIVE EAST SACRAMENTO, CA 95819-6027 Place of Performance: Contact: Theodore Peck Phone: Fax: Email: tpeck@usgs.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 120721/SMALL/7344 Matching Key Words: writ*; copy;   

USABID State and Local Purchases  

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

99 – KSP – SPECIAL RESPONSE ROBOTS AND ASSOCIATED EQUIPMENT. RFB-758-1300000042-1 DUE 31-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: 120720/BID/0008 Matching Key Words: age:state!ky; state!ky; 

 
 

Kentucky State Police, Special Operations, 5751 Briar Hill Road, Bldg. #30, Blue Grass Station, Lexington, KY 40516

99 –KSP – SEABOTIX LBV 150 4 UNDERWATER REMOTE OPERATED VEHICLE. RFB-758-1300000055-1 DUE 31-JUL-2012 Pam Hamrick, Phone: 502-782-1831; 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: 120720/BID/0009 Matching Key Words: age:state!ky; state!ky; 

Auditor of Public Accounts, 209 St. Clark Street, Frankfort, KY 40601

R – AUDITING ASSISTANCE WITH EDUCATIONAL COOPERATIVES. RFP-049-1300000006-1 DUE 02-AUG-2012 Jason Johnson, Audit Manager, E-mail: jason.johnson@auditor.ky.gov; 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: 120719/BID/0006 Matching Key Words: age:state!ky; state!ky; 

 
 

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

R – BIOMETRIC VOICE MONITORING SERVICES. RFP-2806-0-2012/LS DUE 31-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: 120719/BID/0015 Matching Key Words: age:state!ky; state!ky; 

 
 

California – Los Angeles Department of Water and Power https://ersp.ladwp.com/open.dll/welcome Los Angeles Department of Water and Power; 111 North Hope Street, Room 606; Los Angeles, California 90012 Phone: 213-367-2252 Email: purchbids@ladwp.com

R – SERVICES TO CREATE DVD FROM SP VIDEO TAPE FORMAT SOL 70369 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 120719/BID/0078 Matching Key Words: video; tape; serv*; 

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

T – PRINTING: NCR FORMS, CERTIFICATE OF TITLE OR REGISTRATION. RFB-758-1300000033-1 DUE 01-AUG-2012 Richard Mize, Phone: (502) 564-6521; 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: 120718/BID/0006 Matching Key Words: age:state!ky; state!ky; 

Texas – Fort Worth Independent School District http://www.publicpurchase.com/gems/fwisd,tx/buyer/public/home 100 N University Dr., Fort Worth TX 76107. Ph: 817-814-2200. This bid has been provided by Public Purchase. For more information, please visit the Public Purchase web site.

T – Videographer/Editor SOL 13-006 Videographer/Editor For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 120717/BID/0482 Matching Key Words: video*; edit*;  Board of Accountancy, 332 W. Broadway, Suite 310, Louisville, KY 40202 R – BUSINESS VALUATION ANALYST. RFP-150-1300000005-1 DUE 09-AUG-2012 Phyllis Gordon, Phone: (502) 595-3037; 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: 120716/BID/0002 Matching Key Words: age:state!ky; state!ky; 

Kentucky State Procurement 

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

R — KSB/KSD MEDICAID REIMBURSEMENT ADMINISTRATIVE SERVICES PROVIDER – ADDENDUM. RFP-540-1200000566-2 DUE 26-JUL-2012 Thomas Stratton, Phone: (502) 564-2351; 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: 120720/KY/7901 Matching Key Words: age:state!ky; state!ky; 


Lincoln County Health Department, 44 Health Way, Stanford, KY 40484

R — AUDIT SERVICES. The Lincoln County Health Department is soliciting proposals from independent certified public accounting firms to conduct a OMB Circular A-133 audit. Any CPA firm wishing to receive a proposal package, or if you have any questions, should contact Diane Miller at (606) 365-3016 . The deadline to request a Request for Proposal (RFP) is July 31, 2012. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization. OutreachSystems Article Number: 120720/KY/7914 Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — MEDICAL AND HEALTH MANAGEMENT FOR U OF L. RP-04-13 DUE 08-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: 120720/KY/7921 Matching Key Words: age:state!ky; state!ky;

Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40507

R — EMPLOYEE COMPENSATION SYSTEM STUDY. RFP23-2012 DUE 08-AUG-2012 Phone: (859) 258-3320; Fax: (859) 258-3322; Website: http://www.lexingtonky.gov/index.aspx?page=162 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: 120719/KY/7882 Matching Key Words: age:state!ky; state!ky; 

 
 

City of Nicholasville, 517 N. Main Street, Nicholasville, KY 40356

R — PLANNING, MANAGEMENT AND ADMINISTRATIVE SERVICES– NICHOLASVILLE SCATTERED SITE HOUSING PROJECT. DUE 14-AUG-2012 The City of Nicholasville is seeking proposals from Kentucky certified Community Development Block Grant administrators for planning, management and administrative services relating to the Nicholasville Scattered Site Housing Project. Anticipated sources of funding include local program income funds, a $740,000 Community Development Block Grant from the State of Kentucky and HOME Investment Partnership funds from the Kentucky Housing Corporation Gap Financing Pool. An information sheet which describes the minimum qualifications, proposed scope of services and selection criteria is available from the office of Roberta

 

INDIEGOGO  CAMPAIGN

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: