Business and Career Opportunities Bids and Purchases

August 22, 2012

Business / Career

FedBizOpps – Procurement

Department of Housing and Urban Development, Atlanta Operations Branch, Atlanta Operations Branch, NFSA, 40 Marietta Street 14th Floor Atlanta GA 30303-2806

R — Field Review of Appraisal Service – Kentucky Kentucky-1 082712 Charles William Hoyle Jr, Contracting Officer , Phone 6787322761, Fax 4047303426, Email charles.w.hoylejr@hud.gov – George B Chabot, Contracting Officer, Phone 678-732-2608, Fax 404-730-3426, Email George.B.Chabot@hud.gov The contractor shall provide all the necessary personnel, equipment, materials, and travel to perform on-site Field Review of Appraisals in accordance with the state of Kentucky for the following county:   Jefferson
Set-Aside: Total Small Business Place of Performance: Jefferson County Jefferson County , KY US URL: https://www.fbo.gov/spg/HUD/NFS/NFSA/Kentucky-1/listing.html
OutreachSystems Article Number: 120817/PROCURE/0121
Matching Key Words: state!ky; 


Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192

R–Provide Contract Employee for KY Army National Guard W912KZ12R0003 091712 Diane Hutchinson, 502-607-1390 USPFO for Kentucky This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

RFP# W912KZ-12-R-0003 is being issued as a request for proposal. This procurement is a total set-aside for hub-zone businesses with applicable NAICS code of 561320 and small business size standard of $13.5 million. Prior to submitting your proposal, ensure your Central Contractor Registration/System for Award Management (SAM) reflects the applicable NAICS code in your record as a small business. This will be verified prior to award. This requirement will be awarded based on price and technical capability, with those two factors being equal. The Kentucky National Guard is soliciting for a contractor to provide a Recruit Sustainment Program Family Assistance Center Specialist.

The Kentucky National Guard requires a salary equivalent to a GS-7 position and the Contractor will need to provide the following benefits to the employee: health insurance, 10 paid vacation days per year, 10 paid sick leave days per year, 10 paid holidays per year. The government will provide funds for travel related expenses that will be reimbursed as incurred. If no travel is incurred, no payment will be made to the contractor. The contract period of performance will be one base year with four option years. Service Contract Act applies to this contract under Wage Decision 05-2221, Revision 13 dated 06/13/12. This is a new requirement with no incumbent currently serving in the position. Government will furnish all standard office equipment required to perform the job. Tasks to be performed are included in the attached Performance Work Statement.

Your proposal should provide your proposed billable hourly rate with a breakout as shown on the provided pricing sheet of the associated costs that reflect that total, including any overhead and profit. Also include proposed pricing for the four option years. Clearly mark all correspondence with the RFP # of W912KZ-12-R-0003. Provide three references including a point of contact and phone number, for similar contracts performed within the last five years that demonstrate relevant past performance. References will be evaluated as part of the technical capability factor.

A successful proposal should include the following: required clause completions, completed pricing sheet, required references, a brief narrative (no more than five pages) explaining your company’s capabilities and your DUNS number or CAGE code. Any proposal submitted without all required items may not be considered for evaluation.

Proposals are due by 2:00 p.m. EST, 17 September 2012 and can be emailed to diane.hutchinson@us.army.mil or mailed to her attention at the USPFO for Kentucky, Boone National Guard Center,120 Minuteman Parkway, Frankfort, KY 40601-6192. Proposals received after the due date/time will not be considered.

The contractor personnel will perform the duties outlined in the attached statement of work included on the solicitation document found under the provided link “additional documentation”.

****** ADDRESS ALL QUESTIONS REGARDING THIS SOLICITATION VIA’ EMAIL TO diane.hutchinson@us.army.mil ********

Set-Aside: HUBZone Place of Performance: USPFO for Kentucky Boone National Guard Center, Building 120, 120 Minuteman Parkway Frankfort KY 40601-6192 US URL:https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ12R0003/listing.html
OutreachSystems Article Number: 120817/PROCURE/0127
Matching Key Words: state!ky; 


Office of Personnel Management, Top Level, Office of Personnel Management, 1900 E Street NW Washington DC 20415

R — Crisis Leadership Workshop OPM2612Q0114 082212 Bonnie Robinson, Phone 3036711130, Email WMDCContracting@opm.gov In support of its mission, WMDC needs to acquire a vendor to deliver this four and one-half (4.5) day Crisis Leadership Workshop training session for public sector employees, managers and executives in the skills, knowledge, and insights required for them to make better decisions under short deadlines and increased pressure and to more successfully lead groups and organizations through times of crisis, with the overall outcome of developing great leaders in the Federal government.
The primary competencies are Integrity/Honesty, Partnering, Political Savvy, Problem Solving, Resilience. The instructional strategies include video clips, classroom lecture; case studies and experiential simulations. See http://www.leadership.opm.gov for more course information.

This training session shall be delivered at a site TBD in the Washington DC metro area.

Please see attached combined synopsis/solicitation for more details.

Set-Aside: Total Small Business Place of Performance: To Be Determined Washington, DC US URL: https://www.fbo.gov/notices/e24d031e5a0501cc5c808078c3155c83
OutreachSystems Article Number: 120817/PROCURE/0134
Matching Key Words: video*; train*; site?; business*; instruct*; 


Department of the Interior, Fish and Wildlife Service, CGS-WO, FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3310US

T--Production of Manatee Manners Videos F12PS00999 090612 Jamese Promise jamese_promise@fws.gov The U.S. Fish and Wildlife Service intends to issue a Request for Quotations (RFQ) for production of a Manatee Manners Videos.
This is a Small Business Set-Aside. The NAICS code is 512110 with a size standard of $29.5 million.
The tentative RFQ issue date is on or about 08/16/2012, with quotes due on or 09/06/2012.
A firm fixed price purchase order will be issued with the period of peformance of 09/15/2012 to 02/28/2013. The anticipated award date is on or around 09/11/2012.
The RFQ documents will be available electronically on the Federal Business Opportunities web site at http://www.fbo.gov or FedConnect web site at http://www.fedconnect.net under RFQ Number F12PS00999. Paper copies WILL NOT be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site for any updates/amendments.
Note: Prospective offeror’s must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. SAM registration requires applicants to have a DUNS number, which can be obtained free of charge from Dun and Bradstreet at (800) 333-0505.
There will be a pre-proposal phone conference on August 30, 2012 at 10:00 AM EST. Interested contractors must RSVP to jamese_promise@fws.gov to receive call-in information. All questions in reference to this solicitation will be answered at that time only.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00999/listing.html
OutreachSystems Article Number: 120817/PROCURE/0152
Matching Key Words: video*; produc*; conference?; web; site?; business*; production?; naics!512110; 


Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AAQ-520 AGL – Great Lakes

99–Sugar Grove (ATCT) Janitorial Services DTFACN-13-R-00003 082012 Kim Erkman, 847-294-7330 kim.erkman@faa.gov The Federal Aviation Administration (FAA) has a requirement to provide Janitorial / Custodial Services for Air Traffic Control Tower (ATCT) located at the Aurora Municipal Airport, 43W636 US 30, Sugar Grove (ATCT), 60554, Illinois.
This procurement will be 100% set-aside for small firms for NAICS code 561720 Janitorial Services. Contractors must have an active registration within a seventy -five mile (75) radius of the (ATCT) 43W636 US 30, Sugar Grove (ATCT), 60554, Illinois. and be registered in the Central Contractor Registration website at http://www.ccr.gov at the time the offer is made.
The performance period will be October 1, 2012 through September 30, 2013 with four (4) one year option periods. The estimated price range for this procurement initial year plus four (4) option year renewals is between $100,000 and $150,000.00
The Request for Proposal (RFP) will be issued approximately August 17, 2012. Contractors requesting a copy of this Request for Proposal (RFP) must meet the following criteria. Be a small business, need evidence that your annual revenues of the last three (3) years does not exceed $16.50 million dollars and have an active business address within a seventy-five (75) radius of the (ATCT) Aurora Municipal Airport, 43W636 US 30, Sugar Grove (ATCT), 60554, Illinois. (Map Quest will be the tool used to determine distance from contractors address to the Aurora (ATCT),. All requests to receive a copy must be in writing via e-mail or fax to the Contracting Officer Kim Erkman. kim.erkman@faa.gov, at 847-294-7330, with the company name, mailing address, telephone number, and the complete RFP number. Only contractors meeting the above mentioned criteria will be sent copies of this solicitation. The deadline for requests is August 22th, 2012.
“This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.”
URL: https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-13-R-00003/listing.html
OutreachSystems Article Number: 120817/PROCURE/0749
Matching Key Words: writ*; copy; 


Department of the Interior, Fish and Wildlife Service, CGS-WO, FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3310US

T--Production of Manatee Manners Videos F12PS00999 090612 Jamese Promise jamese_promise@fws.gov The RFQ documents is available electronically on the Federal Business Opportunities web site at http://www.fbo.gov or FedConnect web site at http://www.fedconnect.net under RFQ Number F12PS00999. Paper copies WILL NOT be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site for any updates/amendments.
Note: Prospective offeror’s must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. SAM registration requires applicants to have a DUNS number, which can be obtained free of charge from Dun and Bradstreet at (800) 333-0505.
There will be a pre-proposal phone conference on August 30, 2012 at 10:00 AM EST. Interested contractors must RSVP to jamese_promise@fws.gov to receive call-in information. All questions in reference to this solicitation will be answered at that time only.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00999/listing.html
OutreachSystems Article Number: 120817/PROCURE/0902
Matching Key Words: video*; produc*; conference?; web; site?; business*; production?; naics!512110; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, MICC – Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100

