FedBizOpps – Procurements
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237
U — IDIQ Project Management Training Courses BBG50-R-12-0020 082012 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov The U.S. Broadcasting Board of Governors, (BBG), International Broadcasting Bureau (IBB), pursuant to Federal Acquisition Regulation (FAR) Subpart 12.67 intends to issue a Combined Synopsis/Solicitation for commercial items in accordance with format of Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) Code is 611430. This Solicitation Number BBG50-R-12-0020 is issued as a request for proposal (RFP) that will result in a multiple award Indefinite Delivery/Indefinite Quantity Contract (IDIQ) Firm Fixed Price contract using FAR Part 15 (Contract by Negotiation)procedures to provide for a series of Project Management Training Courses (see SOW for details). Cost to include course development and any travel for contractor(s). The government reserves the right to make an award on the initial proposal without discussions of this procurement. Contractor must be one of the companies approved by Project Management Institute (PMI) as a Registered Education Provider (R.E.P). Contractor must provide the Project Management Institute (PMI) provider ID number. Period of Performance: One year from the date of award. Services will be provided at the BBG Headquarters in either Switzer or Cohen buildings. STATEMENT OF WORK BBG PROJECT MANAGEMENT TRAINING PURPOSE The objective of this effort is to establish a basic curriculum of project management courses for the Broadcasting Board of Governors (BBG) that are inter-related and build on one another. A series of classes will be conducted that provide training in the established curriculum and issues professional development units (PDUs) that meet the continuing education requirements recognized by PMI. The timeframe for this effort will be approximately one year. The intention is that after completion of key project management classes, a participant will have the skills to successfully lead, monitor, and report on projects and major activities. 2.0 BACKGROUND Most of the work the Agency performs involves projects. According to industry surveys, 90% of projects do not meet time, cost, or quality targets. Technology is usually not the most critical factor in project failures. Most project failures are due to the lack of adequate project management methodologies. The focus of this effort is to provide comprehensive training via a series of inter-related courses to Agency personnel on well-established project management methodologies and techniques. The goal is to equip personnel with the tools, knowledge, and skills to be effective project managers. The Broadcasting Board of Governors (BBG) Project Management Office (PMO) is a service organization created for the specific purpose of supporting BBG’s projects. The Office of Personnel Training provides services that enable the Agency to carry out its mission by fostering the improvement of individual and group performance and encouraging the growth and enhancement of employee capabilities. A key part of the mission of the PMO is to provide leadership to project teams and facilitate the successful execution of all phases of agency projects through tools, techniques, expert advice, and education on the underlying theories and concepts of project management. In support of that mission, a major goal is to build project management professionalism among the BBG staff by training the organization’s project management teams as they learn and adopt project management best practices in their projects. This involves training BBG project managers in a full range of project management topics. Working together, the PM0 and the Office of Personnel Training seek to provide a wide range of project management training to enable Agency personnel to perform better project planning; use standardized project management processes, tools, and templates; and perform thorough project monitoring and reporting. One of the initial activities of the PMO was to develop project management templates and forms to facilitate the development of project estimates, project initiation, project plans, project schedules, risk management, issue management, change management, and project reporting. In 2010, several training sessions were conducted for key information Technology (IT) personnel that covered basic project management techniques and incorporated the use of the newly established project management templates and forms. The success of these training sessions verified the need for comprehensive project management training not only for selected IT personnel, but also for personnel throughout the Agency that lead projects and perform key project management functions. 3.0 AUDIENCE: The target audience for project management training includes Agency project leaders, team leaders, managers, supervisors, and others whose job includes the requirement for successfully managing projects. The goal is to establish a straightforward framework for successfully managing a variety of projects that is understood and used by personnel throughout the Agency. 4.0 SCOPE: The contractor shall provide training services to the BBG at the BBG Headquarters in Washington, D.C. The contractor shall be responsible for providing the training instructor(s) and all training materials. The BBG shall be responsible for providing training facilities and any technical equipment necessary for the training. The remainder of this section identifies specific services to be provided as a part of this contract. 4.1 Establish Project Management Training Curriculum – includes identification of a series of project management (PM) courses/workshops that will provide a trainee with the tools they need to successfully perform basic project management activities such as project planning, initiating a project, creating work breakdown structures (WBSs), creating and monitoring project schedules, identifying and mitigating project risks, reporting on the status of a project, identifying lessons learned on a project, and closing a project. This training should be approved as one of PMI’s R.E.P. organizations that have been approved to offer training in project management and issue professional development units (PDUs) to meet the continuing education requirements. At a minimum, the project management training curriculum will include courses in Project Management Fundamentals; Requirements Analysis; Assessing Project Schedules, Costs, Issues and Risks; and Managing Multiple Projects. The contractor will specify the number of days of each class in the proposed curriculum. The PM curriculum shall be based on standards, methodologies, and project management phases endorsed by the Project Management Institute (PMI), the most recognized project management institution in the world. The project courses shall be closely aligned with the Project Management Body of Knowledge (PMBOK). As much as possible, the courses shall be interactive to engage and involve the students. The curriculum shall provide inter-related courses that build on each other, so that at the end of the series of course, the trainee has a good basic knowledge of project management techniques and the skills to successfully lead project activities. The PM curriculum shall incorporate training in the use of project management templates that have been established at the BBG. These templates include: Project initialization Document (PID), Project Acceptance Form, Project Schedule Template, Requirements Template, Work Breakdown Structure (WBS) Template, Project Status Report Template, and Change Request Template. The templates will be provided to the contractor at the training project kick-off meeting. 4.2 Provide Training in Basic Project Management Courses – includes providing, at a minimum, training in the following courses that form the basic project management training curriculum: 4.2.1 Project Management Fundamentals- Provide students with an understanding of basic project management (PM) concepts, benefits, and the key PM processes and tools. (4 classes with up to 20 students each) 4.2.2 Requirements Analysis – Provide students with the knowledge of how to elicit, analyze, validate, and management project requirements. (1 class with up to 20 students) 4.2.3 Assessing Project Schedule, Costs Issues and Risks – Provide students with the knowledge of how to develop an integrated project plan that incorporates schedule, costs, issues, risks, and performance. (2 classes with up to 20 students) 4.2.4 Managing Multiple Projects – Provide students with the knowledge of how to apply practical processes to implement the integration of multiple projects and how to work effectively and utilize the services of the Project Management Office (PMO). (1 class with up to 20 students) 4.3 Additional Optional Work 4.3.1 Project Management Consulting- Provide consulting, mentoring, and other support to the BBG PMO, project teams, projects, and/or project audits, as required. Contractor shall provide costs for this work and the BBG shall decide whether or not to utilize these services. 4.4 Deliverables Listed below are the deliverables from this effort: 4.4.1 Project management training curriculum including classes, descriptions of what the class covers, length of each class, and number of students in each class.4.4.2 Conducting project management classes and class materials (at a minimum, classes identified in section 4.2 above) 4.4.3 Project Management Consulting (optional) 4.4.4 Monthly Status Reports -The contactors will submit a Monthly Progress Report by the 21st of each month following the monthly reporting period. Email submission is encouraged. The following information shall be provided at a minimum in each monthly progress report: tasks performed during the reporting period; the status of any deliverables; any problems encountered and resolutions; and the current and cumulative contractor expenditures of both hours and dollars. 5.0 Place of Performance Services will be provided at the BBG Headquarters in either the Switzer or Cohen buildings. The address of the BBG Headquarters is: BBG 330 independence Avenue, S.W. Washington, D.C. 20237 6.0 Period of Performance The base period of performance for the contract is from the date of award through a period of one (1) year. The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price contract; The provision at FAR Subpart 52.212-1 [Instructions to Offerors – Commercial Items] applies to this acquisition, with no addenda. The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The Written Technical Proposals will be evaluated in three equally-weighted areas (a) Capability) (b) Approach and (c) Experience/ Past Performance as follows: •(a) Capability: (e.g. personnel): Offerors shall describe their corporate capability to perform as stated in Statement of Work (SOW). •(b) Approach: The Government will assess the technicalmerit of the Offeror’s approach in order to determine if the Offeror has the ability to successfully perform the task areas specified in the SOW. •(c) Experience/Past Performance: The IBB will assess the relevancy of the Offeror’s experience/past performance to determine the Offeror’s ability to perform the work requirements of the SOW. Offerors shall submit evidence of their experience in performing work. Offerors shall submit examples of no fewer than two (2) of their most recent or ongoing contracts relating to the work specified in SOW experience can be government or commercial. •(d) (x) Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications — commercial items] with their proposal. This provision can be found at the following website: http://www.arnet.gov/far/; if requested by an Offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the contracting officer. •(e) PRICE PROPOSAL AND TECHNICAL PROPOSAL MUST BE SUBMITTED ON SEPARATE DOCUMENTS. •(xi) FAR Clause 52.212-4 [Contract Terms and Conditions — Commercial Items] applies to this acquisition. • (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders — Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government]; FAR Clause 52.219-6 [Notice of Total Small Business Set-Aside]; FAR Clause 52.222-3 [Convict Labor]; FAR Clause 52.222-19 [Child Labor – Cooperation with Authorities and Remedies]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities]; FAR Clause 52.222-36 [Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR Clause 52.225-1 [Buy American Act – Supplies]; FAR Clause 52.225-13 [Restrictions on Certain Foreign Purchases]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer — Central Contractor Registration]. ; 52.213-2 Invoices; 52.216-18; Questions must be submitted in writing to the Contract Specialist at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions by 12:00 p.m., Eastern Time on 13 August 2012. Questions must be submitted in writing by email to: wgreene@@bbg.gov. Quotes shall be submitted as an original and two copies must be sent via courier or overnight delivery prior to the deadline. (No electronic submissions will be accepted). Quotes should be addressed to ATTN: Wayne Greene, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007, Washington, DC 20237 by 2:00 p.m., Eastern Time on 20 August 2012. The point of contact for this requirement is Wayne Greene, Contract Specialist who can be reached via email at wgreene@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency. URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0020/listing.html
OutreachSystems Article Number: 120807/PROCURE/0109
Matching Key Words: writ*; copy; technical; procedure?;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
U — TRAINING SUPPORT H92244-12-T-0275 081512 Danyiele F. Peterson, Phone 7578932713, Email danyiele.peterson@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-0275,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 2005-60 effective 26 July 2012. This procurement is Unrestricted and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of $7.0 million. The DPAS rating for this procurement is DO-S10. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 Contractor shall provide two (2) Factory Representatives/Qualified Instructors/Videographer in support of Military Tandem Master Course of Instruction. Period of Performance: three (3) weeks total (two (2) weeks in September 2012 and one (1) week in October 2012). Contractor shall provide a detailed breakdown of the quote. Qty – 1 lump sum Period of Performances: First Week – Two (2) Factory Representative for five (5) days Second Week – Two (2) Factory Representatives for five (5) days Third Week – Two (2) Factory Representatives for five (5) days Place of Performance: Marana, Arizona Section C Specifications: 1. Vendor must be an authorized factory representative for the following manufacturers: a. Performance Design Parachutes b. United Parachute Technologies containers and tandem systems c. Sun Path containers 2. Vendor must be able to provideinstruction in the rigging, maintenance and use of all aforementioned gear and all ancillary equipment involved. 3. Vendor must provide representatives with the following qualifications and capabilities: a. Current United States Parachute Association (USPA) member b. Federal Aviation Administration (FAA) Master Rigger c. Must be able to shoot usable, high definition video of a student in free fall for debrief purposes 4. Factory Representatives/Qualified Instructors / Videographer shall be required to arrive at least 30 minutes prior to training evolutions. They shall be required to make up to 12 jumps (skydives) per day from military or commercial contracted aircraft from an altitude of no more than 24,999 feet above sea level. They shall be required to provide their own equipments. Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal laws and regulations. Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Apr 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 52.222-3 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 Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt 1 Changes – Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability – Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet athttp://www.farsite.hill.af.mil. All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: (i) Technical – Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation. (ii) Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii) Price -All line items will be reviewed for price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 April 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 Ana Downes, telephone (757) 893-2722. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil. Quotes must be received no later than 01:00 PM. Eastern Standard Time (EST) on 15 Aug 2012. Quotes received after this time frame will 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 System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0275/listing.html
OutreachSystems Article Number: 120807/PROCURE/0112
Matching Key Words: video*; produc*; train*; you; website; business*; event?; instruct*; commercial?;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — ALTIMETERS H92244-12-T-0276 082712 Courtney Greco, Phone 7578932718, Email courtney.greco@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; quotes 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-0276, 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 2005-60 effective 26 July 2012. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9E. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services This is a brand name or equal procurement. If quoting equal, vendor must provide specifications. CLIN 0001 ALTITRACK, MILITARY FEET, ITEM NO: I10925F, QTY 50 CLIN 0002 ALTISET, MILITARY, ITEM NO: I10930, QTY 5 Section I Clauses 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb 2012 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-6 Brand Name or Equal Aug 1999 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-CommercialItems (Deviation) Feb 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 Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes-Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions ofCommercial Items Jan 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 SOFARS 5652-252-9000 Notice of Incorporation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-2 Evaluation – Commercial Items Jan 1999 FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012 FAR 52.222-41 Statement of Equivalent Hires for Federal Hires 1 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 (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 Officers are Ana Downes, telephone (757) 893-2722 and Christine Anderson, telephone (757) 893-2715. 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 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. Current solicitation is subject to the following: FAR 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by 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: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil. Quotes must be received no later than 02:00 PM. Eastern Standard Time (EST) on 27 August 2012. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm through 30 September 2012 from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 893-2718 or fax to (757) 893-2957. Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVENUE VIRGINIA BEACH, VA 23461 US URL:https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0276/listing.html
OutreachSystems Article Number: 120807/PROCURE/0502
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
U–VEHU 12-10-1 – Training Strategy VA70112I0370 081012 Rosella Torcaso rosella.torcaso@va.gov Student Training Strategy Virtual Sessions Office of Informatics and Analytics Request for Information: VA701-12-I-0370 August 6, 2012 I. Introduction: This is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for support for a series of virtual training sessions for the Office of Informatics and Analytics. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: The U.S. Department of Veterans Affairs (VA) and the Veterans Health Administration (VHA) Office of Informatics and Analytics (OIA) initiated the development and launch of a unique, engaging and immersive web based learning community titled MyVeHU Campus (MVC). Launched in March of 2011, MVC serves to introduce and guide VA and VHA staff thru the many online resources available from past VHA eHealth University (VeHU) F2F conferences and provides an engaging, educational and accessible online learning resource. VeHU is VHA’s annual training conference that provides education on the Computerized Patient Record System (CPRS) and related clinical software (VistA) developed by VHA. Every year, VeHU highlights innovations towards patient care through training classes on VHA’s clinical informatics products. VHA OIA, has recognized the need for alternative means to traditional face-to-face (F2F) forums, meetings, and conferences. VHA OIA has an on-going obligation to continue providing educational resources to our VHA Staff and clinical trainees and is focused on delivering alternative technologies such as the increased use of immersive on-line education virtual environments and webcasting. The following contracting initiative shall provide VHA OIA and the MyVeHU Campus learning community with the necessary production and webcasting resources to expand its reach and deliver live, interactive and on-demand training and education to larger audiences in near real time, and at a greatly reduced cost. MyVeHU Campus membership is currently at over 11,000 and will continue to grow in membership and value as our streaming initiatives expand. III. Requirements: Contractor shall propose and provide for creative development, audiovisual hardware, facilities, streaming hardware, streaming servers, production hardware, and technical services as indicated in this document in support of a series of virtual training sessions for up to 500 attendees each. Contractor shall support six (6) large scale virtual training events, ten (10) medium scale virtual training events, and twelve (12) remote virtual training events. The various event sizes are described below: Large Event (On site at contractor facilities) – two pre-event rehearsal days, two live presentation days with two 90 minute non-concurrent sessions on each day, conducted in one week for a total of four 90 minute sessions. Medium event (On site at contractor facilities) – one pre-event rehearsal day, one live presentation day with two 90 minute non-concurrent sessions, for a total of two 90 minute sessions. Remote event (Remote broadcast with up to 4 remote presenters) – one half day pre-event rehearsal, one single 90 minute session, with rehearsal and 90 minute session conducted on the same day. A. Pre-Broadcast Tasks for Events 1. Planning, Conference Calls, Meetings Contractor shall provide support for technical, creative and administrative planning meetings and/or conference calls leading up to the live broadcasts, including providing representation of all relevant department leads and program management to support one hour weekly administrative and technical planning conference calls and/or meetings for the duration of the period of performance. 2. Virtual Meeting Space and eBanner Design and Integration Contractor shall develop a single virtual set and eBanner treatment to be used for the live streaming of presenters during the large event virtual conference dates. Due to the virtual nature and learning theme of these events, an “Immersive SET Environment” must be designed in order to support the look and feel of the MyVeHU Campus On-line University. The virtual set design will compliment the look and feel of the existing campus learning environment and will serve to energize and enhance the learner’s experience. Additionally, the Contractor shall design (2) two eBanners that will be integrated into the MVC Lobby sign display. One eBanner will announce the upcoming event and the other will promote the enduring access once the training sessions have been posted for On Demand viewing within MVC. 3. Pre and Post Event ePromo Contractor shall design andproduce two multi-media motion graphics Flash ePromos. ePromo one will serve to announce the virtual event registration opening and provide specific and relevant details of the streaming event to provide key information to conference attendees and promote attendance. ePromo two will serve to announce the availability for access to the On Demand training within five business days following the close of the live virtualbroadcast dates. Anticipated run length of each ePromo is approximately 30 to 45 seconds and will be hosted on the MyVeHU Campus. Contractor shall provide the appropriate production labor disciplines to include production, graphics, scripting, motion media and production management. B. Live Streaming Broadcast Tasks Events 1. Broadcast Training Session Support Contractor shall provide for the following virtual broadcast in support of 6 Large events (consisting of (4) 90 minute sessions broadcast over a one week period), 10 Medium events (consisting of (2) 90 minute sessions broadcast in one day) and 12 Remote events (consisting of (1) 90 minute rehearsed and broadcast in one day). The facilities, hardware and services listed are critical to delivering high quality user interactive training to multiple device platforms that pose unique connectivity challenges, both inside and outside VA networks. 2. Technical, Creative and Administrative Labor Contractor shall provide all necessary technical and administrative labor disciplines and services to plan, design, integrate and produce a seamless streaming event as required by the details listed within this document. At a minimum, contractor will provide coverage for the following experienced and professional disciplines and/or services as required in order to assure a seamless production process for the duration of each one week Large event: C. Post Live Streaming Broadcast Tasks Contractor shall provide post event production services to support minor editing of captured and recorded live streaming training sessions and posting them to MyVeHU Campus for enduring accessibility. IV. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess of the 15 pages. Companies should provide clear and unambiguous evidence to substantiate that they are capable of fulfilling the requirement. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A. Experience: Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for each domain requirement for which your company is responding: a. Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b. Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners’ contact information. c. Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. 1. A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 2. A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1. A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2. Company business size and socioeconomic status (i.e., Large Business, Small Business,Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a. Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Rosella Torcaso Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard, Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to the POC – rosella.torcaso@va.gov – no later than 5:00 EDT on 10 August 2012. URL: https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0370/listing.html
OutreachSystems Article Number: 120807/PROCURE/0528
Matching Key Words: audiovisual; produc*; serv*; broadcast*; event?; program?; education*; train*;
Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
U–Virtual Training Sessions Strategy Re-post of VA701-12-I-0370 with updated NAICS code: 519130 Please respond to this posting. VA70112I0372 081012 Rosella Torcaso rosella.torcaso@va.gov StudentTraining Strategy Virtual Sessions Office of Informatics and Analytics Request for Information: VA701-12-I-0370 August 6, 2012 I. Introduction: This is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for support for a series of virtual training sessions for the Office of Informatics and Analytics. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: The U.S. Department of Veterans Affairs (VA) and the Veterans Health Administration (VHA) Office of Informatics and Analytics (OIA) initiated the development and launch of a unique, engaging and immersive web based learning community titled MyVeHU Campus (MVC). Launched in March of 2011, MVC serves to introduce and guide VA and VHA staff thru the many online resources available from past VHA eHealth University (VeHU) F2F conferences and provides an engaging, educational and accessible online learning resource. VeHU is VHA’s annual training conference that provides education on the Computerized Patient Record System (CPRS) and related clinical software (VistA) developed by VHA. Every year, VeHU highlights innovations towards patient care through training classes on VHA’s clinical informatics products. VHA OIA, has recognized the need for alternative means to traditional face-to-face (F2F) forums, meetings, and conferences. VHA OIA has an on-going obligation to continue providing educational resources to our VHA Staff and clinical trainees and is focused on delivering alternative technologies such as the increased use of immersive on-lineeducation virtual environments and webcasting. The following contracting initiative shall provide VHA OIA and the MyVeHU Campus learning community with the necessary production and webcasting resources to expand its reach and deliver live, interactive and on-demand training and education to larger audiences in near real time, and at a greatly reduced cost. MyVeHU Campus membership is currently at over 11,000 and will continue to grow in membership and value as our streaming initiatives expand. III. Requirements: Contractor shall propose and provide for creative development, audiovisual hardware, facilities, streaming hardware, streaming servers, production hardware, and technical services as indicated in this document in support of a series of virtual training sessions for up to 500 attendees each. Contractor shall support six (6) large scale virtual training events, ten (10) medium scale virtual training events, and twelve (12) remote virtual training events. The various event sizes are described below: Large Event (On site at contractor facilities) – two pre-event rehearsal days, two live presentation days with two 90 minute non-concurrent sessions on each day, conducted in one week for a total of four 90 minute sessions. Medium event(On site at contractor facilities) – one pre-event rehearsal day, one live presentation day with two 90 minute non-concurrent sessions, for a total of two 90 minute sessions. Remote event (Remote broadcast with up to 4 remote presenters) – one half day pre-event rehearsal, one single 90 minute session, with rehearsal and 90 minute session conducted on the same day. A. Pre-Broadcast Tasks for Events 1. Planning, Conference Calls, Meetings Contractor shall provide support for technical, creative and administrative planning meetings and/or conference calls leading up to the live broadcasts, including providing representation of all relevant department leads and program management to support one hour weekly administrative and technical planning conference calls and/or meetings for the duration of the period of performance. 2. Virtual Meeting Space and eBanner Design and Integration Contractor shall develop a single virtual set and eBanner treatment to be used for the live streaming of presenters during the large eventvirtual conference dates. Due to the virtual nature and learning theme of these events, an “Immersive SET Environment” must be designed in order to support the look and feel of the MyVeHU Campus On-line University. The virtual set design will compliment the look and feel of the existing campus learning environment and will serve to energize and enhance the learner’s experience. Additionally, the Contractor shall design (2) two eBanners that will be integrated into the MVC Lobby sign display. One eBanner will announce the upcoming event and the other will promote the enduring access once the training sessions have been posted for On Demand viewing within MVC. 3. Pre and Post Event ePromo Contractor shall design and produce two multi-media motion graphics Flash ePromos. ePromo one will serve to announce the virtual event registration opening and provide specific and relevant details of the streaming event to provide key information to conference attendees and promote attendance. ePromo two will serve to announce the availability for access to the On Demand training within five business days following the close of the live virtual broadcast dates. Anticipated run length of each ePromo is approximately 30 to 45 seconds and will be hosted on the MyVeHU Campus. Contractor shall provide the appropriate production labor disciplines to include production, graphics, scripting, motion media and production management. B. Live Streaming Broadcast Tasks Events 1. Broadcast Training Session Support Contractor shall provide for the following virtual broadcast in support of 6 Large events (consisting of (4) 90 minute sessionsbroadcast over a one week period), 10 Medium events (consisting of (2) 90 minute sessions broadcast in one day) and 12 Remote events (consisting of (1) 90 minute rehearsed and broadcast in one day). The facilities, hardware and services listed are critical to delivering high quality user interactive training to multiple device platforms that pose unique connectivity challenges, both inside and outside VA networks. 2. Technical, Creative and Administrative Labor Contractor shall provide all necessary technical and administrative labor disciplines and services to plan, design, integrate and produce a seamless streaming eventas required by the details listed within this document. At a minimum, contractor will provide coverage for the following experienced and professional disciplines and/or services as required in order to assure a seamless production process for the duration of each one week Large event: C. Post Live Streaming Broadcast Tasks Contractor shall provide post event production services to support minor editing of captured and recorded live streaming training sessions and posting them to MyVeHU Campus for enduring accessibility. IV. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess of the 15 pages. Companies should provide clear and unambiguous evidence to substantiate that they are capable of fulfilling the requirement. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A. Experience: Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for each domain requirement for which your company is responding: a. Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b. Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners’ contact information. c. Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. 1. A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 2. A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1. A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2. Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a. Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Rosella Torcaso Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard, Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to the POC – rosella.torcaso@va.gov – no later than 5:00 EDT on 10 August 2012. URL: https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0372/listing.html
OutreachSystems Article Number: 120807/PROCURE/0529
Matching Key Words: audiovisual; produc*; serv*; broadcast*; event?; program?; education*; train*;
Agency for International Development, Overseas Missions, Uganda USAID-Kampala, Dept. of State Washington DC 20521-2190
R — Senior Malaria Advisor or Project Management Specialist (Malaria) 617-12-0008 082312 Grace W. Nakaddu, Executive Specialist, Phone 256-41-4306-001, Fax 2546-41-4306-661, Email gnakaddu@usaid.gov – Grace Muntu, Executive Assistant, Phone 256-41-4306-001, Fax 256-41-4306-661, Email gmuntu@usaid.gov 1. Position Title: Malaria Initiative (PMI) Senior Malaria Advisor or Project Management Specialist (Malaria) 2. Market Value: GS-15 (equivalent $99,628 to $129,517) or FSN-11 (equivalent Uganda Shillings 67,623,871/to 97,517,009/-). Final compensation will be based upon the candidate past salary history and work experience. 3. Place of Performance: Kampala, Uganda 4. Period of Performance: Two year contract. 5. A contractor is required to provide leadership, technical guidance and overall direction on the planning, implementation, management and monitoring of PMI in Uganda. 6. Education: A Masters Degree in public health, international health, or social sciences from a recognized institution and/or clinical qualifications. Specialized training or education in malaria is required in areas including but not limited to vector control, entomology, clinical case management of malaria, and epidemic surveillance and forecasting. 7. Experience and Skills: At least 10 years of progressively responsible experience in designing, implementing and managing malaria and other health programs in developing countries, with a preference given to candidates with African experience. At least three years’ experience in clinical application, and/or implementation in the areas of vector control, malaria-related entomology, clinical case management of malaria, diagnosis, and/or epidemic surveillance are also required. Demonstrated technical leadership, program management, strategic planning, policy experience and problem solving skills working on complex projects in a highly sensitive environment are required. Preference will be given to those candidates with experience with international U.S. Government or other donor-funded programs, procedures and systems for program design, procurement, implementation, management and monitoring, or that of other international donors. S kills: Analytical ability to interpret public policies and assist in the development of revised policies as required improving the policy environment related to malaria in Uganda. Management and administrative skills required to develop and oversee implementation of effective malaria prevention and treatment program activities involving financial and human resources by cooperating partners and contractors. Skill in conceptualizing programs, policies, and plans and developing strategies for their management and implementation. The candidate must be able to integrate short and long‑ range objectives of the USAID DO3/HHE Team and the PMI with the cultural/organizational needs of the government in order to fill gaps, improved quality and implement best practices. Knowledge and skills in quantitative and qualitative evaluation methods; experience in designing and evaluating malaria activities in Africa. The incumbent must have proven skills in capacity building and mentoring local staff in a developing country. 8. Team Work and Interpersonal Skills: The candidate must be fluent in both spoken Excellent leadership, communications and interpersonal skills are critical to this position. The incumbent must have the following: Must be able to work effectively with a broad range of U.S. Government personnel and partners, and have demonstrated skills in donor coordination and collaboration a well as the ability to work the government. Ability to work both independently and in a multi-cultural team environment to achieve consensus on policy, program and administrative matters is a must. Ability to work effectively in a team environment and communicate highly technical health information to both health and non-health audiences, and achieve consensus on policy, project, research, and administrative matters. Demonstrated ability to navigate and manage politically and culturally sensitive issues around malaria in a diplomatic manner and bring divergent viewpoints to compromises and agreement. Demonstrated ability to manage issues with exceptional diplomacy, maturity, and professionalism. 9. Language, Communication, and Computer Skills: The incumbent must have proven ability to communicate quickly, clearly and concisely – both orally and in writing in English. S/he should have: Demonstrated experience in oral communication to large or political audiences related to malaria – including donors and government. Demonstrated experience in communicating ideas concisely and persuasively in writing through research, technical papers, reports, strategic program designs or other written documents. The candidate must demonstrate the ability to be articulate, concise and precise in use of English language both orally and in writing. Excellent computer skills (MS Word, Excel, Power Point, Outlook, Access, web-based databases and other relevant software) are required for effectively operating in this position. Good computer skills are required to implement, analyze, and monitor, and manage activity goals, inputs, outcomes, and achievements, both program and impact. 10. Basis of Rating : Applicants who meet the minimum qualifications will be evaluated based on the criteria listed above. Applicants are strongly encouraged to address each of the criteria on a separate sheet describing specifically and accurately what experience, training, education, and/or awards you have received that are relevant to each. Be sure to include your name, social security number, and the announcement number at the top of each additional page. Failure to address the minimum selective and/or quality ranking factors may result in your application not receiving credit for all of your pertinent experience, education, training, and awards. Notice to Applicants: The highest ranked applicants may be interviewed. Applicants must provide at least three references with current contact information, preferably both an email address and a telephone number. The references will be asked to complete a questionnaire that assesses the applicant’s technical knowledge, work performance, communication skills, and group dynamics, using the above specific criteria. The references will be asked to provide general assessment of the applicant’s suitability for the position. It is the responsibility of the applicant to ensure submitted references are available to provide a written or verbal reference in a timely manner. In addition to comments from references, the Selection Committee will take into account awards or other evidence of outstanding performance in any areas related to the above selection criteria. USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation. USAID/Uganda shall not pay for any expenses associated with the interviews. Introduction: USAID Uganda seeks to hire a qualified individual to serve as Senior Malaria Advisor. This requires coordination with Ministry of Health (MOH), development partners and other Roll Back Malaria implementing partners. The incumbent works closely with the CDC Malaria Resident Advisor, two Foreign Service National Malaria Program Specialists, the backstops for PMI in USAID Washington, counterparts in CDC Atlanta, and other USAID personnel working within and overseeing the Mission’s activities, including the Director of DO3/HHE, the USAID Mission Director, and the CDC Country Director. These responsibilities include regular contact and collaboration with the counterparts in Uganda’s National Malaria Control Program (NMCP) and other government ministry officials and agencies, as well as in a wide range of civil society and private organizations, other donor and international organizations, and other United States Government (USG) entities working in malaria prevention and control. The Advisor shall exercise extensive independent judgment in planning and carrying out tasks, in representing the U.S. Government in critical technical and policy forums, in resolving problems and conflicts, and in taking steps necessary to meet deadlines. The Advisor will also perform inherently governmental functions such as officially representing USAID at functions; advising on policy matters; managing contracts and grants; budgeting; developing planning documents and work plans; and reporting. The Advisor will be the technical and program team leader for malaria in the Mission. S/he will report to the HHE/DO3 Service Delivery Team Leader, a Foreign Service Officer, who will provide overall operational oversight and supervision. The USAID Mission Director provides overall guidance to PMI. The incumbent must possess technical expertise in the area of malaria treatment, prevention and control and possess an understanding of the social, economic and cultural determinants and implications of the epidemic in Uganda and neighboring countries, as well as have the experience and skills required to help formulate the U.S. Government position on malaria and make important policy decisions and manage the program as a key representative of the USAID/Uganda Mission. Major duties and responsibilities: A. Provide technical and strategic oversight to USAID/Uganda’s PMI program, coordinating the design and implementation of activities. Ensure that malaria activities are integrated into overall USAID-supported DO3/HHE activities and establish effective collaboration with the PEPFAR, GHI and other interagency health and development programs. This includes preparing and reviewing program design and results framework. Provide managerial oversight to ensure full accountability and value for money of funds provided by PMI. B. Be responsible for reporting on Uganda-specific information related to the PMI program as part of the Mission’s annual strategic planning and reporting processes, preparation of Congressional presentations and correspondence, drafting technicaland congressional notifications, and preparing budget and project management documentation and other implementing documents. Review and analyze results reports by implementing partners, prepare summary reports with analyses and recommendations, and ensure that financial and technical reports on PMI are prepared and submitted as required. C. Ensure that all activities under the PMI are technically excellent and consistent with internationally accepted best practices and relevant to the specific malaria epidemiology of Uganda. Provide scientific and technical support to the NMCP, PMI implementing partners and managerial support as needed during the designing and implementation phases of the project to ensure the quality of interventions supported and that programmatic targets are met. D. Work with suppliers and partners to ensure that programmatic commodities are purchased in a timely and cost effective manner. Work with implementing partners and national supply chain organizations such as the National Medical Stores (NMS, Joint Medical Stores (JMS) and the National Drug Authority (NDA) to strengthen the logistical commodity systems for malaria drugs and supplies. Also, ensure that the absorptive capacity exists in implementation sites to receive, manage and distribute these items effectively. E. Represent PMI to senior level officials within the Government of Uganda, including the Minister of Health; and represent PMI to senior U.S. Government officials such as the U.S. Ambassador, congressional delegates, and the global PMI coordinator. F. Collaborate with senior staff of the National Malaria Control Program (NMCP) and other partners, such as the Global Fund (GF), DANIDA, DfID, WHO, UNICEF, World Bank (WB), NGOs and FBOs to design, plan and implement malaria prevention and control activities consistent with the malaria control coverage needs identified by the strategy and plans of the NMCP and PMI. Help build the technical and managerial capacity within the NMCP at the national, district and lower levels. G. Provide technical assistance to the NMCP to develop and execute a monitoring and evaluation plan to better communicate and coordinate with the Roll Back Malaria and Global Fund partners, including donor agencies and other stakeholders working on malaria control in Uganda (including specific strategies for the Northern part of Uganda), and help develop a financial sustainability plan for the NMCP, in anticipation of PMI phaseout of funding in the long term. In collaboration with the MOH, carry out monitoring and evaluation visits to implementation sites to ascertain all quantitative and qualitative data is collected properly and ensure programmatic quality and value for money are maintained. The Senior Malaria Advisor shall have the primary responsibility of overseeing the planning, implementing, and monitoring of the PMI Initiative. The incumbent shall work with the CDC MalariaTechnical Advisor and two or more FSN Program Management Specialists as a team. The team will liaise with backstops for the PMI in USAID Washington, CDC Atlanta, USAID Agreement and Contracting Officer Representatives (A/CORs) and other personnel working on or overseeing the Mission’s activities related to malaria. S/he will collaborate closely with and provide technical, strategic or managerial assistance as needed to National Malaria Control Program (NMCP) Director and the staff and helping to build capacity within the NMCP. In addition, the Resident Advisor shall represent USAID and the U.S. Government on various national and international technical and policy forums. The responsibilities of the Resident Advisor are prioritized as follows: (A) Technical and Program Management and Supervision: Maintain familiarity with current scientific/ medical literature and best practices in methods of malaria prevention and control relevant to the Uganda program, especially in regard to vector control, indoor residual spraying (and the variety of chemicals used for this including DDT), insecticide-treated bed nets, entomological monitoring, malaria in pregnancy, case management for uncomplicated and severe malaria and diagnosis. Additional expertise in health care seeking behavior, particularly as it relates to community drug distribution and use of lower level facilities, drug and diagnostic policy issues, and strategic health communication for behavior change is desirable. Advise the Service Delivery Team Leader, the HHE/DO3 Team Leader and Mission Management on the status of PMI and related malaria activities in Uganda. The Advisor should be a senior-level professional who shall coordinate with relevant stakeholders, provide program oversight, and exercise independent technical and professional judgment in organizing, planning and supervising PMI program implementation, including routine site visits. S/he shall manage relationships and assignments independently with minimal supervision and limited guidance. Provide technical direction, strategic planning and oversight of the implementation of the PMI program, and ensure that planned development results are achieved in a highly efficient, effective and timely manner, consistent with USAID regulations, policies and development principles. The Advisor shall manage and oversee services and deliverables provided by contractors and grantees, in accordance with USAID program management regulations and procedures, and practices. Coordinate with and providetechnical advice, direction or assistance to the following organizations as described below: ( i) USAID implementing partners – to ensure that the malaria activities of all USAID/Uganda partners are well coordinated, in line with PMI 5-year strategy, and with PMI/Washington guidelines. The Senior Malaria Advisor will serve as A/COR on a number of PMI programs with direct responsibility for the program management of some of PMI’s largest grants and contracts. ( ii) The Ministry of Health and the NMCP – to develop and support malaria prevention and control activities as part of the Health Sector Strategic and Investment Plan (HSSIP), and assist them to develop a Financial Sustainability plan before the end of the PMI. (iii) USAID/Uganda – to ensure that all malaria activities are integrated appropriately according to the principle of GHI and to provide the Mission with technical advice on how best to achieve results for the PMI.This includes direct supervision of up to two FSNs who support the PMI program in Uganda. The Advisor shall, as appropriate, also work with other areas within the Mission (e.g. environment, democracy and governance, economic growth, post-conflict development in Northern Uganda, etc.) as malaria issues relate to broader development goals that USAID seeks to address in Uganda. B. Collaboration and Communication with Stakeholders : Work together with the CDC Malaria Technical Advisor to assist the Ministry of Health in facilitating communication and coordination between the PMI activities, Roll Back Malaria partnership members, the Global Fund, USAID/Uganda and the Health, HIV/AIDS and Education office and its partners. This includes attending Health SectorTechnical Working Group Meetings on Infectious Diseases and sub-groups related to malaria. Work closely with senior and technical representatives from the Government of Uganda, foreign embassies providing development assistance, international donor organizations, multilateral organizations, local and international non-governmental organizations (NGOs), private international organizations, senior U.S. Government officials and USAID and CDC technical staff. The Advisor shall work closely with the following organizations in collaboration with the CDC Technical Advisor as described below. (i) The MOH to ensure that malaria activities of the various components of the MOH are working together effectively to plan, implement and monitor activities relevant to malaria prevention and control. Relevant components of the MOH include Senior Management, NMCP, Child Health, Integrated Management of Childhood Illness (IMCI), Reproductive Health, Nutrition, School Health, Health Education and Promotion, Planning etc. ( ii) The NMCP to assist in documenting and distributing policy and guidelines for best practices in vector management, treatment regimens, diagnosis, and other proven malaria prevention and control strategies at both the facility and community level based on medical and scientific literature, experience from other countries, and operations research. (iii) PMI Implementing Partners and other multilateral and bilateral partners to coordinate malaria prevention and control activities and integrate them into the Uganda National Minimum Health Care Package. (iv) Health partners at the District, Health sub-District levels and civil society levels such as the local council system, schools, churches, NGOs, FBOs, etc. to ensue effectiveness or programs at the community level. (v) Other PMI partners to communicate regularly and work jointly with other members of the USAID/Washington Global Health Bureau, USAID/Uganda Health team, Walter Reed Program, CDC/Uganda and CDC Atlanta. C. Monitoring and Evaluation Responsibilities: Monitoring and evaluation is a key component of PMI. The Advisor shall be responsible for working with the CDC Malaria Technical Advisor in development of a monitoring and evaluation plan in line with the PMI targets, and ensure that PMI partners develop project monitoring plans and report in a timely manner on their activities. The Advisor shall provide expert advice and practical experience in helping develop and implement the national monitoring and evaluation plan. S/he will also help the MOH, the NMCP and other partners to monitor inputs and outcomes, progress towards RBM goals, and how to execute it jointly. The Advisor shall also be responsible for ensuring audit accountability within the PMI program and staying in line with audit recommendations. D. Other Duties as assigned: The Senior Malaria Advisor will work within the context of supporting USAID/Uganda’s broader development goals as outlined in their Country Development Cooperation Strategy, and will support the broader goals of the U.S. Embassy Kampala’s Interagency Health Team, chaired by the Deputy Chief of Mission. The Advisor will represent USAID/Uganda at appropriate international fora. S/he will work closely with USAID/EA staff in Nairobi and other PMI Missions in Africa as needed. The Advisor will report to the HHE/DO3 Service Delivery Team Leader. Please access detailed scope of work and evaluation criteria: http://uganda.usaid.gov/ or send email to gnakaddu@usaid.gov , copy, gmuntu@usaid.govPlace of Performance: USAID/Uganda, c/o US Embassy Compound – South Wing, Plot 1577 Ggaba Road Postal Office Box: 7856, Kampala Kampala UG URL: https://www.fbo.gov/spg/AID/OM/UGA/617-12-0008/listing.html
OutreachSystems Article Number: 120804/PROCURE/0123
Matching Key Words: writ*; copy; technical; operating; procedure?;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — BINOCULARS, SCOPES & ACCESSORIES H92244-12-T-0269 082412 Courtney Greco, Phone 7578932718, Email courtney.greco@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; quotes 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-0269, 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 2005-60 effective 26 July 2012. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9E. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services This is a brand name or equal procurement. If quoting equal, vendor must provide specifications. CLIN 0001 LEICA APO-TELEVID 82 ANGLED WITH 25-50x WW ASPH, MODEL # 40134, Qty 15 CLIN 0002 MANFROTTO HORIZONTAL GRIP ACTION BALL HEAD WITH RC2 RAPID CONNECT, PART # 322RC2, Qty 15 CLIN 0003 MANFROTTO CARBON FIBER TRIPOD, Q90, 4 SECTION, BLACK MODEL # 055CXPRO4, Qty 15 CLIN 0004 ZEISS VICTORY FL 10×56 T* BLACK BINOCULAR, MODEL # 525610, Qty 15 Section I Clauses 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb 2012 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small BusinessConcerns Jan 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.243-1 Changes-Fixed Price Aug 1987 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel WorkProduct Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun 2010 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Mar 1998 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 SOFARS 5652-252-9000 Notice of Incorporation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-2 Evaluation – Commercial Items Jan 1999 FAR 52.212-3 Alt I Offeror Representations and Certifications CommercialItems (APR 2011) – Alternate 1 Feb 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Alt I Offeror Representations and Ceritfications- Commercial Items (AUG 2007)- Alternate 1 Jun 2005 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 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 Officers are Ana Downes, telephone (757) 893-2722 and Christine Anderson, telephone (757) 893-2715. CLAUSES INCORPORATED BY FULL TEXT Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil 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. Current solicitation is subject to the following: FAR 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by 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: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil. Quotes must be received no later than 02:00 PM. Eastern Standard Time (EST) on 24 August 2012. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm through 30 September 2012 from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 893-2718 or fax to (757) 893-2957. Set-Aside: Total Small Business Place of Performance: 1636 Regulus Avenue Virginia Beach, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0269/listing.html
OutreachSystems Article Number: 120804/PROCURE/0742
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — GPS & ACCESSORIES H92244-12-T-0270 082412 Courtney Greco, Phone 7578932718, Email courtney.greco@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; quotes 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-0270, 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 2005-60 effective 26 July 2012. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9E. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services This is a brand name or equal procurement. If quoting equal, vendor must provide specifications. CLIN 0001 GARMIN MONTANA 650t, WATERPROOF HIKING GPS WITH TOPO U.S. 100K AND 5 MEGAPIXEL CAMERA, MODEL # 010-00924-02, Qty 30 CLIN 0002 GARMIN MONTANA MOTORCYCLE POWER CRADLE, MODEL # 010-11654-01, Qty 30 CLIN 0003 ENDURO ENGINEERING UNIVERSAL CROSSBAR, MODEL # GEEAD, Qty 30 CLIN 0004 TOURATECH USA LOCKING GPS MOUNT, BLACK, GARMIN MONTANA, MODEL # 065-0599, Qty 30 CLIN 0005 GARMIN 650t AUTO SUCTION MOUNT WITH SPEAKER, MODEL # 010-11654-00, Qty 30 Section I Clauses 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb 2012 FAR 52.211-6 FAR 52.211-14 Brand Name or Equal Notice of Priority Rating for National Defense Use Aug 1999 Apr 2008 FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb 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 Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.243-1 Changes-Fixed Price Aug 1987 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Jan 2009 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 SOFARS 5652-252-9000 Notice of Incorporation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-2 Evaluation – Commercial Items Jan 1999 FAR 52.212-3 Alt I Offeror Representations and Certifications CommercialItems (APR 2011) – Alternate 1 Feb 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (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 Officers are Ana Downes, telephone (757) 893-2722 and Christine Anderson, telephone (757) 893-2715. CLAUSES INCORPORATED BY FULL TEXT Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil 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. Current solicitation is subject to the following: FAR 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by 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: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil. Quotes must be received no later than 02:00 PM. Eastern Standard Time (EST) on 24 August 2012. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm through 30 September 2012 from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 893-2718 or fax to (757) 893-2957. Set-Aside: Total Small Business Place of Performance: 1636 Regulus Avenue Virginia Beach, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0270/listing.html
OutreachSystems Article Number: 120804/PROCURE/0743
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129 Rockville MD 20857-0001
R — Labor/Employee Relations and Workers Compensation Support 1109522 081312 James G. Whitt, Contracting Officer, Phone 3018271022, Fax 3018277106, Email james.whitt@fda.hhs.gov – Emily Hunt, Contracting Officer, Phone 3018277109, Fax 3018277106, Email emily.hunt@fda.hhs.gov This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified small business sources and their size classifications (i.e., HUBZone 8(a), 8(a), HUBZone, Service-Disabled Veteran-owned, Veteran-Owned, and Small Disadvantaged Business) relative to the North American Industry Classification System (NAICS) code. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources. Only small business sources shall respond to this sources sought synopsis. Project Title: Labor/Employee Relations & Workers Compensation Support Project Description: The purpose of the project is to obtain resources needed from a contractor with senior government Labor and Employee Relations (LER) experience to assist in providing expert guidance and advice to management, LER Staff and employees regarding all aspects of labor and employee relations. The contractor will consult with the program’s team leader and specialist to initiate work. The contractor will advise and assist management with addressing varying aspects of LER by providing guidance on the best courses of action available, based on relevant factors and considering the current culture and trends of the organization. Depending on the complexity and scope of issues raised, the contractor will provide support in conducting investigations and inquiries of the facts and circumstances presented in a grievance (either negotiated or administrative), including collecting documentary evidence, conducting interviews, and holding meetings, as appropriate. The contractor will prepare written clear concise investigative reports addressing all issues and findings, which will be used by the management official in rendering his/her decision. LER actions may include, but are not limited to, the following: performance-based actions (PIP, performance warning memos, within-grade increase denials, rating summaries, etc.), conduct-based actions (written and verbal counseling, admonishments, warning memorandum, leave restrictions, Official Reprimands, suspensions from duty, removals), grievances, formal appeals to MSPB, EEO, worker’s compensation and unemployment compensation claims, unfair labor practices, information requests, and other necessary labor-management obligations. The contractor may also be required to assist management and/or the LER Specialist in drafting performance standards and elements. The contractor must have the ability to analyze case law and relevant factors to make contract interpretations, bargaining unit determinations, negotiability determinations, and advising management in the development, application, and interpretation of a wide range of labor relations policies and practices. The contractor will perform other related LER issues and functions as assigned. The contractor will draft documents for final approval and/or signature, as directed by the LER Director or designee. The contractor will also provide administrative/clerical assistance and support, inclusive of, but not limited to, creating file folders, printing, copying, shredding, establishing and FDA/LER network drive and/or web page content to ensure all policies, guidance, current templates and other relevant information is in a central location for LER specialists and customers. The contractor will provide assistance and support with usage and content updates that LER specialists need for the EWITS caseload tracking system. The contractor will be responsible for ensuring legal compliance with all applicable laws, rules, regulations, policies, CBA’s, etc., of all ER/LR actions processed. Your responses to the questions provided below will assist the Government in selecting the appropriate acquisition method. Page limit: Maximum 15 pages (font size Times New Roman 11 or larger). A copy of the company capability statement will also be accepted (but not in place of the responses to the below questions). The anticipated period of performance is 12 months. After review of the responses received, a pre-solicitation synopsis and formal solicitation may be published in the Federal Business Opportunities. Response to this notice must include company name, address, point of contact, size of business pursuant to the NAICS code, and must respond to the following questions: 1. Is your business a small business under the NAICS code? 2. Does your firm qualify as a small disadvantaged business? 3. If disadvantaged, specify if your firm is certified under Section 8(a) of the Small Business Act? 4. Are you considered a certified HUBZone firm? 5. Are you considered woman-owned or operated business? 6. Are you a certified Service-Disabled Veteran-Owned or Veteran-Owned business? 7. Describe your proven capability to provide process documentation services. 8. Describe your experience with providing assistance in addressing varying aspects of LER. 9. Describe your proven capability to conduct the range of investigations and inquiries of the facts and circumstances presented in a typical labor grievance. 10. Describe your proven capability to write clear, concise investigative reports about various LER actions. 11. Describe your proven capability to analyze case law on LER issues in order to make contract interpretations and other determinations. 12. Describe your proven capability to draft documents for review and approval. 13. Describe your proven capability to provide administrative/clerical assistance and support. This is not a request for proposals and in no way obligates the Government to award any contract. Responses to this notice shall be mailed to: Department of Health and Human Services (DHHS), U.S. Food and Drug Administration, Office of Acquisitions and Grant Services, 5630 Fishers Lane, Room 2081, Rockville, MD 20857, Attn: James Whitt; or by facsimile to (301) 827-7106. Telephone and email responses will not be accepted. Responses must be received in writing, by no later than August 13, 2012, 4:30 PM, local time. No solicitation is currently available. Responses to this sources sought synopsis will not be considered adequate responses to the solicitation, a request to be added to a prospective offerors list, or a request to receive a copy of the solicitation. Reference No. 1109522. URL: https://www.fbo.gov/spg/HHS/FDA/DCASC/1109522/listing.html
OutreachSystems Article Number: 120803/PROCURE/0741
Matching Key Words: documentar*;
Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
R–Communications Support for Human Factors Office VA70112I0342 081012 Adrian Cadena CONTRACT SPECIALIST 216-447-8300 x3500 CONTRACT SPECIALIST Special Notice: Sources Sought Notice Department Of Veterans Affairs Veterans Health Administration Human Factors Office “Communications Support” This sources sought notice is for market research purposes in accordance with the Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. This sources sought notice is a Request for Information (RFI) before the release of any resultant solicitation. This is not a request for a proposal and does not guarantee the release of any solicitation. Posted Date: August 1, 2012 Response Due Date: August 10, 2012 Response Due Time: 1300 EST NAICS Code: 541618 Contracting Office: Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Background Background: Emerging Health Technology (EHT) generates many products such as studies and reports, and must ensure that these products are available to all stakeholders. The mission of the Human Factors Office is not only the technical evaluation of emerging health information technologies, but to actively and effectively engage VHA clinical end users into the process. The HFO activities are guided by our business stakeholders and we strive to develop our communications through focused improvements in, collaboration and information accessibility. Under a previous contract HFO has realized the initial goals and objectives for an effective communications system. As HFO moves forward it becomes increasingly important that our stakeholders are made aware of our products and services and are afforded the opportunity to directly communicate with us via a variety of communication modalities and provide feedback and ideas. Requirements: The VA seeks support of the Human Factors Office Communication Program for a clear, consistent, and timely means of communication among all stakeholders. The contractor shall support the HFO communications program through multi-faceted modalities, bi-directional communication and tailoring communication media and tools to meet stakeholders’ preferences. Support will fall under the following service categories: 1) Coordination, creation and dissemination of HFO communication related information: The contractor shall produce cogent communication materials, maintain and develop content for HFO communication and collaboration sites, maintain the communication materials library and provide an information gateway for HFO related materials. Deliverables include analyses, reports, briefing materials, wiki articles, newsletters, brochures, presentations, videos, podcasts, and a communication library. 2) Establish and maintain HFO communication and collaboration web and SharePoint sites: The contractor shall leverage communication technologies, maintain the HFO communication and collaboration sites, identify new modalities or modifications to support brand identity and HFO goals and objectives, provide creative design and development services, track usage on the sites, and tailor communication media, messages and tools to meet audience preferences. Deliverables include communication and collaboration sites and project sub-sites with various web parts, libraries, lists, and discussions and metrics reports. 3) Quality assurance of HFO communications content: The contractor shall proof-read and edit communication materials created by HFO. Deliverables include reports, briefing materials, newsletters, presentations, and brochures. 4)Technical writer services – The contractor shall produce professional grade materials. Deliverables include reports, articles, and briefings. 5) Facilitation services – The contractor shall facilitate meetings, disseminate materials, publish agendas, provide summaries, and monitor progress on action items and milestones. Deliverables include meeting agendas and summaries, and progress reports on action items and milestones. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A. Experience 1. Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for each domain requirement for which your company is responding: a. Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b. Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners’ contact information. c. Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. 2. A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 3. A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1. A writtenresponse providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2. Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a. Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Adrian Cadena Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to the POC – Adrian.cadena@va.gov – no later than 1300 EST on August 10, 2012. URL: https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0342/listing.html
OutreachSystems Article Number: 120803/PROCURE/0746
Matching Key Words: writ*; technical;
Department of Veterans Affairs, Long Beach VANLO, Department of Veterans Affairs, NCO 22;4811 AIRPORT PLAZA DRIVE;SUITE 600;LONG BEACH, CA 90815
U–VA262-12-AP-3158-EJournal library-Loma Linda VA26212Q1361 080612 Ashante Booker Contracting Officer 562-766-2211 Contracting Officer Department of Veterans Affairs, Network Contracting Office (NCO), on behalf of Library Services at the VA Loma Linda Healthcare System is contemplating a firm-fixed price one-time purchase award to fulfill station requirements and services as described by this Combined Synopsis/Solicitation. ITEM SPECIFICATION: Annual Subscription Details. This acquisition is for annual bio-medical library and non-embargoed subscription journal packages including web-based database access. The annual licensing/subscription/membership shall be for Unlimited Users or Institutional/Enterprise level access. 1 Nature electronic journals 1 YR $_________________ 2 Nature Academic Journals-American Journal of Gastroenterology 1 YR $_________________ 3 Nature Academic Journals-Eye 1 YR $_________________ 4 Nature Academic Journals-Kidney International 1 YR $_________________ 5 Nature Academic Journals-Spinal Cord 1 YR $_________________ 6 Oxford University Press E-Journal Package — Medicine 1 YR $_________________ 7 Springer E-Journal Package 1 YR$_________________ 8 Wiley E-Journal Package — Subscribed Title 1 YR $_________________ 9 Wiley E-Journal Package — Unsubscribed Titles (Full) 1 YR $_________________ TERMS AND CONDITION -C.1 52.217-2 CANCELLATION UNDER MULTIYEAR CONTRACTS (OCT 1997) -C.2 52.217-7 OPTION FOR INCREASED QUANTITY–SEPARATELY PRICED LINE ITEM (MAR 1989) -52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) -52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) -52.228-5 INSURANCE – WORK ON A GOVERNMENT INSTALLATION (JAN 1997) -52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS–COMMERCIAL ITEMS (APR 2012) -52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). – 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). -52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) -52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). -52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). -52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) -52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). -52.222-3, Convict Labor (June 2003) (E.O. 11755). -52.222-21, Prohibition of Segregated Facilities (Feb 1999). -52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). -52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). -52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). -52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). -52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). -52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). -52.232-34, Payment by Electronic Funds Transfer–Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). -52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). -52.222-43, Fair Labor Standards Act and Service Contract Act–Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). -52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). -52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunity. -52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). -52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). -52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). -52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. -52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). -52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). -52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment–Requirements “(Nov 2007)” (41 U.S.C. 351, et seq.). -52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). -52.222-54, Employee Eligibility Verification (JAN 2009). -52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. -52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. -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 500 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. Submission #1: One copy of the Offeror’s solicitation offer with all fill-ins completed through Microsoft Word and all required documents attached must be submitted and received by email electronically by the due date and time specified on the Standard Form 1449 block 8 to the Contracting Officer ashante.booker@va.gov. The first submission is required by email. Submission #2: Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation via standard mail to the address specified on the Standard Form 1449 block 15. 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 at http://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. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 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: FACTOR I-PRICE: Technical and past performance, when combined, are EQUALLY AS IMPORATANT AS PRICE. (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. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS– COMMERCIAL ITEMS (APR 2012) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.225-25 PROHIBITION ON CONTRACTING WITH NOV 2011 ENTITIES ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN- 52.232-38 REPRESENTATION AND CERTIFICATION SUBMISSION OF ELECTRONIC FUNDS TRANSFER MAY 1999 INFORMATION WITH OFFER Place of Performance: 92357 URL:https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26212Q1361/listing.html
OutreachSystems Article Number: 120802/PROCURE/0154
Matching Key Words: documentar*;
Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
U–Milner Fenwick Consumer Health Videos VA70112I0347 080812 Nicholas Sparks 216 447 8300 3536 Nicholas.Sparks@va.gov Contract Specialist Milner Fenwick Patient Education HealthClips Video Library Office of Information and Analytics Request for Information: VA701-12-I- 0347 August 1, 2012 I. Introduction: This is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for project and program management services to support Milner Fenwick Patient Education HealthClips Video Library. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) requires a collection of authoritative patient education material in streamingvideo format for viewing at the bedside, in public areas, such as waiting rooms over closed circuit TV (CCTV). VHA’s goal is to ensure uniform availability of resources and services. A national purchase of the HealthClips Video Library will afford any Veteran at any VA medical center equal access to the same information. For the purpose of this solicitation, the HealthClips Video Library’s subject emphasis will be broad, covering many health topics, and must include licensing for broadcast of material over CCTV. III. Requirements: Objectives: The desired goals of the nationwide provision of a collection of authoritative patienteducation DVDs are as follows: Providing access nationwide to Veterans at any medical center to standard knowledge based patient education information resources creating an enterprise wide availability of patienteducation. Initiating a nationwide, centralized purchase to capitalize on the economies of scale offered by vendors. Negotiating one license/contract to decrease the current contracting and reviewing efforts that are required at the facility and/or VISN level and thereby avoid the costs and workload associated with multiple procurements. Making the HealthClips Library available for use by VA patient educators when working with Veterans via CCTV. Scope of Work: The vendor will provide for 153 facilities, the following: An annual license to the complete Milner-Fenwick HealthClips Video Library that includes: ” 436 video clips currently available in English ” 70 video clips currently available in Spanish ” All updates and all new releases in English and Spanish released during the term of the license will be provided to the VA system free of charge ” Transcripts for each video clip ” Branding with national VAMC logo ” Closed captioning ” License for broadcast rights for use via CCTV ” Provision of clips in the CCTV file format required by any location IV. Submittal Information: Responses will assist in determining the acquisition strategy used for this procurement. For example, if enough responsible and capable -Disabled Veteran Owned Small Businesses (SDVOSBs) respond, the acquisition strategy will most likely be a SDVOSB set-aside; therefore, interested vendors who are responsible and capable of performing the work are strongly encouraged to respond by the date specified. At this time no acquisition strategy has been decided. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A. Experience 1. Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for each domain requirement for which your company is responding: a. Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b. Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners’ contact information. c. Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. 2. A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 3. A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1. A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2. Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a. Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Nicholas Sparks Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to Nicholas Sparks at Nicholas.Sparks@va.gov no later than 1:00 PM EDT on Wednesday, August 8, 2012. Disclaimer This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End Document URL: https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0347/listing.html
OutreachSystems Article Number: 120802/PROCURE/0683