U–PARACHUTE DEMONSTRATION TEAM TRAINING W9124812T0066 Michelle Petterson, 270-798-7810 MICC – Fort Campbell This is solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation documents and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The NAICS code is 481219 and the small business size standard is $7M. NOTE: This solicitation is restricted to small business firms. The MICC Installation Contracting Officer, Fort Campbell, KY, has a to provide aircraft Provide aircraft, jump zone and pilot for parachute jumps/training for the 101st Airborne Division Parachute Demonstration Team, Fort Campbell, KY for a base period of twelve (12) months with two 12 month option periods, subject to availability of funding (see Bid Schedule). Items to be acquired are: Line Item 0001, Provide Aircraft and Pilot; Line Item 0002, Quarterly Fuel Adjustment. Offerors shall only quote prices and quantities for items that are available for delivery by 01 September 2012. Offers may be sent submitted via e-mail to the following address: edward.c.gosline.mil@mail.mil Vendors shall include CAGE Code, DUNS and TIN with their quote. Quotes are due 25 August 2012, 4:00 p.m. (CT). Supporting documentation must be furnished in sufficient detail to demonstrate the ability to comply with the requirements. Point of contact for questions regarding this solicitation should be directed to LTC Ed Gosline, at (270) 798-7129; edward.c.gosline.mil@mail.mil or Kevin Day, email: kevin.j.day.civ@mail.mil, fax 270-798-7548
URL: https://www.fbo.gov/notices/4c0facef1c0aa4dde2c021e94f4bf7e9
OutreachSystems Article Number: 120817/PROCURE/0903
Matching Key Words: state!ky; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Polk, MICC – Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000

U--Technical Surveillance Training W9124E12B0004 091012 Matthew Wiggins, 337-531-0906 MICC – Fort Polk THIS PRE-SOLICITATION (W9124E-12-B-0004) HAS REPLACED PRE-SOLICITATION W9124E12T0036.

The Mission & Installation Contracting Command, (MICC) at Fort Polk, Louisiana will issue an Invitation for Bid (IFB) with intent to award a firm-fixed price 100% Small Business set-aside contract for technicalsurveillance training. The contractor shall provide five (5) days of surveillance training, for 12 students, seven (7) times during the base period of performance of 24 September 2012 to 23 September 2013, for a total of 35 days for the Special Operations Training Division (SOTD). Each training class may be conducted simultaneously at two of the four different locations, Shreveport, LA., New Orleans, LA., Fort Polk, LA or Alexandria, LA. At the conclusion of each training class, students/trainees must be able to exhibit tactical and technical proficiency through written exams and practical exercises. Each student must be able to maintain a minimum of an 80% academic score for each of the focus areas (i.e. Technical Surveillance, surreptitious entry etc) for both written exams and practical exercises. The applicable NAICS code is 611430. Solicitation will be issued on or about 17 August 2012 with an offer due date on/about 17 September 2012.

The solicitation and any amendments will be posted and available for review and download at the Army Single Faced Industry (ASFI) website as well as FedBizOpps as no paper copies will be issued. Faxes are not authorized. Interested parties should review their Commercial and Government Entity Code (CAGE code),and be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/. This notice does not obligate the Government to award a contract. FAR Part 12 and 14 procedures will be used for this procurement. POC for this action is Kyle L. Heid, kyle.heid@us.army.mil, phone 337-531-7821.
Set-Aside: Total Small Business Place of Performance: MICC – Fort Polk Directorate of Contracting, PO Drawer 3918 Fort Polk LA 71459-5000 US URL:https://www.fbo.gov/notices/2f94fff8d066886681d246a80eb1b1b6
OutreachSystems Article Number: 120817/PROCURE/0904
Matching Key Words: writ*; technical; 

Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192

R–Contract Employee for KY Army National Guard GCSS-A W912KZ12R0001 091412 Diane Hutchinson, 502-607-1390 USPFO for Kentucky This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

RFP# W912KZ-12-R-0001 is being issued as a request for proposal. This procurement is a total set-aside for hub-zone businesses with applicable NAICS code of 561320 and small business size standard of $13.5 million. Prior to submitting your proposal, ensure your Central Contractor Registration/System for Award Management (SAM) reflects the applicable NAICS code in your record as a small business. This will be verified prior to award. This requirement will be awarded based on price and technical capability, with those two factors being equal. The Kentucky National Guard is soliciting for a contractor to provide a Transition and Training Coordinator in support of the Global Combat Support System-Army (GCSS-A).

The Kentucky National Guard requires a salary equivalent to a GS-11 position and the Contractor will need to provide the following benefits to the employee: health insurance, 10 paid vacation days per year, 10 paid sick leave days per year, 10 paid holidays per year. The government will provide funds for travel related expenses that will be reimbursed as incurred. If no travel is incurred, no payment will be made to the contractor. The contract period of performance will be one base year with four option years. Service Contract Act applies to this contract under Wage Decision 05-2221, Revision 13 dated 06/13/12. This is a new requirement with no incumbent currently serving in the position. Government will furnish all standard office equipment required to perform the job. Tasks to be performed are included in the attached Performance Work Statement.

Your proposal should provide your proposed billable hourly rate with a breakout as shown on the provided pricing sheet of the associated costs that reflect that total, including any overhead and profit. Also include proposed pricing for the four option years. Clearly mark all correspondence with the RFP # of W912KZ-12-R-0001. Provide three references including a point of contact and phone number, for similar contracts performed within the last five years that demonstrate relevant past performance. References will be evaluated as part of the technical capability factor.

A successful proposal should include the following: required clause completions, completed pricing sheet, required references, a brief narrative (no more than five pages) explaining your company’s capabilities and your DUNS number or CAGE code. Any proposal submitted without all required items may not be considered for evaluation.

Proposals are due by 2:00 p.m. EST, 14 September 2012 and can be emailed to diane.hutchinson@us.army.mil or mailed to her attention at the USPFO for Kentucky, Boone National Guard Center,120 Minuteman Parkway, Frankfort, KY 40601-6192. Proposals received after the due date/time will not be considered.

The contractor personnel will perform the duties outlined in the attached statement of work included on the solicitation document found under the provided link “additional documentation”.

****** ADDRESS ALL QUESTIONS REGARDING THIS SOLICITATION VIA’ EMAIL TO diane.hutchinson@us.army.mil ********

Set-Aside: HUBZone Place of Performance: USPFO for Kentucky Boone National Guard Center, Building 120, 120 Minuteman Parkway Frankfort KY 40601-6192 US URL:https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ12R0001/listing.html
OutreachSystems Article Number: 120816/PROCURE/0127
Matching Key Words: state!ky; 


Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640

R — Services: Non-destructive characterization of carbon nanotubes embedded in polymer composites using scanning electron microscopy related metrology SB1341-12-RQ-0659 082912 Paula Wilkison, Contract Specialist, Phone 301-975-8448, Email paula.wilkison@nist.gov – Patrick K Staines, Contracting Officer, Phone (301)975-6335, Email patrick.staines@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION
FOR COMMERCIAL SERVICES-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60.

***This solicitation is being issued using Simplified Acquisition Procedures. ***

1352.215-72 INQUIRIES (APR 2010)

Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than five calendar days after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, on the question responses included in the amendment to the solicitation will govern performance of the contract.

(end of provision)

The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a small business size standard of $14.0M. This requirement is a 100% Small Business Set-Aside.

Introduction

NIST has a requirement for a contractor to provide non-destructive characterization of carbon nanotubes embedded in polymer composites using scanning electron microscopy related metrology

Background

Carbon nanotubes (CNTs) have been identified as an ideal filler to enhance both the structural and functional properties of polymer nanocomposites. However, the poor dispersion of CNTs in polymer matrices is the main obstacle to real applications. In the meantime, the dispersion study of CNTs is hampered by a lack of suitable characterization tools, mainly because CNTs are located at the subsurface of a polymer matrix and their dimension is at the nanometer scale. Cross-sectional Scanning Electron Microscopy (SEM) is a useful tool for this purpose, but it is destructive and requires time-consuming sample preparation. A non-destructive metrology based on SEM charging effects (Microscopy and Microanalysis,17,992,2011) is being pursued by the researchers from the Nanoscale Metrology Group in the Physical Measurement Laboratory (PML) of the National Institute of Standards and Technology (NIST). In order to advance this technique, both the mechanism of subsurface imaging and optimal SEM parameters need further study. The outcome of this study can directly benefit an ongoing nano environmental health and safety (nano-EHS) project “The environmental impact of CNTs in polymer composites” being conducted in PML. It is worth mentioning that this technique can also be universally applied to characterize high dielectric nanostructures embedded in a low dielectric matrix, with broad applications in nanotechnology, including such problems as overlay alignments in semiconductor manufacturing. Therefore, it aligns with the mission of NIST in developing metrology for advancing U.S. industry.

The National Institute of Standards and Technology has a requirement for non-destructive characterization of carbon nanotubes embedded in polymer composites using scanning electron microscopy related metrology

All interested Contractors may provide a quote for the following:

Line Item 0001: Scientific Services: Non-destructive characterization of carbon nanotubes embedded in polymer composites using scanning electron microscopy related metrology, in accordance with the Statement of Work, attached.

PROVISIONS AND CLAUSES:

The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html.

Provisions

52.212-1, Instructions to Offerors-Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran;

Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

Clauses

52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items including subparagraphs:

52.204-10, Reporting Executive Compensation;
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;
52.219-6, Notice of Total Small Business Set-Aside;
52.219-28, Post Award Small Business Program Re-representation;
52.222-3, Convict Labor;
52.222-19, Child Labor – Cooperation With Authorities And Remedies;
52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity;
52.222-35, Equal Opportunity for Veterans;
52.222-36, Affirmative Action for Workers with Disabilities;
52.222-37, Employment Reports on Veterans;
52.223-18, Contractor Policy to Ban Text Messaging While Driving;
52.225-1, Buy American Act – Supplies;
52.225-13, Restriction on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.

52.204-9 Personal Identity Verification of Contractor Personnel
52.227-14, Rights in Data – General
52.217-8, Option to Extend Services

Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm.