Matching Key Words: video*; education*; business*;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — VOA -NewsMinute BBG50-Q-12-00223 081612 Cheryl Peters , Contracting Officer, Phone 202-382-7866, Fax 202-382-7877, Email cpeters@bbg.gov – Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: BBG50-Q-12-00223 Posted Date: July 31, 2012 Original Response Date: August 16, 2012 Contracting Officer Address: Broadcasting Board of Governors (BBG) Attn: Cherylynn Peters, Contracting Officer Room 4032A 330 C Street, S.W. Washington, DC 20237 THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number BBG50-Q-12-00223 is issued as a request for proposal (RFP) for the acquisition of Broadcasting Services, in support of the Broadcasting Board of Governors (Voice of America) 330 Independence Avenue, Washington, D.C., 20237. The period of performance shall consist of a Base period of seven (7) months, with one, (1) year option period. This acquisition is being solicited as Full and Open Competition. The associated NAICS code for this procurement is 515111. The Government intends to award a Single Firm-Fixed Price contract but reserves the right to make multiple awards as a result of this solicitation. APPLICABILITY OF FAR PROVISIONS: The incorporated provision at 52.212-1, Instructions to Offerors- Commercial Items (JUN 2008) applies. The provision at 52.212-2, Evaluation Commercial Items (JAN 1999) applies to this solicitation. Offerors must include a copy of 52.212-3 (AUG 2009) with the proposal. The Clause 52.212-4, Contract Terms and Conditions – Commercial Items (JUN 2010) applies to this solicitation. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (JUL 2010), applies to the acquisition. Provision at 52.204-6, Data Universal Numbering System (DUNS Number) (APR 2008) applies. The Clause 52.204-7, Central Contractor Registration (APR 2008) 4.1104 also applies. All offers must be signed. Offers shall include: Company Name; Company Address, Tax Payer ID Number, DUNS Number, a list of three references with telephone numbers. FAR 52.252.1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); SUBMISSION OF PROPOSALS : Documents submitted in response to this solicitation must be fully responsive to and consistent with the requirements of the solicitation. Failure to comply with all the requirements of the solicitation may result in the offer being considered unacceptable for award. Offers are due no later than 4:00 p.m. EST on Thursday, August 16, 2012 via FedEx, other mail carriers, FAX Machine at number (202) 382-7877 or email to cpeters@bbg.gov or amartine@bbg.gov . ADDITIONAL INFORMATION: TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. PAST PERFORMANCE: The offeror shall submit three (3) past performance examples of current or previous contracts within the past three (3) years immediately preceding the issuance of this solicitation to be considered recent. Past performance information must include name of agency serviced or being serviced, name, telephone number and email address of agency point of contact; contract number, value of contract, nature of work performed, and the period of performance. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance. QUESTIONS: If the offeror is uncertain as to any requirements of the specification(s), such questions shall be directed to the Contracting Officer. Questions shall be submitted via email to cpeters@bbg.gov & amartine@bbg.gov . Questions must be received no later than 1:00 p.m. (EST) on Wednesday, August 8, 2012. Questions, which are not submitted in writing or are submitted after 1:00 p.m. (EST) on Wednesday, August 8, 2012, will not be addressed. Responses to the questions submitted, if/as appropriate, will be responded to via an amendment to the solicitation only, which will be posted to FEDBIZOPPS. SPECIFICATIONS/STATEMENT OF WORK: The Broadcasting Board of Governors (BBG), International BroadcastingBureau (IBB), Office of Strategy and Development (OSD), is seeking one or more popular television Networks in Pakistan with nationwide coverage – terrestrial, direct-to-home satellite or cable – to broadcast a 60-second program tentatively titled, “NewsMinute.” The Network shall broadcast the program at the same fixed time five nights weekly (Monday-Friday), with the airing not varying more than two minutes from the time agreed upon, between 8pm and 11pm local (Pakistan) time. BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Pakistan. The Network retains the right to recommend changes to the program content so that BBG may make a program or segment more balanced and in accordance with the laws of Pakistan. Network shall broadcast the program in its entirety, without alteration, abridgement or excerption. Note: Overlay of station’s program elements (logos and crawls) on the BBG program shall constitute alteration. However, Network shall have the right to determine whether the program is in accordance with the laws of Pakistan. BBG takes full responsibility of the program content. No representation of indemnification of any kind can or will be offered. Program shall be transmitted by BBG via satellite or Internet/FTP – with technical details of the transmission to the Network(s) and feed transmission times to be mutually agreed upon. Each party shall identify points of contact to discuss any alteration of the program‘s scheduled playback, or other technical or administrative details in advance. Proposals shall include an estimate of the Network’s total audience at the proposed scheduled playback time and any promotional efforts, if any. Such estimates shall be from a recognized commercial research firm, and Network shall provide documentation to support such estimates. BBG reserves the right to make multiple awards; offers submitted shall be valid for 60 days from submission. Offers may include proposals for more than one fixed playback time. BBG may choose Network(s) and playback time(s) that best suits its needs. Payment from BBG shall be in arrears, net 30 days upon proper invoice. Effective date for this procurement shall be Monday, August 27, 2012. Duration of this procurement shall be seven months, ending March 1, 2013, with one (1) option year period beginning March 2, 2013 and ending March 1, 2014. A sample program is viewable at: http://youtu.be/qecEoB2yTxc EVALUATION CRITERIA: The Offeror shall submit a proposal that delineates its technical ability and relevant expertise to perform the work described in the Statement of Work (SOW). Networks with the highest audience reach will receive favorable consideration. The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 5in;” 5in;” 5in;” Offers will not be accepted from agents; from principals only. Technical and Past Performance when combined, are equal to cost. Price evaluation will be based on price reasonableness and fairness. RELEVANT EXPERIENCE : The Offeror shall list its experience with supporting documentation. BASIS OF AWARD: The award will be made to the vendor(s)/contractor(s) whose offer is determined to be the best overall value to the Government, price and other non-cost factors will be considered. BASE PERIOD : August 27, 2012- March 1, 2013. Duration of this procurement shall be seven months, ending March 1, 2013, with one, (1) year option period beginning March 2, 2013 and ending March 1, 2014. Place of Performance: Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-12-00223/listing.html
OutreachSystems Article Number: 120801/PROCURE/0103
Matching Key Words: broadcast*; program?;
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
99–Diving Services to Replace 7 Balancing Valves W9128F12T0150 081512 sara edwards, 4029952484 USACE District, Omaha PERFORMANCE WORK STATEMENT (PWS) FOR THE REPLACEMENT OF INTAKE BALANCING VALVES, OAHE PROJECT, OMAHA DISTRICT CORPS OF ENGINEERS Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide Diving Services to remove and install Government supplied balancing valves and associated piping at the Oahe Project. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Diving Services to replace 7 balancing valves as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. The contractor shall provide the Diving Services in accordance with the attached Specification 01080 – Diving Requirements for Oahe Dam Intake Balancing Valve Replacement. 1.2 Background: The current balancing valves are corroding and leaking to the point of allowing substantial water to flow into the tunnel interfering with annual maintenance work. Replacing the valves will stop water from filling the penstocks and allow for maintenance activities to occur. The Oahe Dam is located approximately 6 miles north of Pierre, South Dakota, see attached Map #1. The powerhouse intake structure is located upstream of the left abutment or directly north of the Powerhouse, see attached Map #2. Welding procedures and welders shall be qualified in accordance with ASME BPVC SEC IX. Welding procedures qualified by others, and welders and welding operators qualified by another employer, may be accepted as permitted by ASME B31.1. Diving shall be performed in accordance with the US Army Corps of Engineers Engineering Manual EM 385-1-1 Safety and Health Requirements and Specification Section 01080 DIVING REQUIRMENTS FOR OAHE DAM INTAKE BALANACING VALVE REPLACEMENT. 1.3 Objectives: The dive services will be to replace 7 intake balancing valves and associated piping. All valves, flanges and piping will be supplied by the Government. See attached Drawing #1 for details. Drawings #2 – #5 are informational only. 1.4 Scope: The Contractor shall provide all dive services required to remove and install intake balancing valves, elbows and piping located at the Oahe Powerhouse Intake Structure. It may be required to cut bolts underwater to remove piping. Contractor will be required to provided equipment to raise and lower valve and pipe section. Government will provide conveyance for the diver into and out of intake. Contractor will measure and field verify pipe length and make modifications to the pipe length as needed before installing new piping. No underwater welding will be allowed. Diving shall utilize surface supplied air, scuba shall not be permitted. All valves and piping that is removed shall become the property of the contractor and shall be disposed of properly. The contractor will complete an entire intake prior to being allowed to work on another. 1.4.1 Inspection Site Conditions: See attached drawings and maps and Specification Section 01080. The contractor will coordinate with the Corps Project for access to each intake. Before work is started, the Contractor shall arrange with the Contracting Officer a sequence of procedure, means of access, space for storage of materials and equipment, and use of approaches, roads, and parking areas. 1.4.2 Diving Plan: In accordance with Specification Section 01080 DIVING a written plan describing the equipment and procedures for each dive shall be submitted for approval not less than 14 days prior to each dive. 1.5 Period of Performance: The period of performance shall start within 15 days of the award and shall be completed within 45 working days. 1.6 General Information: 1.6.1 Quality Control NA 1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays New Year’s Day Labor Day Martin Luther King Jr.’s Birthday Columbus Day President’s Day Veteran’s Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:00 am to 5:30 pm Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at Oahe Project, Pierre, South Dakota 1.6.6 Type of Contract: Purchase Order 1.6.7 Security Requirements: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.8 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technicalrequirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10 Key Personnel: The follow personnel are considered key personnel by the government: Eric Stasch, Operations Project Manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:00 am and 5:30 pm Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.6.11 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. Contractor. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. Contracting Officer. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. Contracting Officer’s Representative (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. Physical Security. Actions that prevent the loss or damage of Government property. 2.1.8. Quality Assurance. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. Work Day. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13. Work Week: Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACOR Alternate Contracting Officer’s Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer’s Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: None. 3.2 Facilities: None. 3.3 Utilities: The Government will provide electrical power at the intake structure. 3.4 Equipment: Crane, operator and man basket for access and conveyance into and out of intake structure. Government will not provide lifting capabilities to remove or install intake valves and associated piping. 3.5 Materials: All valves, piping, flanges, fasteners and gaskets will be provided to the Contractor. Government will supply all valves, piping and fittings and associated equipment to replace the balancing valves. The value of piping and fittings is approximately $1500.00 per intake. Contractor will be responsible for paying SD excise tax on the government furnished materials. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: NA 4.3. Materials: The Contractor shall furnish materials, supplies, and equipment necessary to weld piping under this PWS. 4.4. Equipment: The Contractor shall furnish all equipment to meet the requirements under this PWS. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide services for the Intake Balancing Valve Replacement at the Oahe Dam, Pierre, SD. 5.2. Task Heading: NA 5.3. Contractor Management Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer’sTechnical Representative (COTR) or also known as the Contracting Officer’s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor’s name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor’s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): NA PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7. Attachment/Technical Exhibit List: Attachment 1: SECTION 01080 Diving Requirement DIVING REQUIREMENTS FOR OAHE DAM Intake balancing valve Replacement Attachment 2: EM 385-1-1 App O Attachment 3: Oahe Site Map #1 Attachment 4: Oahe Site Map #2 Attachment 5: Drawing #1 Attachment 6: Drawing #2 Attachment 6: Drawing #3 Attachment 7: Drawing #4 Attachment 8: Drawing #5 Set-Aside: Total Small Business Place of Performance: USACE District, Omaha 1616 Capital Ave, Omaha NE 68102-4901 US URL: https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12T0150/listing.html
OutreachSystems Article Number: 120801/PROCURE/0594
Matching Key Words: writ*; copy; technical; standard; procedure?;
Environmental Protection Agency, Office of Acquisition Management, Region IV, Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104USA
R–Regional Oversight Contract (ROC) IV SOL-R4-12-00004 091812 Kimberly Washington washington.kimberly@epa.gov The purpose for this amendment is to correct the type of action initially posted on FedConnect from Pre-Solicitation Notice to SOLICITATION. In addition, this amendment adds the following information: This solicitation is being issued to request proposals for the U.S. Environmental Protection Agency, Region 4, Regional Oversight Contract. EPA contemplates the award of a Time and Material, Indefinite Delivery/Indefinite Quantity type contract which includes a five-year base period with one 24 months award term period. The solicitation is available on http://www.FedConnect.net and at http://www.epa.gov/oam/regions/index.htm#notissue. The contractor will provide technical support to EPA Region 4 in fulfillment of its responsibilities for oversight and enforcement of both Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA) activities at active, closing or former Federal facilities, including Base Realignment and Closure (BRAC) installations, Formerly Used Defense Sites (FUDS), and Formerly Used Site Remedial Action Program (FUSRAP) sites. To a much lesser extent, the resultant contract may be used to provide technical support to EPA at non-Federal potentially responsible party (PRP)-lead sites (i.e., privately owned). The major tasks include: Technical Reviews, Meeting Support, Field Activities and Data Review, and Other Technical Support. These services will be provided within EPA Region 4 (which encompasses the area of Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee). This action is a total small business set-aside in accordance with FAR Subpart 19.5 and is subject to the North American Industry Classification System Codes (NAICS) code 562910 with a size standard of 500 employees (Environmental Remediation Services; footnote 14). Only small business may apply. For more information on these size standards, please visit http://www.sba.gov/size. This procurement will be conducted under the Federal Acquisition regulations (FAR) Part 15. Email your questions to: JANICE L. SPADY, Contract Specialist, E-Mail: spady.janice@epa.gov and cc: KIMBERLY WASHINGTON, Contracting Officer, E-Mail: washington.kimberly@epa.gov Set-Aside: Total Small Business Place of Performance: Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104USA 30303-3104 USA URL: https://www.fbo.gov/spg/EPA/OAM/RegIV/SOL-R4-12-00004/listing.html
OutreachSystems Article Number: 120801/PROCURE/0737
Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–MENTAL MENTORING TRAINING AT FORT BENNING, GEORGIA W9124D12T0131 070212 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox MENTAL MENTORING TRAINING AT FORT BENNING, GEORGIA The Mission Installation Contracting Command Center Mission Contract Office – Fort Knox will issue a solicitation for mental mentoring training for the U.S. Army Marksmanship Unit at Fort Benning, Georgia. This requirement is a small business set-aside, NAICS 611430, with a size standard of $7.0M, applies to this requirement. The solicitation will be posted on the Army Single Face to Industry (ASFI) on or about 1 June 2012 with proposals due on or about 2 July 2012. No paper copies of the solicitation will be issued. All amendments to the solicitation will be likewise posted to this website. Contractors are cautioned to check this website for amendments. No solicitation mailing list will be compiled. Any questions shall be submitted in writing to Barbara Mattingly at barbara.j.mattingly2.civ@mail.mil, facsimiles will not be accepted. Any correspondence shall reference the solicitation number. Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/adefacb5e773170fde193dc93e0eba80
OutreachSystems Article Number: 120731/PROCURE/0088
Matching Key Words: state!ky;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