The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm

1352.201-70 Contracting Officer’s Authority;
1352.209-73 Compliance With the Laws;
1352.209-74 Organizational Conflict of Interest
1352.237-73 Foreign National Visitor and Guess Access to Departmental Resources
1352.271-83 Government Review, Comment, Acceptance and Approval
1352.237-70 Security Processing Requirements-High or Moderate Risk Contracts

1352.237-75 Key Personnel (APR 2010)
(a) The contractor shall assign to this contract the following key personnel:
(Name) (Position Title)
(Name) (Position Title)
(b) The contractor shall obtain the consent of the Contracting Officer prior to making key personnel substitutions. Replacements for key personnel must possess qualifications equal to or exceeding the qualifications of the personnel being replaced, unless an exception is approved by the Contracting Officer.
(c) Requests for changes in key personnel shall be submitted to the Contracting Officer at least 15 working days prior to making any permanent substitutions. The request should contain a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contracting Officer will notify the contractor within 10 working days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes.
(End of clause)

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)

(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) The Offeror represents that, as of the date of this offer –

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.

(End of provision)

INSTRUCTIONS:

Central Contractor Registration

In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award.

Due Date for Quotations

Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on August 29, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above.

Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All Offerors should ensure the RFQ number is visible on the outermost packaging.

Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Paula Wilkison, Contract Specialist on 301-975-8448.

Addendum to FAR 52.212-1, Quotation Preparation Instructions

All quoters shall submit the following: 1) one technical quotation that includes Offeror’s proposed technical approach, 2) description of key personnel/corporate experience, as well as one (1) resume each for proposed key personnel, 3) A list of past performance references, and 4) A price quotation (with payment schedule) which addresses Line Item 0001; organized as indicated below:

Technical Approach and Capability

The offeror shall demonstrate its understanding of the requirements and provide a concise, detailed, and thorough discussion of its approach and capability to fulfilling the requirements of each task in the Statement of Work (SOW). The offeror shall describe its proposed methods and techniques.

Key Personnel/Experience

Key Personnel – The Offeror shall provide the resumes of its proposed key personnel that meet the qualifications identified in the “Contractor Qualifications” section of the SOW. A description of the key personnel’s specialized experience performing all tasks is to be included in the quotation. Include a list of past contracts, reports and other documentation that provides objective and documentary evidence of the specialized experience in all tasks. Be sure to include all personnel that will be utilized. The personnel listed in the quotation and incorporated into any resulting contract should remain unchanged for the life of the contract (see Key Personnel). No additions or replacements will be allowed without substantial justification. Each resume shall not exceed three (3) pages. Each resume shall demonstrate the proposed key personnel’s ability to perform the role for which they are being proposed and their experience in delivering services in the areas generally described in the SOW. Resumes shall include the following information:

• Full name
• Education
• Chronological work experience
• Narrative describing relevance of work experience to current requirement
Corporate experience – The Offeror shall describe their experience performing similar work; explain how their experience is relevant to this requirement and how their experience will ensure successful completion of the required tasks. NIST will evaluate the extent of the Offeror’s experience providing similar services and will consider the relevance of the Offeror’s experience to the current requirement

Past Performance

The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced.

The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information:
1. Contract number;
2. Description and relevance to solicitation requirements including dollar value;
3. Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract;
4. Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract;
5. Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses.
6. Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems.

Price
The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror shall specify the fixed price for the requirement detailed in the Statement of Work. Offeror shall also propose a payment schedule.

This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.”

OR

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.

QUOTATION EVALUATION:

Evaluation Factors:

Award shall be made to the Offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Approach 2) Key Personnel/Corporate Experience, 3) Past Performance, and 4) Price. All non-price factors, when combined, are approximately equally important to price.

Technical Approach:

Government will evaluate the offeror’s technical approach and capability to conducting the requirements of each task in the SOW to determine its overall understanding of the requirements and the extent to which its proposed approach will ensure successful performance of this effort.

Key Personnel Qualifications / Experience:

Key Personnel/Experience: The Government will evaluate the extent to which the resumes submitted for the offeror’s proposed key personnel demonstrate they have appropriate knowledge, qualifications, and experience to efficiently and effectively manage and perform the requirements and ensure the technical quality of deliverables.

Stronger consideration will be given to Offerors with experience in characterization of CNT-polymer composites using microscopy based techniques, including SEM and scanning probe microscopes.

Corporate Experience – The Government will evaluate the extent of the offeror’s experience providing similar services. NIST will give preference to offerors who demonstrate they have experience delivering the same type of services they are proposing for the current requirement.

Past Performance:

The Government will evaluate the Offeror’s past performance information and, if appropriate, its proposed subcontractors’ past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the Offeror has successfully completed relevant contracts in the past five years. In assessing the Offeror’s past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction.

Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the Offeror has no relevant past performance information.

Price:

The Government will evaluate price for reasonableness.

Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor.

1352.246-70 PLACE OF ACCEPTANCE (APR 2010)

(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.

(b) The place of acceptance will be:

NIST
100 Bureau Drive
Gaithersburg, MD 20899

1352.233-70 AGENCY PROTESTS (APR 2010)

(a) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999).
(b) Agency protests filed with the Contracting Officer shall be sent to the following address:
NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: PATRICK STAINES, CONTRACTING OFFICER
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(c) Agency protests filed with the Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: HEAD OF THE CONTRACTING OFFICE (HCO)
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(d) A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.

(e) Service upon the Contract law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010)

(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.
(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.
(c) Service upon the Contract Law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

(End of clause)

Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0659/listing.html
OutreachSystems Article Number: 120816/PROCURE/0129
Matching Key Words: documentar*; 


Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 – 11th floor /OFA61 1325 East West Highway, 11th Floor Silver Spring MD 20910

R — Citizen Watershed Monitoring Network Coordination Services RA-133C-12-RQ-1073MH 082212 MARILYN HERRERA, Contract Specialist, Phone 303-497-3487, Fax 303-497-6984, Email MARILYN.HERRERA@NOAA.GOV COMBINED SYNOPSIS/SOLICITATION
Citizen Watershed Monitoring Network Coordination Services
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ
Number RA-133C-12-RQ-1073MH.

(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60.

(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541990. The small business size standard is $7.0 million.

(V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services:

CLIN 0001 / 1 / JB / Provide Monterey Bay National Marine Sanctuary (MBNMS) with Citizen Watershed Monitoring Network coordination services as described in the Statement of Work (SOW).

(VI) Description of requirements is as follows:
Statement of Work for Citizen Watershed Monitoring Network Coordination Services at
Monterey Bay National Marine Sanctuary

SUMMARY
Monterey Bay National Marine Sanctuary requires services to coordinate the monitoring of water quality by multiple volunteer groups in the region by the Sanctuary Citizen Watershed Monitoring Network (Network). The Network is a consortium of citizen monitoring groups that monitor the health of the watersheds flowing into the MBNMS. It was established in 1998 and provides support, training, and a central forum for citizen monitoring programs.

BACKGROUND
MBNMS provides protection of marine resources through research, education and resource management to foster public understanding and stewardship of this nationally significant marine area. Services will coordinate, conduct and enhance recruitment, training, and sampling of water quality by volunteer groups as part of the Network. Coordination efforts will enhance data entry methods, data management, and distribution of data results to the public and resource managers, and collaboration with local partners to use and follow up on data results to improve water quality.

SCOPE OF WORK
Task 1. Coordination of the Monterey Bay Sanctuary Citizen Watershed Monitoring Network
a. Coordination of Snapshot Day which is a sanctuary-wide water quality monitoring event in which over 150 waterbodies are monitored by 200 trained volunteers to assess the health of the streams.
b. Coordination of the First Flush water monitoring event which occurs during the first major storm of the winter season. Water samples are collected from storm drain outfall pipes and sent to a laboratory for analysis of common urban runoff pollutants.
c. Provide regular trainings for Network events and watershed groups.
Deliverables
a. Two Snapshot Day training events in Monterey and Cambria
b. One Urban Watch classroom training and monthly field “hands on” oversight
c. Two First Flush training events
d. On call one-on-one assistance/training for individuals and watershed groups
e. Periodic lectures/trainings at schools and for science fair projects or homeowner associations, etc.

Task 2. Watershed Network Data Entry and Management
a. Work with local jurisdictions and agencies to make use of the data, including:
– Producing reports or summaries for Snapshot Day and First Flush
– Following up with cities on areas of concern where further investigation is warranted
– Identifying and pursuing sources of funding to execute additional monitoring when needed
– Conducting upstream monitoring when conditions warrant and funding is available
– Providing data to identify appropriate best management practices and educational opportunities
– Act as a liaison to State and Federal resource agencies for volunteer monitoring on the Central Coast
b. Coordinate with volunteer groups on database access and data entry procedures and with the Sanctuary Integrated Monitoring Network (SIMoN) and the Regional Water Quality Control Board on data uploadprocedures
Deliverables
a. Written annual reports for Snapshot Day and First Flush
b. Two small grants submitted ($15K or less)

Task 3. Watershed Network Media and Outreach
• Develop media documents and articles to publicize events and enhance outreach to the community
• Update MBNMS website with events, data and program information
• Collaborate with Network partners on monitoring activities, development of reports, and acquiring additional resources to fund programs. Hold quarterly Steering Committee meetings to review and plan network activities.
Deliverables
a. Written articles and updated web pages
b. Hold four committee meetings

Task 4. Watershed Network Expansion
• Encourage and support new water quality monitoring programs throughout the sanctuary watersheds
• Assist in MBNMS Water Quality Protection Program (WQPP) and Sanctuary Integrated Monitoring Network (SIMoN) issues and activities
– Encourage more programs to upload information into the SIMoN website
Deliverables
a. Additional water quality monitoring programs are added to Watershed Network

REQUIRED KNOWLEDGE AND EXPERIENCE
1. B.S. degree in natural sciences (chemistry, biology, environmental science or similar) with experience in water quality, data analysis and statistics
2. Proficient knowledge of urban and rural water quality issues in the central coast of California region
3. As least 5 years of experience with recruiting, coordinating and supervising volunteers in water quality sampling
4. Ability and proven experience in effectively communicating with public and resource managers regarding water quality issues
5. Experience in working with scientific community on regional compilations of water quality data and enhancing database management
6. Experience in seeking and developing resources and partnerships to strengthen volunteer water quality monitoring programs

TRAVEL AND OTHER DIRECT COSTS
Limited travel and other direct costs will be reimbursed not to exceed $500.
Contractor will have access to a government vehicle, as needed for work.

PERIOD OF PERFORMANCE
Period of performance is 12 months from date of award

IT SECURITY REQUIREMENTS
The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73 do not apply, and a Security Accreditation Package is not required.

The government will provide the necessary computer equipment and information to perform this contract. All work must be performed upon government furnished equipment and if addition hardware and/or software is needed, the Contractor must request the additional requirements from the COR.

The contractor will be using government furnished equipment (GFE), which is currently covered by an existing government Certification and Accreditation (C&A) package.

(VII) Place of delivery and acceptance is Monterey Bay National Marine Sanctuary, 99 Pacific Street, Building #455A, Monterey, California, 93940. Delivery shall be FOB Destination to Monterey, CA.

Period of performance shall be 12 months from date of award.

(VIII) FAR 52.212-1, Instructions to Offerors — Commercial Items (Feb 2012), applies to this acquisition. In addition to written price quotes, offers are instructed to provide: Reference the Required Knowledge and Experience section of the SOW.

1. Experience: Offerors must submit a statement of their experience and qualifications in regards to meeting the work requirements of this contract.

2. Technical Approach: Offerors must submit a proposal describing how they will fulfill the work requirements of this contract.

3. Past Performance: Offerors must submit contact information of at least two references that can provide information pertaining to the offeror’s performance of relevant work. Provide name, e-mail address, telephone number for the contact. The Government reserves the right to consider past performance information in addition to the references submitted by offerors.

1352.215-72 Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Marilyn Herrera either by e-mail to Marilyn.Herrera@noaa.gov or by fax to 303-497-6984 no later than Monday, August 20, 2012 at 5:00 p.m. Mountain Time.

(IX) FAR 52.212-2, Evaluation – Commercial Items (Jan 1999), applies to this acquisition.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government after evaluation of the following factors:

1. Factor 1 – Experience: The Government will evaluate to determine the extent to which the offeror has completed work similar to work requirements of this contract.

2. Factor 2 – Technical Approach: The Government will evaluate to determine the extent to which the offeror’s proposal demonstrates an ability to fulfill the work requirements of this contract.

3. Factor 3 – Past Performance: The Government will evaluate the quality of offeror’s performance of relevant work. The Government will assign a neutral rating to an offeror with no relevant past performance. If an offeror has not relevant past performance, a statement should be included to that effect in their proposal. Failure to submit past performance or affirmatively state than an offeror does not have any past performance may result in the offeror being considered non-compliant. The Government reserves the right to consider past performance information in addition to the references submitted by the offerors.

4. Factor 4 – Price: Offers will be evaluated based on price and the factors set forth and award will be made on an all or none basis to the firm offering the Best Value to the Government.

(X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Apr 2012) with its quote. The offeror shall complete the annual representations and certifications electronically at https://www.sam.gov/.

(XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Feb 2012), applies to this acquisition.

(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Jul 2012) applies to this acquisition. The following clauses under subparagraph (b) apply

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 2012) (15 U.S.C. 632(a)(2)).
52.222-3 Convict Labor (June 2003) (E.O. 11755).
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126)
52.222-21 Prohibition of Segregated Facilities (Feb 1999).
52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246).
52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138).
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). (added – doesn’t mention if supply or service)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).

The following clauses under subparagraph (c) apply: same as above.

(XIII) The following clauses are also applicable to this acquisition:
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998).
52.252-2 Clauses Incorporated By Reference (Feb 1998),
This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html
(End of Clause))

The following additional terms and conditions apply:
52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)
52.214-34 Submission of Offers in the English Language (Apr 1991)
52.214-35 Submission of Offers in U.S. Currency (Apr 1991)
52.217-8 Option to Extend (Nov 1999)
52.242-15 Stop-Work Order (Aug 1989)

Department of Commerce Clauses:
1352.201-70 Contracting Officer’s Authority (Apr 2010)
The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price.
(End of clause)

Section 1352.201-72 Contracting Officer’s Representative (COR)

As prescribed in 48 CFR 1301.670-70, insert the following clause:
Contracting Officer’s Representative (COR) (Apr 2010)
(a) (To be announced) is hereby designated as the Contracting Officer’s Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at:
(To be provided)
(b) The responsibilities and limitations of the COR are as follows:
(1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract.
(2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor.
(End of clause)

1352.209-73 Compliance with the Laws (Apr 2010)
The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to the performance in accord with the terms of the contract.
End of clause)

1352.209-74 Organizational Conflict of Interest (Apr 2010)
(a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors:
(1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and
(2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract.
(b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as “contractor”) in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both.
(c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor’s knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor’s impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest.
(d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract.
(e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms “contract,” “contractor, ” and “Contracting Officer” shall be appropriately modified to preserve the Government’s rights.
(f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor’s organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor’s potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor’s own risk.
(g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof.
(End of clause)
Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (Mar 2012)

(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) The Offeror represents that, as of the date of this offer –

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.

___________________________________ ________________________
Name and Title                                                            Date

(End of provision)

(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.

(XV) Quotes are required to be received in the contracting office no later than Wednesday, at 5:00 p.m. Mountain Time on August 22, 2012. All quotes must be faxed or e-mailed to the attention of Marilyn Herrera. The fax number is (303) 497-6984 and e-mail address is Marilyn Herrera@noaa.gov.

(XVI) Any questions regarding this solicitation should be directed to Marilyn Herrera, Purchasing Agent, and at e-mail address Marilyn.Herrera@noaa.gov.

Set-Aside: Total Small Business Place of Performance: Monterey Bay National Marine Sanctuary 99 Pacific Street Building #455A Monterey, CO 93940 US URL: https://www.fbo.gov/spg/DOC/NOAA/AGAMD/RA-133C-12-RQ-1073MH/listing.html
OutreachSystems Article Number: 120816/PROCURE/0132
Matching Key Words: writ*; copy; technical; standard; procedure?; 


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–COMBINED SYNOPSIS/SOLICITATION W9124812R0018 082812 Michelle Petterson, 270-798-7810 MICC – Fort Campbell This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(17) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W91248-12-R-0018 is issued as a Request for Proposal (RFP). Solicitation is set aside for small business firms. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The NAICS Code is and 488119 and the small business size standard is $30M. The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), and (h) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information – http://acqnet.saalt.army.mil/library/default.htm). Evaluation factors are Technical, Past Performance and Price. The Government intends to make award to the responsive and responsible offeror whose offer is determined to be the lowest price technically acceptable offer. See Evaluation Factors and Basis for Award Attachment. Successful offerors must be registered in SAM (System Award Management), http://www.sam.gov. Successful offeror shall be required to submit Insurance Certificate prior to starting performance. Offerors are instructed to submit the following documents: (1) completed offer schedule (attached); (2) for technical portion, Management Plan and Staffing Plan (see Evaluation Factors and Basis for Award attachment); (3) narrative to address past performance, i.e., list of previous same or similar contracts/agreements where this type work was performed, length of the contract or agreement, dollar value, point of contacts, telephone numbers and e-mail addresses; (4) copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS Provision 252.212-7000 Offeror Representations and Certifications- Commercial Items or a statement that Representations and Certifications are available at the SAM website. Offerors are required to submit the attached Past Performance Survey to current and past customers and request that these customers complete and return the survey to MICC Fort Campbell. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 52.252-2 Clauses Incorporated by Reference (Fill-in information – http://acqnet.saalt.army.mil/library/default .htm); 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services (fill-in text: “with 30 calendar days”); 52.217-9 Option to Extend the Term of the Contract (fill-in text: Paragraph (a) “within 30 calendar days” and “at least 60 calendar days”, Paragraph (c) “shall not exceed 36 months”); 52.232-19, Availability of Funds for the Next Fiscal Year (fill-in text: “30 September 2013”) 52.233-4 Applicable Law for Breach of Contract Claim; 52.228-5 Insurance – Work on a Government Installation (Required amounts: Workmen’s Compensation and Employer’s Liability Insurance – $100,000.00, General Liability Insurance for Bodily Injury Liability, Minimum Per Occurrence – $500,000.00, Automobile Liability Insurance, Minimum Per Person – $200,000.00, Minimum Per Occurrence for Bodily Injury – $500,000.00, Minimum Per Occurrence for Property Damage – $ 20,000.00); 252.201-7000 Contracting Officer’s Representative; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration; 252.232-7007 Limitation of Government’s Obligation (fill-in text: Paragraph (a) Contract line item 0002 is incrementally funded. Amount of funds available will be completed at award.); 252.232-7010 Levies of Contract Payments; 252.243-7001 Pricing of Contract Modifications; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-54 Employment Eligibility Verification; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires (fill-in information: Aircraft Servicers, #23060, $21.64/hourly rate and $4.00/fringe benefits; Truck Driver, Heavy, #31363, $21.71/hourly rate and $4.20/fringe benefits; Accounting Clerk, #01011, $13.86/hourly rate and $13.86/fringe benefits); and 52.222-44 Fair Labor Standards Act and Service Contract Act – Price Adjustment. Wage Determination 2005-2187, Revision No. 12, dated 06/13/2012 is applicable to this procurement and is attached. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment. Scheduled site visit will be conducted 21 August 2012 at 1:00 P.M., Building 7163 on H Avenue, Fort Campbell, KY. Contact Will Moore, (270) 798-7811, william.t.moore.civ@mail.mil or June Fletcher-Schiewe, (270) 798-3441, linda.j.schiewe.civ@mail.mil to register for the site visit. Number of representatives is limited to two (2) for each interested participating company. Questions are due in writing no later than 2:00 PM (CST) 23 August 2012. Offers are due not later than 3:00 P.M. (CST) 28 August 2012. All responsible sources may submit an offer, which will be considered by the agency. Submit offers to MICC- Fort Campbell, ATTN: Will Moore, 2172 13 Street, Fort Campbell, KY 42223-5355. Contact Will Moore, (270) 798-7811, william.t.moore3.civ@mail.mil or June Fletcher-Schiewe, 270-798-3441, linda.j.schiewe.civ@mail.mil for information regarding the solicitation. Offer Schedule, Performance Work Statement, Evaluation Factors and Basis for Award, Wage Determination, and Past Performance Questionnaire are attached.
Place of Performance: MICC – Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY 42223-1100 US URL: https://www.fbo.gov/notices/c8e2dc157209e23eab55d63cd2f309b9
OutreachSystems Article Number: 120816/PROCURE/0777
Matching Key Words: state!ky; 