U — Training H92244-12-T-0265 082012 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-0265, 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 2005-60 effective 26 Jul’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 Specifications (The contractor shall provide a detailed breakdown of the course price). Qty – 1 lump sum Section C Specifications The contractor shall provide a 5-Day C On and Off-Road Driving Course of Instruction (COI) in the month of September 2012 for eighteen (18) students. The Course of instruction shall include the following: • At a minimum the contractor shall provide student to instructor ratio of 2:1 (9 driving instructors). • Instructors shall have at least 5 years experience of Professional Instructing in vehicle handling and driving. • Instructor shall be able to provide written evaluation of each driver on: vehicle control skills, precision and consistency, mental skills and vehicle empathy. • The contractor’s COI shall include training in on/off road rally driving skills and awareness in multiple styles of vehicles with a full range of terrains and surfaces for up to 18 government personnel at a time. • Contractor’s facility is required to be located within 50 miles of major airport to keep transportation cost at a minimum. • Instructors must have experience training Special Operations Forces (SOF) personnel in the areas of off-road and evasive techniques. • Instructors shall be able to conduct night time driving on NVGs (night vision goggles) • In general the COI shall include the following: paved/unpaved road driving, off-road driving, emergency response driving, anti-brake system and non-abs straight line braking drills, turning and braking drills, slalom, instinct response drills, skid control, off-road recovery, high speed driving, cornering techniques, braking zones, obstacle negotiation, recovery techniques, trail drives. • The contractor shall be responsible for providing all of the vehicles for the training The contractor’s facility is required to have the following features: Tracks The government requires the contractor to provide tracks with the minimums below. All tracks must be available for five (five) of the five (5) training days. Characteristics are as follows: • Paved road course with greater than 1 mile of configurable courses that can be used to develop skills on wet pavement. • Camber corners (both positive and negative) • Track must be equipped with an off road recovery area • Gravel skid pad with a minimum size of ½ acre • Track must have multiple training areas, equipped with mixed surfaces (gravel, tarmac, and gravel on tarmac) • 15 acre minimum area with gravel road developed for high speed rally use. • Multiple turn configuration (7-15 turns) • Two and a half (2.5) mile or greater course run that incorporates all of the following: o ½ mile of gravel course with fast, medium, and slow corners with run off areas o All-paved asphalt area with over 1 mile of configurable courses o ¼ mile straight lane with run-off Classroom Classroom space for 18 students each for the entire training to include audio and visual aids. Vehicles The contractor shall provide an assortment of training vehicles to accomplish the training objectives of the course of instruction. At a minimum the contractor shall provide and incorporate into the training these vehicles: • AWD (all-wheel drive) rally type cars with manual transmission and 300 hp (horse power). Qty – 9 vehicles • FWD (front wheel drive) four door cars, manual transmission, Qty – 9 vehicles • HCG (high center of gravity) vehicles, 5 speed manual and/or 4 speed automatic transmission, 4 wheel drive. Qty – 9 vehicles Off-Road Contractor’s facility is required to cover assorted off-road like terrain (with elevation changes), assorted terrains and road conditions. The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52-209-1 Qualifications Requirements Feb 1995 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.219-6 Notice of Total SmallBusiness 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 52.247-34 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 252.212-7001 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 supporting documentation 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 20 Aug ‘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-0265/listing.html
OutreachSystems Article Number: 120731/PROCURE/0126
Matching Key Words: film?; produc*; train*; you; website; business*; documentation; event?; instruct*; commercial?;
Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-310 AMC – Aeronautical Center (Oklahoma City, OK)
99--VIDEO CONFERENCE ROOM SEATING DTFAAC-12-M-06564 080312 Andrew Hutchcraft, 405-954-4940 andrew.hutchcraft@faa.gov MARKET SURVEY CAPABILITY ASSESSMENT FOR FIRM FIXED PRICE CONTRACT FOR CONFERENCE FURNITURE. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING OFFICER. CONTACT INFORMATION BELOW. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor’s expense. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for smallbusinesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA’s 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, service-disabled veteran-owned small businesses, 8(a) certified firms, and all other business types and sizes, capable of providing specified Aircraft System MaintenanceTraining. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The principle North American Industry Classification System (NAICS) code for this effort is 442110, Furniture Stores, with a size standard of $19 million. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. Interested parties should submit a capabilities statement to include the furniture to be offered, and compatibility to requested name brand. All responses to this market survey must be received by 3:00 p.m. CST August 3, 2012. All submittals should be submitted by email to andrew.hutchcraft@faa.gov; or mailed to: Federal Aviation Administration Mike Monroney Aeronautical Center Multi-Purpose Bldg., Room 373 (AMQ-310) 6500 S. Mac Arthur Blvd. Oklahoma City, OK 73125 ATTN: Andrew Hutchcraft URL: https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-12-M-06564/listing.html
OutreachSystems Article Number: 120731/PROCURE/0455
Matching Key Words: video*; train*; conference?; business*;
Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-310 AMC – Aeronautical Center (Oklahoma City, OK)
99--VIDEO CONFERENCE TABLE AND CREDENZA DTFAAC-12-M-06567 080312 Andrew Hutchcraft, 405-954-4940 andrew.hutchcraft@faa.gov MARKET SURVEY CAPABILITY ASSESSMENT FOR FIRM FIXED PRICE CONTRACT FOR CONFERENCE FURNITURE. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING OFFICER. CONTACT INFORMATION BELOW. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor’s expense. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for smallbusinesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA’s 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, service-disabled veteran-owned small businesses, 8(a) certified firms, and all other business types and sizes, capable of providing specified Aircraft System MaintenanceTraining. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The principle North American Industry Classification System (NAICS) code for this effort is 442110, Furniture Stores, with a size standard of $19 million. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. Interested parties should submit a capabilities statement to include the furniture to be offered, and compatibility to requested name brand. All responses to this market survey must be received by 3:00 p.m. CST August 3, 2012. All submittals should be submitted by email to andrew.hutchcraft@faa.gov; or mailed to: Federal Aviation Administration Mike Monroney Aeronautical Center Multi-Purpose Bldg., Room 373 (AMQ-310) 6500 S. Mac Arthur Blvd. Oklahoma City, OK 73125 ATTN: Andrew Hutchcraft URL: https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-12-M-06567/listing.html
OutreachSystems Article Number: 120731/PROCURE/0456
Matching Key Words: video*; train*; conference?; business*;
FedbizOpps – Awards
Department of the Interior, National Park Service, NPS – All Offices, SER – CUGA – Cumberland Gap National Historical Park Headquarters91 Bartlett Park Road Middlesboro KY 40965
T — Interpretive/Educational Film P12PS20420 Pamela Lyons Contracting Officer 6062481059 Pamela_Lyons@nps.gov; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistanceP12PX10420 $31425 080112 O’BRIEN, DONALD J,4146 RAYMOND AVE ,BROOKFIELD IL 605131822 No Description Provided URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS20420/listing.html
OutreachSystems Article Number: 120802/AWARDS/0943
Matching Key Words: film?; education*;
General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102
R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Daniel Stafford, Phone 8178508278, Email daniel.stafford@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0370Y $125000 042312 541-4B_541-1000 Diversified Communications Inc., 2000 M Street NW, Ste 340, Washington, DC 20036 US Contractor POC: Michael Grams URL: https://www.fbo.gov/notices/2bdcd710a0e7fdd42b92cd9f11f78140
OutreachSystems Article Number: 120731/AWARDS/0730
Matching Key Words: naics!512110;
General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102
R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Daniel Stafford, Phone 8178508278, Email daniel.stafford@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0472Y $125,000 071012 541-4B_541-1000 Old Post Films, Inc., 21914 Gold Stone Road, Topanga, CA 90290 US URL:https://www.fbo.gov/notices/f6dd4c9c983b7e4fa9df3449d91299ad
OutreachSystems Article Number: 120731/AWARDS/0731
Matching Key Words: naics!512110;
FedbizOpps – Special Notes
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
69–Special Announcement for the Special Operations Forces Aviation Systems Trainers – Enhancements (SOFAST-E) Solicitation W900KK12R0021 Matthew Sanders, 407-208-3327 PEO STRI Acquisition CenterThis notice announces the Governments intent to hold a site-visit for the SOFAST-E solicitation, to be held at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY on 15-16 August 2012. Vendors interested in attending this event are requested to respond no later than 1300 hours (EST) on Tuesday, 7 August 2012. Due to the security restrictions associated with this site-visit, only a limited number of persons can attend. As such, the Government requests that only those small business vendors seriously considering bidding as the Prime contractor respond. At the close of this announcement on 3 August, the Government will evaluate the number of responses to determine the attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and who meet the criteria for participation (i.e. small business, prime contract bidders), and will provide further specifics regarding the schedule of events and site procedures. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations. To maintain operational security, each vendor e-mail response must identify at a minimum: 1) Company name 2) Cage Code 3) Name(s) and title(s) of person(s) attending Upon recieving this response the Government will send the 160th SOAR(A) Standard Operating Procedures (SOP) document. Imbedded in this document is a Simulation Facility Site Visit Form (Attachment 1 to the SOP document). The highlighted areas of this document must be filled out and returned in order to gain access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document. This form must be filled out and returned via e-mail as-soon-as-possible back to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. This site-visit represents the first of two phases for the SOFAST-E Pre-solicitation Conference. Phase II is tentatively set to be held in Orlando, FL at PEO STRI, shortly following Phase I. Specific dates, times and location information regarding Phase II will be provided at a later time. During that portion of the Conference, vendors will have the ability to request a one-on-one session with the Government to discuss specifics generated from this site-visit and the forthcoming SOFAST-E requirements documentation. At this time, it is the intent of the Government to release a draft Statement of Work (SOW) prior to the site-visit with a draft solicitation release prior to Phase II. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request. PEO STRI POINTS OF CONTACT: Matthew Sanders Contract Specialist matthew.sanders6@us.army.mil Lovisa Parks Procurement Contracting Officer lovisa.parks@us.army.mil URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK12R0021/listing.html
OutreachSystems Article Number: 120804/SPECIAL/1186
Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, MICC – Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
99–DFAC W9124812R0015 Michelle Petterson, 270-798-7810 MICC – Fort Campbell 17. The Mission and Installation Contracting Command, Fort Campbell, KY, intends to issue a Request for Proposal (W91248-12-R-0015) for Dining Facility Attendant Services at eleven (11) dining facilities at Fort Campbell, KY, on or about 13 August 2012. Requirement is for a base period of 12 months and four (4) 12-months option periods. Procurement will be set aside for HUBZone Small Business firms. Requirement will be a Best Value procurement. RFP will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at http://www.eps.gov. Hard copies of the solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFP release and all subsequent amendments. The NAICS code is 722310 and the small business size standard is $35.5M. Points of contact are Mr. Will More, 270-798-7811, william.t.moore.civ@mail.mil or Ms. June Fletcher-Schiewe, 270-798-3441, linda.j.schiewe.civ@mail.mil. URL:https://www.fbo.gov/notices/563829c7257121fd9eae200724b088de
OutreachSystems Article Number: 120804/SPECIAL/1190
Matching Key Words: state!ky;
Other Federal Procurements (Small)
Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website
99 — Federal Supply Classification 9999 SOL M67001-12-Q-0295 General Desc: Video Distribution SystemDetail Desc: Please See Synopsis For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120804/SMALL/9026
Matching Key Words: video*; distribut*;
FedBizOpps Grants http://www.grants.gov/ Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.
R — Radio Programming for 2012-2013 SOL SCAKAB-12-AW-017-SCA-07312012 The Public Affairs Section (PAS) of the U.S. Embassy in Kabul, Afghanistan is pleased to announce an open competition for assistance awards through this Request for Proposals (RFP). PAS anticipates issuing multiple awards under this Funding Opportunity. PAS Kabul invites all eligible organizations to submit a proposal or set of proposals for some or all of the radio broadcast concepts outlined below. Programs should be in both Dari and Pashto wherever possible, and proposals must specify the language(s) to be used in the broadcasts. Specific concepts include programming on issues important to women and their families, and to the critical importance of sustained women’s involvement, across sectors and across regions, to building a stronger future for Afghanistan. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120801/SMALL/6271
Matching Key Words: broadcast*; program?;
USABID State and Local Purchases
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R – LEGAL SERVICES – LAWYERS LIABILITY INSURANCE POLICY (RE-BID). RFB-758-1300000113-1 DUE 27-AUG-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: 120807/BID/0004
Matching Key Words: age:state!ky; state!ky;
Board of Claims/Crime Victims Compensation Board, 130 Brighton Park Blvd., Frankfort, KY 40601
R – HEARING OFFICERS FOR FY13-14. RFP-175-1300000033-1 DUE 15-AUG-2012 Larry Hembree, Phone: 502-564-7364; 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: 120807/BID/0005
Matching Key Words: age:state!ky; state!ky;
Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601
R – RFP FOR CONTINGENCY LEGAL SERVICES. RFP-040-1300000045-1 DUE 13-AUG-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120807/BID/0006
Matching Key Words: age:state!ky; state!ky;
Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601
R – RFP FOR CONTINGENCY LEGAL SERVICES – ADDENDUM. RFP-040-1300000047-2 DUE 13-AUG-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120807/BID/0007
Matching Key Words: age:state!ky; state!ky;
Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601
R – RFP FOR CONTINGENCY LEGAL SERVICES – ADDENDUM. RFP-040-1300000046-2 DUE 13-AUG-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120807/BID/0008
Matching Key Words: age:state!ky; state!ky;
Ohio – City of Columbus http://vendorservices.columbus.gov/e-proc/venSolicitationsAll.asp?link=Open+Solicitations City of Columbus Purchasing Office, 50 W. Gay Street, 1st Floor, Columbus, Ohio 43215, Phone: (614) 645-8315, Fax: (614) 645-7051