Department of Justice, United States Marshals Service, Headquarters Contracts, U. S. Marshals Service 9th Floor, CS3, FSD 2604 Jefferson Davis Highway Alexandria VA 22301

R — VIDEO PRODUCTION SERVICES DJMS-12-Q-0108 082412 Curtis Davis, Contracting Officer, Phone 202-353-9118, Fax 202-307-9695, Email curtis.davis2@usdoj.gov – Jennifer Jones-Everett, Contract Specialist, Phone 202-307-8664, Fax 202-307-9695, Email jennifer.jones-everett@usdoj.gov Sources Sought
Video Production Services

Place of Performance: 2604 Jefferson Davis Highway Alexandria, VA 22301 US URL: https://www.fbo.gov/spg/DOJ/USMS/HQ002/DJMS-12-Q-0108/listing.html
OutreachSystems Article Number: 120816/PROCURE/0813
Matching Key Words: video*; produc*; production?; naics!512110; 


Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd MacDill AFB FL 33621-5323

99 — USSOCOM- Virtual Planning Workspace H9222212RFIVW 042412 Raymond E. Green, Phone 8138266966, Email raymond.green@socom.mil ; ;p;
VIRTUAL PLANNING WORKSPACE
REQUEST FOR INFORMATION (RFI)

OVERVIEW:
The United States Special Operations Command (USSOCOM) is investigating the commercial availability of technologies to support the Commander, USSOCOM and his objectives for visualizing, displaying, synchronizing, and rehearsing concepts in terms of time, space and prioritization during multiple Commanders’ directed leadership events. To meet this objective, the Wargame Center seeks to become a state-of the art 21st century digital audio/visual planning venue capable of supporting many different types of events supporting various mission planning activities. In order to ensure the space is optimized to support many different types of commander required activities, leading edge technologies must be utilized in order to create an interactive and seamless display environment while ensuring multiple user interaction across all visual data displays – both on and off site. This interaction must enable the user(s) to remain autonomous from the data entry point and maximize the facilities usable operational space. The intent of this request for information is to assist USSOCOM in refining the acquisition strategy for the requirement.

SUBMISSION INSTRUCTIONS:
The purpose of this RFI is to identify capabilities and potential sources to fulfill the requirement described below. This RFI is published for market research purposes only. Responses to this notice will be used by the Government to determine how the solicitation will be issued (i.e. full and open competition or a set-aside). This notice invites all interested parties to submit the data listed below indicating their interest in supporting this requirement. Responses to this notice will NOT be considered as offers and will NOT be used by the Government to form a binding contract. Interested parties should submit their data as a .pdf attachment to an email by 1:00 PM EST on 24 April 2012 to Contracting@socom.mil. Responses shall include the complete name and address of the interested party, CAGE Code, DUNS Number, and the name, phone number and email address of at least one POC. Responses shall include a brief overview of the technology available and which capability area(s) of the requirement it addresses; any available pricing information; availability and delivery schedule; any potential contract vehicles that would be available to the Government for the procurement of the products and services, to include Federal Supply Schedules (FSS) or any other Government Agency contract vehicle. Responses shall be no more than 10 pages.
Small businesses are strongly encouraged to provide responses to this RFI, in order to assist USSOCOM in determining the potential levels of interest, competition and technical capability to provide the required products and services amongst small business vendors.

SPECIFICATION REQUIREMENTS:
The SOCOM War-game Center requires an interactive, collaborative, and virtual planning system to depict a realistic, three-dimensional (3D) global, regional and/or urban large scale geographic locale in an auditorium-like environment space. The Virtual Planning Workspace system will include the following capabilities:

Interactive Capability – allows user(s) to manipulate data in the virtual display space wherein the manipulated space is changed and allows for simultaneous manipulation by more than one user.

Collaborative Capability – allows user(s) to input data that is additive, subtractive or enhancing to the visual space from outstations via remote Internet-based capability. Collaboration may occur during the SOCOM War-game Center main work day and also non-working hours to set the stage for the next day of the planning session using tools at remote user’s location and/or choice of interface.

Remote Capability – configuration of the virtual display space so users can view activities from remote out stations via Internet based technology. Capability allows for broadcast of the event both in real time and non-synchronous teleconferencing platform.

Virtual Display Space – a 3D visual system that displays the geographic locale including any demographic make-up of the terrain in both air and space and any manipulations of display from the interactive, collaborative and virtual systems. Any 3D display may not exceed 20 feet long by 32 feet wide in accordance with facility space constraints.

Facility Description. War-game Center events occur within a USSOCOM facility and utilize the following multiple display mediums at this time which need to be included for this effort. See Attachment 1 for facility depiction and complete list of specifications of the general equipment listing below.

• Projection screens
• LED monitors
• 3D terrain model
• Printed material
• 58 person elevated seated area
• Perceptive Pixel Monitors
• Virtual Teleconference (VTC) Capability

Observation area (not an interactive participant)
• Current Software or minimum compatibility requirements

Physical Constraints. The Virtual Planning Workspace shall be configured in order to support a complete “War-game Theater” capable of changing the configuration in no more than 14 days. Any audio/visual or data-network system must be able to mount on a commercial A/V truss system, if technical equipment cannot be mounted in this manner, the system must be able to be mounted in the ceiling or on a wall in a fixed position. The Virtual Display Space shall not exceed 20 feet long by 32 feet wide and needs to be viewable by all seats as shown in Attachment 1.

Power Constraints. System shall function on US 60Hz frequency electrical grids at 110V/220V requirements. The system must support a 2 week event with graduated utilization. The contractor shall ensure that any solution should be capable of running the system 24 hours a day for 3-4 days during any event period. All vendors must provide an estimate of their power consumption requirements in order to ensure that any required renovations are considered in the upcoming renovation design.

Control and Interface. System must have a dynamic and seamless control system allowing the briefer, the primary audience (58 seats-see Attachment 1) and remote audience to directly control content on the virtual display space with seamless movement and simultaneous display of information within the common display space. Participants in the venue must be able to generate, maneuver, add or remove icons in the 3D space from the user interface while seated in the facility. At a minimum, the system will allow for a minimum of 58 user interfaces on-site. Additional remote user interfaces are also desired. Attachment 1 provides the facility configuration.

Compatibility. The system must be compatible and be able to seamlessly manipulate data from multiple sources and programs at the same time to include at a minimum: Microsoft office products, windows basedprograms, java applications, web based programs, Google Earth, Perceptive Pixel, and Palantir. The system will fully integrate with all other A/V systems present in the War-game Center (see attachments 1).

Distributed Functionality. The system must interface with web-based out stations and allow for manipulation, interaction, collaboration and viewing in the distributed environment. The virtual display space must be clearly displayed via a video teleconferencing capability as well as on camera for play-back in a High-Definition Video digital format.

Terrain Model. The system must be able to incorporate the 3D terrain model to the other displays through a projection capability onto the model surface. The center piece display area (20 feet x 32 feet) must be preserved in a manner that it allows for alternate use of the space without deconstruction or re-modeling. The desired end state is to virtually create one seamless display surface which is manipulated and managed to create multiple views and display of event data in a fully digital environment.

Data Input. The system must integrate imagery from existing sources such as LIDAR, Digital Elevation Models, Google Earth, satellite imagery, etc. The system should be able to visualize different types of floral/fauna, rivers or other seasonal changes in the geographic location.
AVAILABILITY. The system shall be available as a prototype or commercially available solution already demonstrated in intended environment. Technologies that still require development are not desired.

SECURITY. USSOCOM will provide the Information Assurance to connect the system(s) to desired networks.
Security Clearance Levels Required. Contractor(s) must provide a team member cleared at the SECRET level to be available to escort any integration, design or renovation efforts in the SOCOM facility.

Place of Performance: 7701 TAMPA POINT BLVD. MACDILL AIR FORCE BASE, FLORIDA 33621-5323 MacDill AFB, FL 33621 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H9222212RFIVW/listing.html
OutreachSystems Article Number: 120816/PROCURE/0869
Matching Key Words: broadcast*; event?; program?; 

Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192

R–Contract Employee (Program Analyst) for KY Army National Guard W912KZ12R0002 091312 Diane Hutchinson, 502-607-1390 USPFO for Kentucky This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

RFP# W912KZ-12-R-0002 is being issued as a request for proposal. This procurement is a total set-aside for hub-zone businesses with applicable NAICS code of 561320 and small business size standard of $13.5 million. Prior to submitting your proposal, ensure your Central Contractor Registration/System for Award Management (SAM) reflects the applicable NAICS code in your record as a Hub-zone business. This will be verified prior to award. This requirement will be awarded based on price and technical capability, with those two factors being equal. The Kentucky National Guard is soliciting for a contractor to provide a Program Analyst in support of the DCSLOG/J4 Command.

The Kentucky National Guard requires a salary equivalent to a GS-9 position and the Contractor will need to provide the following benefits to the employee: health insurance, 10 paid vacation days per year, 10 paid sick leave days per year, 10 paid holidays per year. The government will provide funds for travel related expenses that will be reimbursed as incurred. If no travel is incurred, no payment will be made to the contractor. The contract period of performance will be one base year with four option years. Service Contract Act applies to this contract under Wage Decision 05-2221, Revision 13 dated 06/13/12. This is a new requirement with no incumbent currently serving in the position. Government will furnish all standard office equipment required to perform the job. Tasks to be performed are included in the attached Performance Work Statement.

Your proposal should provide your proposed billable hourly rate with a breakout as shown on the provided pricing sheet of the associated costs that reflect that total, including any overhead and profit. Also include proposed pricing for the four option years. Clearly mark all correspondence with the RFP # of W912KZ-12-R-0002. Provide three references including a point of contact and phone number, for similar contracts performed within the last five years that demonstrate relevant past performance. References will be evaluated as part of the technical capability factor.

A complete proposal should include the following: required clause completions, completed pricing sheet, required references, a brief narrative (no more than five pages) explaining your company’s capabilities and your DUNS number or CAGE code. Any proposal submitted without all required items may not be considered for evaluation.

Proposals are due by 2:00 p.m. EST, 13 September 2012 and can be emailed to diane.hutchinson@us.army.mil or mailed to her attention at the USPFO for Kentucky, Boone National Guard Center, 120 Minuteman Parkway, Frankfort, KY 40601-6192. Proposals received after the due date/time will not be considered.

The contractor personnel will perform the duties outlined in the attached statement of work included on the solicitation document found under the provided link “additional documentation”.

****** ADDRESS ALL QUESTIONS REGARDING THIS SOLICITATION VIA’ EMAIL TO diane.hutchinson@us.army.mil ********

Set-Aside: HUBZone Place of Performance: J4 Boone National Guard Center, Building 139, 100 Minuteman Parkway Frankfort KY 40601 US URL:https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ12R0002/listing.html
OutreachSystems Article Number: 120815/PROCURE/0102
Matching Key Words: state!ky; 


Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640

R — Services: SEM Nanoscale Sample Preparation and Metrology Research SB1341-12-RQ-0607 082812 Paula Wilkison, Contract Specialist, Phone 301-975-8448, Email paula.wilkison@nist.gov – Patrick K Staines, Contracting Officer, Phone (301)975-6335, Email patrick.staines@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION
FOR COMMERCIAL SERVICES-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60.

***This solicitation is being issued using Simplified Acquisition Procedures. ***

1352.215-72 INQUIRIES (APR 2010)

Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than five calendar days after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, on the question responses included in the amendment to the solicitation will govern performance of the contract.

(end of provision)

The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a small business size standard of $14.0M. This requirement is a 100% Small Business Set-Aside.

Introduction

NIST has a requirement for a contractor to develop an effective method for sample preparation for each type of nano-material sample for investigation in SEM, and to find optimum conditions for successful imaging and measurement taking for these samples in the SEM.

Background

The National Institute of Standards and Technology (NIST) seeks to improve the measurement accuracy of SEM’s manufactured for use in the U.S. Semiconductor Manufacturing industry, and extend their capability to characterize and measure other nano-materials. The project has several activities for which expertise with SEM operation, sample preparation, characterization and measurement techniques is required.

For the various types of nano-materials such as cellulose, polystyrene spheres, gold nano-particles etc., there are no known fully reliable and repeatable sample preparation techniques. In order for them to be investigated in the SEMs, development of innovative sample preparation techniques is required.

SEMs are highly specialized instruments calling for specialized/different sample preparation for different types of materials. This is an on-going activity that is characterized with some degree of continuity and renewal at the same time as new methods and/or new instruments become available and new samples arrive. The development of the new Reference Metrology SEM requires expertise in SEM operation and taking reliable data.

NIST requires these services in order to be able to fully utilize the highly specialized and expensive new Reference Metrology SEM instrumentation of the NIST SEM project correctly and to its full potential so that misleading results may not occur, all the sources that contribute to error in the measurements must be determined, measured and corrected.

The National Institute of Standards and Technology has a requirement for SEM nanoscale sample preparation and metrology research.

All interested Contractors may provide a quote for the following:

Line Item 0001: Scientific Services (base year): SEM Nanoscale Sample Preparation and Metrology Research in accordance with the Statement of Work, attached.

OPTION LINE ITEM: The following item is an option line item. The Contractor shall provide pricing for these services. Award of option line items is at the sole discretion of the Government in accordance with 52.217-9.

OPTION Line Item 0002: Scientific Services (option year one): SEM Nanoscale Sample Preparation and Metrology Research in accordance with the Statement of Work, attached.

PROVISIONS AND CLAUSES:

The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html.

Provisions

52.212-1, Instructions to Offerors-Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.217-5 Evaluation of Options
52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran;

Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

Clauses

52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items including subparagraphs:

52.204-10, Reporting Executive Compensation;
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;
52.219-6, Notice of Total Small Business Set-Aside;
52.219-28, Post Award Small Business Program Re-representation;
52.222-3, Convict Labor;
52.222-19, Child Labor – Cooperation With Authorities And Remedies;
52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity;
52.222-35, Equal Opportunity for Veterans;
52.222-36, Affirmative Action for Workers with Disabilities;
52.222-37, Employment Reports on Veterans;
52.223-18, Contractor Policy to Ban Text Messaging While Driving;
52.225-13, Restriction on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.

52.204-9 Personal Identity Verification of Contractor Personnel
52.217-8, Option to Extend Services
52.217-9, Option to Extend the Term of the Contract.
52.227-14, Rights in Data – General

Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm.

The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm

1352.201-70 Contracting Officer’s Authority;
1352.209-73 Compliance With the Laws;
1352.237-73 Foreign National Visitor and Guess Access to Departmental Resources
1352.271-83 Government Review, Comment, Acceptance and Approval
1352.237-70 Security processing requirements-high or moderate risk contracts.

1352.237-75 Key Personnel (APR 2010)
(a) The contractor shall assign to this contract the following key personnel:
(Name) (Position Title)
(Name) (Position Title)
(b) The contractor shall obtain the consent of the Contracting Officer prior to making key personnel substitutions. Replacements for key personnel must possess qualifications equal to or exceeding the qualifications of the personnel being replaced, unless an exception is approved by the Contracting Officer.
(c) Requests for changes in key personnel shall be submitted to the Contracting Officer at least 15 working days prior to making any permanent substitutions. The request should contain a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contracting Officer will notify the contractor within 10 working days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes.
(End of clause)

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)

(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) The Offeror represents that, as of the date of this offer –

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.

(End of provision)

INSTRUCTIONS:

Central Contractor Registration

In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award.

Due Date for Quotations

Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on August 28, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above.

Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All Offerors should ensure the RFQ number is visible on the outermost packaging.

Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Paula Wilkison, Contract Specialist on 301-975-8448.

Addendum to FAR 52.212-1, Quotation Preparation Instructions

All quoters shall submit the following: 1) one technical quotation that includes Offeror’s proposed technical approach, description of key personnel/corporate experience, as well as one (1) resume each for proposed key personnel, 2) A list of past performance references, and 3) A price quotation which addresses Line Items 0001 and 0002; organized as indicated below:

1. Technical Quotation

Technical Approach and Capability

The offeror shall demonstrate its understanding of the requirements and provide a concise, detailed, and thorough discussion of its approach and capability to fulfilling the requirements of each task in the Statement of Work (SOW). The offeror shall describe its proposed methods and techniques.

Key Personnel/Qualifications

Key Personnel – The Offeror shall provide the resumes of its proposed key personnel that meet the qualifications identified in the “Contractor Qualifications” section of the SOW. A description of the key personnel’s specialized experience performing all tasks is to be included in the quotation. Include a list of past contracts, reports and other documentation that provides objective and documentary evidence of the specialized experience in all tasks. Be sure to include all personnel that will be utilized. The personnel listed in the quotation and incorporated into any resulting contract should remain unchanged for the life of the contract (see Key Personnel). No additions or replacements will be allowed without substantial justification. Each resume shall not exceed three (3) pages. Each resume shall demonstrate the proposed key personnel’s ability to perform the role for which they are being proposed and their experience in delivering services in the areas generally described in the SoW. Resumes shall include the following information:

• Full name
• Education
• Chronological work experience
• Narrative describing relevance of work experience to current requirement
Experience – The Offeror shall describe their experience performing similar work; explain how their experience is relevant to this requirement and how their experience will ensure successful completion of the required tasks. NIST will evaluate the extent of the offeror’s experience providing similar services and will consider the relevance of the offeror’s experience to the current requirement

2. Past Performance

The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced.

The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information:
1. Contract number;
2. Description and relevance to solicitation requirements including dollar value;
3. Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract;
4. Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract;
5. Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses.
6. Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems.

3. Price
The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror shall specify the fixed price for the requirement detailed in the Statement of Work.

This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.”

OR

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.

QUOTATION EVALUATION:

Evaluation Factors:

Award shall be made to the Offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance, 3) Experience, and 4) Price. All non-price factors, when combined, are approximately equally important to price.

Technical Approach and Capability:

Government will evaluate the offeror’s technical approach and capability to conducting the requirements of each task in the SOW to determine its overall understanding of the requirements and the extent to which its proposed approach will ensure successful performance of this effort.

Key Personnel Qualifications / Experience:

Key Personnel/Experience: The Government will evaluate the extent to which the resumes submitted for the offeror’s proposed key personnel demonstrate they have appropriate knowledge, qualifications, and experience to efficiently and effectively manage and perform the requirements and ensure the technical quality of deliverables.

Corporate Experience – The Government will evaluate the extent of the offeror’s experience providing similar services. NIST will give preference to offerors who demonstrate they have experience delivering the same type of services they are proposing for the current requirement.