R – RFI – SKILLS ASSESSMENT SOFTWARD SOL SA004550 REQUEST FOR INFORMATIONBackground: One of the primary responsibilities of the Columbus Civil Service Commission (Commission) is to ensure the various elected officials and departments of the City of Columbus have qualified and competent candidates from which to select when filling any of the City’s nearly 9,500 positions. Since 2001, the Commission has utilized a computerized testing software program to assess clerical, call center, customer service, information technology, and Microsoft Office user competencies. The Commission is now looking to upgrade or replace the current software in order to assess candidate knowledge of and skill using the up-to-date versions of the various technologies utilized throughout the City. Scope: The Commission is requesting information (RFI) regarding available computerized testing software as described above. Viable products will have the following options/tools available:> All questions/stimulus material to be presented to candidates on computer;> A configurable Candidate ID field or fields, with capability of using either a continuous 9 digit number or separated 2/2/5 characters (for 2 digit month of birth, 2 digit day of birth, and last 5 digits of SSN);> Item Writer capability that allows user to write own items, including copy and paste from Word, Excel, etc., and load graphics, digital images, and/or screen shots into items;> Capable of computer simulation testing of the Microsoft Office suite of software programs, including Word, Excel, Outlook, Access, and PowerPoint, 2007 -2010 versions;> Allowance for multiple methods of accomplishing tasks within computer simulation items as are permitted within the actual software program (e.g, use of key strokes, short cuts, pull down menus, etc. to accomplish the same task);> Capable of testing individual computer knowledge/skills on Windows and Internet;> Capable of testing basic clerical skills of filing, grammar, spelling, matching (name/number comparison);> Capable of testing basic clerical skills of typing (speed and accuracy) and data entry (numeric and alpha-numeric);> Capable of testing call center customer service skills such as analysis/responsiveness, accuracy, manners, information retrieval, data entry, and follow-up in a job simulation format;> Capable of testing basic math, including basic bookkeeping/accounting, reconciling invoices, bank statements, deposits, petty cash;> Capable of setting computer monitored/controlled time limits;> Allows administrator access to answer keys;> Capable of exporting scores in a variety of formats (Excel, dbf, txt, etc.) for import into an applicant management program;> Capable of updating to test newer software as it is released;> Capable of testing CAD (Computer Assisted Drawing) concepts/skills;> Capable of testing GIS (Geographic Information System) concepts/skills.Note: CAD and GIS capabilities are preferred, not requiredClassification: This is a request for information that will be utilized to see what is available in the marketplace. PLEASE NOTE: THIS IS NOT A BID REQUEST. Responses to this RFI will help us determine what solutions may best meet our needs so that specifications for a formal bid request can be prepared. Submissions of no more than fifty (50) unbound pages providing a description of the responder’s product, key features/options commensurate with or exceeding those referenced above, and any other information that will aid the reviewer in understanding the product and how it will meet the needs of the Commission should be submitted no later than 5 pm EST, Monday, August 13, 2012 to the following:Joey FaberCivil Service Commission50 West Gay Street, Room 500Columbus, Ohio 43215Vendor Qualifications: The City is seeking vendors who are qualified and experienced in the delivery of services requested and which are financially solvent. We are interested in companies with longevity and a current, stable list of clients using such services.Other Considerations: Upon review of the submitted RFI packets, the Commission reserves the right to contact certain vendors to demonstrate their product/service in order to gain further understanding of the proposed system. Due to budgetary constraints, the selection of a system/services expected to cost more than $15,000 for implementation and more than $5,000 annual maintenance is unlikely. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120807/BID/0440
Matching Key Words: writ*; copy;
Department of Military Affairs, 100 Minuteman Parkway, Frankfort, KY 40601
R – DIACAP (DOD INFORMATION ASSURANCE CERTIFICATION AND ACCREDITATION PROCESS) EQUIVALENT SERVICES. RFP-095-1200000529-1 DUE 28-AUG-2012 Leslie Stamper, Phone: (502) 607-1510; Website: https://emars.ky.gov/online/vss/AltSelfService Provider of information technology and security consulting services and specialize in Certification and Accreditation of federal information systems. A consulting group that can assist KYLOC in getting our network to a DIACAP (DoD Information Assurance Certification and Accreditation Process) compliance status. We are also looking for a group that can accomplish this with a very “hands-on type of assistance”, where their people are on site helping out local IT people make the necessary system changes. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120806/BID/0003
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R – RECORDKEEPING, COMMUNICATIONS, MARKETING SERVICES. RFP-758-1300000011-1 DUE 10-OCT-2012 Jodyi Hall, Phone: (502) 564-8625; 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: 120803/BID/0001
Matching Key Words: age:state!ky; state!ky;
Public Protection Cabinet, Dept. of Alcoholic Beverage Control, 1003 Twilight Trail, Frankfort, KY 40601
U – STAR (SERVER TRAINER IN ALCOHOL REGULATIONS) CONTRACTOR/TRAINERS. RFP-680-1300000040-1 DUE 10-AUG-2012 Maurice Brown, Phone: (502) 564-4850; 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: 120803/BID/0011
Matching Key Words: age:state!ky; state!ky;
Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202
R – (RE-BID) PRICE CONTRACT FOR DEVELOPMENT OF A COMMUNICATIONS AND OUTREACH STRATEGY FOR THE LOUISVILLE VISION PLAN. RFP-2822-0-2012/MBB DUE 09-AUG-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website: http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120802/BID/0006
Matching Key Words: age:state!ky; state!ky;
Kentucky Procurement
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
99 — KSP – SPECIAL RESPONSE ROBOTS AND ASSOCIATED EQUIPMENT – ADDENDUM. RFB-758-1300000042-4 DUE 13-SEP-2012 Michael Gustafson, Phone: (502) 564-5945; 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: 120807/KY/8360
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 – ADDENDUM. RFB-758-1300000055-3 DUE 13-SEP-2012 Pam Hamrick, Phone: (502) 782-1831; 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: 120807/KY/8361
Matching Key Words: age:state!ky; state!ky;
Kentucky Department of Agriculture, 500 Mero Street, 7th Floor, Frankfort, KY 40601
R — LEGAL SERVICES FOR THE DEPARTMENT OF AGRICULTURE. RFP-035-1300000054-1 DUE 13-AUG-2012 Autumn Brewer, Phone: (502) 564-4696; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120807/KY/8368
Matching Key Words: age:state!ky; state!ky;
Northern Kentucky Independent District Health Department, 610 Medical Village Drige, Edgewood, KY 41017
R — EMPLOYEE INSURANCE-RELATED BENEFITS. DUE 02-OCT-2012 Proposals will be received by the Northern Kentucky Independent District Health Department (NKIDHD) until the date listed for the following: EMPLOYEE INSURANCE-RELATED BENEFITS. OPENING TIME: 3:00 P.M. Eastern Standard Time (synchronized at the following web-site: http://www.time.gov/widget.html) LOCAL TIME, DATE: October 2, 2012, LOCATION: NORTHERN KY INDEPENDENT DISTRICT HEALTH DEPT, 610 MEDICAL VILLAGE DRIVE, EDGEWOOD, KY 41017. Specifications for each of four RFPs can be obtained from George Moore at (859) 341-4264, ext. 5461, FAX (859) 578-3689, or by e-mail at George.Moore@nkyhealth.org. Sealed proposals must be clearly marked, per the RFP guidelines, on the outside of the sealed envelope and received by the Northern Kentucky Independent District Board of Health at the above location at or before the date and time set out above. Proposal submissions must include eight (8) complete hard copies and one (1) electronic copy of the proposal. Proposals will be opened and vendor names read aloud. Any proposal received after advertised date and time will be automatically rejected, unopened and returned to vendor. The NKIDHD reserves the right to reject any and all proposals, to waive any informalities and to negotiate for the modifications of any proposal or accept that proposal which is deemed the most desirable and advantageous from the standpoint of customer value and may not, on its face, appear to be the lowest and best price. No proposal may be withdrawn for a period of sixty (60) days after the scheduled proposal opening date. 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: 120807/KY/8381
Matching Key Words: age:state!ky; state!ky;
University of Cincinnati, Department of Purchasing, 51 Goodman Drive, Cincinnati, OH 45221-0089
R — ENTERPRISE RISK MANAGEMENT CONSULTANT. QUOTATION NUMBER 600820-A DUE 07-SEP-2012 Sealed proposals will be received by the University of Cincinnati at the Department of Purchasing until 5:00 P.M., September 7, 2012 for: RFP: Enterprise Risk Management Consultant. Reference quotation number 600820-A. Price inquiry forms and specifications may be picked up and hand-delivered to: Department of Purchasing, Rm. 320 University Hall, University of Cincinnati, 51 Goodman Drive, Cincinnati, OH 45221-0089. Our federal mailing address is: Department of Purchasing, University of Cincinnati, P.O. Box 210089, Cincinnati, OH 45221-0089. 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: 120807/KY/8382
Matching Key Words: age:state!ky; state!ky;
Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, KY 40203
R — COMPENSATION STUDY – ADDENDUM #1. BID #12-0820 DUE 20-AUG-2012 Website: http://www.msdbids.com/purchasing/ 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: 120807/KY/8389
Matching Key Words: age:state!ky; state!ky;
Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, KY 40203
R — RFP FOR CERTIFIED MUNICIPAL FINANCIAL ADVISORS – ADDENDUM #1. BID #12-0824 DUE 24-AUG-2012 Website: http://www.msdbids.com/purchasing/ 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: 120807/KY/8390
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 — CINEMA/ENTERTAINMENT/RESTAURANT PROJECT REQUEST FOR QUALIFICATIONS. RFP27-2012 DUE 04-SEP-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: 120807/KY/8393
Matching Key Words: age:state!ky; state!ky;
Sanitation District No. 1, 1045 Eaton Drive, Ft. Wright, KY 41017
R — CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES. DUE 24-AUG-2012 Pursuant to KRS 45A.365 (3) and 45A.370 (2), The Board of Directors of Sanitation District No. 1 (SD1) hereby invites the submission of proposals for competitively negotiated contracts for Construction Management and Inspection Services. Proposals will be received until August 24, 2012 at 2:00 P.M. LOCAL TIME at SD1 s office, 1045 EATON DRIVE, FT. WRIGHT, KENTUCKY. Copies of this Request for Proposals and any issued Addenda may be obtained from SD1 s Purchasing Department located at 1045 Eaton Drive, Ft. Wright, Kentucky, between the hours of 8:00 A.M. and 4:00 P.M., Monday through Friday, downloaded from SD1 s website at www.sd1.org, or by contacting Mike Glowacki, Purchasing Manager, 859-547-1646, prior to the time and date specified for the proposal deadline. There is no charge for this document. All proposals must follow the proposal format set forth in this Request for Proposals and meet the minimum qualifications in order to be considered. Pursuant to KRS 45A.37A (3), oral discussions may be conducted with all responsible offers determined by SD1 to be reasonably susceptible of being selected for contract award. If necessary, these discussions will be scheduled for September 5 and September 6. SD1 reserves the right to reject any and all proposals and to waive any informality. For additional information, contact Mike Glowacki, Purchasing Manager, Office: 859-547-1646, Email: mglowacki@sd1.org. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120806/KY/8322
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
99 — PROMOTIONAL POM POMS. K-0652-13 DUE 09-AUG-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120803/KY/8290
Matching Key Words: age:state!ky; state!ky;
Kenton County Airport Board, Cincinnati/Northern Kentucky International Airport, P.O. Box 752000, Cincinnati, OH 45275-2000
R — PARKING MANAGEMENT SERVICES. RFP #12-33 DUE 30-AUG-2012 The Kenton County Airport Board, operator of the Cincinnati/Northern Kentucky International Airport, is requesting proposals until 2:00 P.M., August 30, 2012 from interested parties to enter into a Parking Management Services agreement to operate and manage the airport s parking, shuttle, and valet operations at the Cincinnati/N. Kentucky Int l Airport. Proposal documents may be obtained on or after August 2, 2012, by visiting http://www.cvgairport.com or by contacting Contract & Business Opportunities Procurement Administration at 859-767-7900. A pre-proposal meeting will be held at 10:00 A.M. on Monday, August 13, 2012 at the Administrative Offices of the Board, Terminal Building 1, Second Floor, Cincinnati/N. Kentucky Int l Airport. 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: 120802/KY/8250
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 – ADDENDUM #2. RP-04-13 DUE 15-AUG-2012 Curtis Monroe, Phone: (502) 852-8224; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm New Due Date. 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: 120802/KY/8257
Matching Key Words: age:state!ky; state!ky;
Finance & Administration Cabinet, Division of Engineering & Contract Administration, The Bush Building, 403 Wapping Street, 1st Floor, Frankfort, KY 40601
U — RFB-19-13 STORAGE BUILDING, WOODSBEND YOUTH DEVELOPMENT CAMP – ADDENDUM. RFB-785-1300000025-2 DUE 08-AUG-2012 Amanda Greer, Phone: 502-564-3-5-; Website:https://emars.ky.gov/online/vss/AltSelfService New Due Date. Work of the Project includes new construction of a 3-Bay Storage Building, destroyed by a tornado in March 2012. The building has (1) split-face CMU walls to 6 -0″ with wood stud framing continuing to roof system; (2) roof rafters are wood I-joists; (3) walls and roof to have plywood sheathing/deck with manufactured metal siding/roof panels; (4) overhead garage doors and hollow metal door/frame; (5) reuse of existing concrete slab as floor surface inside new storage building. Work also includes limited electrical work required for convenience outlets, and new interior/exterior lighting, as shown on the Electrical Sheets. There will not be a pre-bid on the above referenced project. Interested contractors are encouraged to contact Brad Lawson at (606) 743-3177 to schedule a site visit. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120801/KY/8201
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
T — PLASTIC BAGS, ONE COLOR ARTWORK – ADDENDUM. RFB-758-1300000069-5 DUE 07-AUG-2012 Richard Mize, Phone: (502) 564-6521; 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: 120801/KY/8207
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 – ADDENDUM #1. RP-04-13 DUE 08-AUG-2012 Curtis Monroe, Phone: (502) 852-8224; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htmThis 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: 120801/KY/8217
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 — COMPREHENSIVE COMMERCIAL BANKING SERVICES. RFP24-2012 DUE 31-AUG-2012 Phone: (859) 258-3320; Fax: (859) 258-3322; Website: http://www.lexingtonky.gov/index.aspx?page=162 Pre-Proposal Conference: August 14, 2012, 1:00 p.m., Government Center Building, 200 East Main Street, Lexington, KY (5th floor conference room). 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: 120801/KY/8225
Matching Key Words: age:state!ky; state!ky;
Western Kentucky University, Bowling Green, KY
R — LONG TERM CARE. BID #2013-010 DUE 15-AUG-2012 Website: http://www.wkuplanroom.com/purchasing/ This Request for Proposal (RFP) is being issued by Western Kentucky University to invite qualified and responsible firms to submit proposals for a Group Long-Term Care Insurance Carrier. It is further the intent of the University to contract with a Contractor who is committed to customer satisfaction, as demonstrated by responsiveness to concerns. 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: 120801/KY/8227
Matching Key Words: age:state!ky; state!ky;
Western Kentucky University, Bowling Green, KY
R — MASTER LEASE. BID #WKU-2013-011 DUE 14-AUG-2012 Website: http://www.wkuplanroom.com/purchasing/ This bid is issued for the purpose of establishing a master lease purchase agreement between a leasing agency and Western Kentucky University. The program will be used to initiate new purchases of various types of capital equipment necessary for the operation of the university. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120801/KY/8228
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 – ADDENDUM. RFB-758-1300000055-2 DUE 09-AUG-2012 Pam Hamrick, Phone: 502-782-1831; 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: 120731/KY/8175
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
99 — KSP – SPECIAL RESPONSE ROBOTS AND ASSOCIATED EQUIPMENT – ADDENDUM. RFB-758-1300000042-3 DUE 09-AUG-2012 Michael Gustafson, Phone: (502) 564-5945; 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: 120731/KY/8176
Matching Key Words: age:state!ky; state!ky;
Louisville Water Company, 550 South 3rd Street, Louisville, KY 40202
R — TEMPORARY PERSONNEL SERVICES – ADDENDUM #1. RFP #12-55 DUE 08-AUG-2012 Website: http://www.lwckyplanroom.com/goodsandservices 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: 120731/KY/8188
Matching Key Words: age:state!ky; state!ky;
Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623
R — CREDIT REPORTING SERVICES. SOLICITATION #KL-13-007 DUE 14-AUG-2012 Denover A. Whalen, Buyer, Phone: (502) 560-1772; Fax: (502) 560-1531; E-mail: denover.whalen@kylottery.com; Website:http://www.kylottery.com/apps/about_us/procurement/solicitations.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120731/KY/8189
Matching Key Words: age:state!ky; state!ky;
August 10, 2012
Business / Career