Past Performance:

The Government will evaluate the Offeror’s past performance information and, if appropriate, its proposed subcontractors’ past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the Offeror has successfully completed relevant contracts in the past five years. In assessing the Offeror’s past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction.

Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the Offeror has no relevant past performance information.

Price:

The Government will evaluate price for reasonableness.

Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor.

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. Evaluation of options shall not obligate the Government to exercise the option(s).

1352.246-70 PLACE OF ACCEPTANCE (APR 2010)

(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.

(b) The place of acceptance will be:

NIST
100 Bureau Drive
Gaithersburg, MD 20899

1352.233-70 AGENCY PROTESTS (APR 2010)

(a) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999).

(b) Agency protests filed with the Contracting Officer shall be sent to the following address:
NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: PATRICK STAINES, CONTRACTING OFFICER
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(c) Agency protests filed with the Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: HEAD OF THE CONTRACTING OFFICE (HCO)
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(d) A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.

(e) Service upon the Contract law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010)

(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.

(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.

(c) Service upon the Contract Law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

(End of clause)

Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0607/listing.html
OutreachSystems Article Number: 120815/PROCURE/0104
Matching Key Words: documentar*; 


Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street McClellan CA 95652

99 — Advanced Wafer Probers H94003-12-R-0015 082912 Lucy Boswell, Contract Specialist, Phone 9162312824, Fax 916-231-2825, Email lucy.boswell@dmea.osd.mil ; p; K Combined Synopsis/Solicitation Notice

TEXT-ALIGN: justify”
TEXT-ALIGN: justify”
TEXT-ALIGN: justify”

TEXT-ALIGN: justify”

This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice.   This requirement is competed as full and open.   This Defense Microelectronics Activity (DMEA) Request for Proposal (RFP) announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued.   The N AICS code is 333295 and the size standard for this requirement is 500 employees.   The RFP reference number is H94003-12-R-0015 .   DPAS rating is C9.   Offerors proposals shall be valid for a minimum of 60 days.   Offerors proposals are to be emailed to Lucy.boswell@dmea.osd .mil by 9:00 am (PT) Aug 29, 2012.

Defense Microelectronics Activity (DMEA) is currently operating a Micromanipulator 8860 wafer prober and two (2) Wentworth MP2300 wafer probers.   These wafer probers are no longer supported and are fraught with hardware problems and outdated software.   The purpose of this combined synopsis/solicitation is to acquire three (3) wafer probers; one (1) primary wafer prober and two (2) optional wafer probers to meet the wafer testing requirements IAW Statement of Work (SOW) DMEA 12-2C5.   The wafer probers will be used for: Primary; Wafer Level Reliability Testing, Option 1; Functional Testing with full mil-temp. Option 2; Functional Testing at ambient.   The purchase order (PO) will have four (4) separately priced line items/requirements:   Contract Line Item (CLIN) 0001 – Wafer Level Reliability Sation IAW SOW 12-2C5 ; CLIN 0002- Calibration for CLIN 0001 for One(1) year (after installation & IAW SOW 12-2C5); CLIN 0003-Option 1: Semi_Automatic Functional Probe Station with Thermal Chuck IAW SOW 12-2C5; CLIN 0004- Option 2: Semi-Automatic Functional Probe Station with Ambient Chuck IAW SOW 12-2C5. Proposals shall be submitted IAW the above CLIN structure.

Proposals   shall be submitted IAW the above CLIN structure and shall include Company name and address, Cage Code, DUNS Number, shipping and delivery, and point of contact name, number, and email.   To request a copy of the SOW and documents email lucy.boswell@dmea.osd.mil and include company name, cage code and POC information.

The Government intends to award a best value, Firm Fixed Price contract.   Technical and past performance are more important than price.   Offerors shall submit a required price proposal, written technicalcriteria and past performance references in 12 pt font and no more than 25 pages, by 9:00 a.m. Pacific Time, August 29 2012.     An offer will be deemed unacceptable if it does not represent a reasonable effort to address the essential requirements of the solicitation, or if it clearly demonstrates that the offeror does not understand the requirements of the solicitation.   The following factors shall be used to evaluate offers:

Technical Criteria:

Proposals will be evaluated based on the following criteria listed below.   These are listed in their relative order of importance.   Contractor shall demonstrate they can meet the requirements by answering the following statements / questions:

•1. How does your proposed WLR system provide for continuous pin contact while the chuck is changing temperature as part of an automatic test program? Describe in detail the software/hardware accessories that provide this capability.

•2. How would your proposed WLR system provide complete multi sub-site testing on all die over the whole wafer with multiple temperature requirements?   Can your system support this type of testing without a technician’s attendance over a long weekend test program?

•3. How does your system prevent icing when probing below the dew point?   Is the wafer maintained in a controlled atmosphere at all times?

•4. To insure proper pin placement, describe the mechanisms your probe stations utilize to compensate for thermal expansion/contraction of the platen and chuck.

•5. What maintenance procedures are required to keep the thermal chuck within electrical specification?

•6. If the chiller is not used for extended periods of time, what are the recommended maintenance procedures?   Attach a copy of the procedure from your Technical Manual and describe the fluid(s) used in your system.

•7. Describe your method(s) for theta adjustment?   Is it automatic?

•8. Describe your method for automated 2 point alignment?

•9. Does your systems edge sensor circuitry introduce any electrical noise on the chuck surface?   How is this sensor isolated from the wafer?

•10.   Can your systems automatically adjust scope Z position to maintain focus on the wafer during a test program covering all die on the wafer.?

•11.   Does your system(s) have auto calibration capabilities?   Describe.

•12.   Describe how software updates are provided and managed for your proposed system.

•13.   DMEA utilizes 2 separate software test environments:   National Instruments LabVIEW and Keithley Instruments KITE (Keithley Interactive Test Environment).   Describe how your proposed system(s) utilize both of these test environments to provide remote control of the wafer probe stations.

Past Performance:

The Government will collect and evaluate the information provided by references or through other means to assign a risk assessment.   The Government may contact references other than those identified by the offeror and use that information in the past performance evaluation.   If the offeror does not have any past performance information, the offeror will be given a neutral rating and will not be evaluated favorably or unfavorably for this criterion.   The Contractor shall document its past performance on previous similar contracts.

•14.   The contractor shall provide references to at least 3 other customers (including company name, point of contact, address, phone number, and email) for whom similar work has been accomplished.   References to current and active contracts are acceptable.

•15.   Contractor shall demonstrate how they provided qualified individuals within required timeframes to fill the requirements of similar contracts.

•16.   The contractor shall provide evidence that they have been in business for at least three years providing the types of services requested under this SOW.

Price: Proposals   will be evaluated for realism, completeness, reasonableness, and a total evaluate price to the Government will be calculated.

: auto”
Place of Performance: Defense Microelectronic Activity 4234 54th St McClellan, CA 95652 US URL: https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-12-R-0015/listing.html
OutreachSystems Article Number: 120815/PROCURE/0845
Matching Key Words: writ*; copy; technical; standard; operating; 


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

99 — TACTICAL GEAR H92244-12-T-0289 090412 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-0289, 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 TACTICAL GEAR (See extended description for list of items), Qty 1 LOT

Section C Specifications
See attached extended description for list of items

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 52.203-8 Cancellation, Rescission and Recovery of funds for Illegal or Improper Activity Jan 1997
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
FAR 52.211-14 Brand Name or Equal
Notice of Priority Rating for National Defense Use Aug 1999
Apr 2008
FAR 52.211-15
FAR 52.212-1 Defense Priority and Allocation Requirements
Instructions to Offerors – Commercial Feb 2012 Apr 2008

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 52-242-13 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 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 Commercial Items (APR 2011) – Alternate 1 Feb 2012
FAR 52.222-25 Affirmative Action Compliance Apr 1984

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. Youmust 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 08:00 AM. Eastern Standard Time (EST) on 4 September 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-0289/listing.html
OutreachSystems Article Number: 120815/PROCURE/0852
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 — UNFUNDED REQUIREMENT – ALTIMETERS H92244-12-T-0291 082812 Kenneth C Brumfiel, Phone 757-893-2716, Email kenneth.brumfiel@vb.socom.mil
FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS PROCUREMENT AND ARE SUBJECT TO 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.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0291. A firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 May 2012. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% set-aside for small business concerns. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) is soliciting quotes for an assortment of skydiving equipment. This is a brand name or ‘equal to’ procurement, if quoting ‘equal to’ the vendor shall be required to provide specifications with their quote.

The contractor shall provide a quote using the schedule in Section B.

CLIN 0001, Description: L&B Optima II Audible Altimeter, Qty: 100, Unit of Issue: Each, CLIN Type: FFP;
Extended Description: Manufacturer: L&B, Color: Black;
CLIN 0002, Description: Altimaster N3 Altimeter, Qty: 100, Unit of Issue: Each, CLIN Type: FFP;
Extended Description: Altimaster, Color: Black, Additional Information: Unit must be ruggedized;
CLIN 0003, Description: VISO II Altimeter, Qty: 100, Unit of Issue: Each, CLIN Type: FFP;
Extended Description: Manufacturer: L&B, Color: Black;
CLIN 0004, Description: VISO Elastic Wrist Mount, Qty: 100, Unit of Issue: Each, CLIN Type: FFP;
Extended Description: Manufacturer: L&B, Color: Black, Sizes: TBD;
CLIN 0005, Description: Replacement Batteries for the SOLO/OPTIMA/VISO Altimeters, Qty: 300, Unit of Issue: Each, CLIN Type: FFP;
Extended Description: CR 2325, 3-Volt Battery;
Deliver to:
NSWDG
1636 Regulus Ave.
Virginia Beach, VA 23461

FOB Point is Destination.
Inspection is at Destination
Acceptance is at Destination

The following provisions and clauses are incorporated into the RFQ:

CLAUSES INCORPORATED BY REFERENCE:

FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions On Subcontractor Sales To The Government – Alt I (Oct-1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97
FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep-07
FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct-10
FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper May-11
FAR 52.204-7 Central Contractor Registration Feb-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08
FAR 52.212-1 Instructions to Offerors — Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions--Commercial Items Feb-12
FAR 52.219-6 Notice Of Total Small Business Set-Aside Nov-11
FAR 52.219-8 Utilization of Small Business Concerns Jan-11
FAR 52.219-14 Limitations on Subcontracting Nov-11
FAR 52.219-28 Post-Award Small Business Program Representation Apr-09
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep-10
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Sep-10
FAR 52.222-50 Combating Trafficking of Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11
FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08
FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran–Certification Sep-10
FAR 52.227-1 Authorization and Consent Dec-07
FAR 52.232-9 Limitation On Withholding Of Payments Apr-84
FAR 52.232-15 Progress Payments Not Included Apr-84
FAR 52.232-17 Interest Nov-10
FAR 52.232-23 Assignment of Claims Jan-86
FAR 52.232-33 Payment by Electronic Funds Transfer–Central Contractor Registration Oct-03
FAR 52.233-1 Alt I Disputes Dec-91
FAR 52.233-3 Protest After Award Aug-96
FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04
FAR 52.242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes — Fixed-Price Aug-87
FAR 52.247-34 F.o.b. – Destination Nov-91
FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84
DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09
DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10
DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06
DFARS 252.211-7003 Item Identification and Valuation Aug-08
DFARS 252.225-7000 Buy American Act–Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun-10
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98
DFARS 252.247-7023 Transportation of Supplies by Sea May-02
SOFARS 5652.204-9004 Foreign Persons (2006) Section K

CLAUSES INCORPORATED BY FULL TEXT:

Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov.

FAR 52.204-8 Annual Representations and Certifications Mar-12
FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS – Alt I Apr-11
FAR 52.212-5 (Dev) (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Deviation) Mar-12
FAR 52.252.2 Clauses Incorporated By Reference Feb-98
FAR 52.252-3 Alterations in Solicitation Apr-84
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jun-05
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12

FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet the government’s specifications, delivery, and price.

Technical – The offeror shall provide specifications for the items being proposed that demonstrate the items ability to meet or exceed the government’s specifications as identified in Section C of this solicitation.
Offeror shall provide MOA’s (Memorandum of Agreements), or DA’s (Distributor‘s Agreements), to demonstrate that they are currently a manufacturer authorized channel partner as of the date of the submission of their offer. The vendor shall source all products from the manufacturer or through manufacturer authorized channels only, in accordance with all applicable laws and policies at the time of purchase. Vendors must be an authorized manufacturer reseller.

Delivery – Offeror’s shall provide delivery time frames for all of the items identified in Section B. The delivery time frame shall be identified as number of days after receipt of order (ARO).

Price – Offerors shall provide pricing in accordance with Section B of the solicitation. Price quotes are required to complete and valid for 90 days.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

FAR 52.252-1 — Solicitation Provisions Incorporated by Reference. (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/
(End of Provision)

SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING
OFFICER (JAN 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

5652.204-9003 Disclosure of Unclassified Information (2007) Section H
(Revised November 2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFARS 5652.215-9016 Technical and Contractual Questions Concerning
This Solicitation (JAN 2000)

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Kenneth Brumfiel – Contract Specialist
Kenneth.brumfiel@vb.socom.mil
PH – 757-893-2716
1636 Regulus Ave. Virginia Beach, VA 23461-2299

SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)

All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957.

All questions concerning this procurement, either technical or contractual must be submitted to kenneth.brumfiel@vb.socom.mil by August 22, 2012 at 10AM EST. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. Youmust clearly identify how your proposal meets ALL of the solicitation requirements.

Point of contact for this procurement is Kenneth Brumfiel at phone number: (757-893-2716) or email at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil , fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00PM Eastern Standard Time (EST) on August 28, 2012.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0291/listing.html
OutreachSystems Article Number: 120815/PROCURE/0853
Matching Key Words: film?; produc*; you; website; business*; event?; distribut*; instruct*; commercial?; 

Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640

R — Optical Metrology Support SB1341-12-RQ-0610 082712 Paula Wilkison, Contract Specialist, Phone 301-975-8448, Email paula.wilkison@nist.gov – Patrick K Staines, Contracting Officer, Phone (301)975-6335, Email patrick.staines@nist.gov DESCRIPTION:

THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION
FOR COMMERCIAL SERVICES-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60.

***This solicitation is being issued using Simplified Acquisition Procedures. ***

1352.215-72 INQUIRIES (APR 2010)

Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than five calendar days after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, on the question responses included in the amendment to the solicitation will govern performance of the contract.

(end of provision)

The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a small business size standard of $14.0M. This requirement is a 100% Small Business Set-Aside.

Introduction

NIST has a requirement for a contractor to provide optical metrology support.

Background

Optical methods are used widely in semiconductor manufacturing for the measurement of feature dimensions known as critical dimensions (CD) and for defect inspection. Measurement tolerances continue to be reduced and improved measurement uncertainty is required. NIST is developing improved optical modeling methods and hardware techniques to accomplish this. For quantitative analysis, such as for metrology applications, it is essential to have accurate modeling capabilities and high speed measurement algorithms.

This requirement is for the operation and implementation of new optical modeling code that includes front and back end Fourier capability using the finite difference time domain (FDTD) approach and rigorous coupled wave (RCW) approach. This involves code development for the electromagnetic scattering components and the Fourier optical illumination and imaging components through enhancement of Fourier based normalization of the illumination and scattered fields. Simulations using three dimensional models and comparison with the experiments are an essential part of optical defect and critical dimension (CD) metrology. Accurate numerical simulations are an essential requirement for the analysis of experimental results for dimensional measurements. Comparison of FDTD and RCW results for two and three dimensional models must be continually carried out to ensure accurate modeling of inherently three dimensional features.

Developing new optical techniques for next generation defect metrology and inspection requires evaluation of new measurement capabilities including those that use the spatial frequency components of the sample and optical fields. This includes new methods that use coherent illumination and interference imaging. The data acquisition and modeling involves spatial frequency analysis and optimization of the illumination and collection optics. This requirement is for the further development of a rigorous approach to quantify and evaluate scattered light from defects acquired using a modified bright field optical microscope. Theoretical simulations are used to demonstrate observable signatures for defects for logic cells and intentional defect arrays using targets based on highly directional lithography procedures. Advancing these methods using interference microscopy includes using complex reference fields encoded with spatial frequency information. The Contractor shall operate and develop simulation code running on a parallel multi core processor to evaluate these methods for scatterfield designs and interference microscope designs.

Optical microscope optimization and evaluation at 193 nm and longer wavelengths is another attribute to be evaluated using the code. Both coherent and incoherent illumination methods need to be evaluated using algorithms for the 193 nm optical instrument. The Contractor shall evaluate resolved illumination as well at one of several wavelengths. This will include quantitative analysis of 193 nm or similar scatterfield microscope illumination for spatial frequency controlled or interferometric microscopy.

The National Institute of Standards and Technology has a requirement for Optical Metrology Support

All interested Contractors may provide a quote for the following:

Line Item 0001: Scientific Services: Optical Metrology Support, in accordance with the Statement of Work, attached.

PROVISIONS AND CLAUSES:

The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html.

Provisions

52.212-1, Instructions to Offerors-Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran;

Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

Clauses

52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items including subparagraphs:

52.204-10, Reporting Executive Compensation;
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;
52.219-6, Notice of Total Small Business Set-Aside;
52.219-28, Post Award Small Business Program Re-representation;
52.222-3, Convict Labor;
52.222-19, Child Labor – Cooperation With Authorities And Remedies;
52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity;
52.222-35, Equal Opportunity for Veterans;
52.222-36, Affirmative Action for Workers with Disabilities;
52.222-37, Employment Reports on Veterans;
52.223-18, Contractor Policy to Ban Text Messaging While Driving;
52.225-13, Restriction on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.

52.204-9 Personal Identity Verification of Contractor Personnel
52.227-14, Rights in Data – General
52.217-8, Option to Extend Services

Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm.

The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm

1352.201-70 Contracting Officer’s Authority;
1352.209-73 Compliance With the Laws;
1352.209-74 Organizational Conflict of Interest
1352.237-75 Key Personnel
1352.237-73 Foreign National Visitor and Guess Access to Departmental Resources
1352.271-83 Government Review, Comment, Acceptance and Approval
1352.237-70 Security Processing Requirements-High or Moderate Risk Contracts

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)

(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) The Offeror represents that, as of the date of this offer –

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.

(End of provision)

INSTRUCTIONS:

Central Contractor Registration

In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award.

Due Date for Quotations

Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on August 27, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above.

Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All Offerors should ensure the RFQ number is visible on the outermost packaging.

Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Paula Wilkison, Contract Specialist on 301-975-8448.

Addendum to FAR 52.212-1, Quotation Preparation Instructions

All quoters shall submit the following: 1) one technical quotation that includes Offeror’s proposed technical approach as well as one (1) resume each for proposed key personnel, 2) A list of past performance references, and 3) A price quotation which addresses Line Items 0001 and 0002; organized as indicated below:

1. Technical Quotation

a. SubFactor 1 Technical Approach and Capability

The Offeror shall demonstrate its understanding of the requirements and provide a concise, detailed, and thorough discussion of its approach and capability to fulfilling the requirements of each task in the Statement of Work (SoW). The Offeror shall describe its proposed methods and techniques.

b. SubFactor 2 Key Personnel/Experience

Key Personnel – The Offeror shall provide the resumes of its proposed key personnel that meet the qualifications identified in section 8 of the SOW. A minimum of ten years of specialized experience performing all tasks is to be included in the quotation. Resumes of personnel showing less than 10 years of experience will not be considered for an award. Include a list of past contracts, reports and other documentation that provides objective and documentary evidence of the specialized experience in all tasks. Be sure to include all personnel that will be utilized. The personnel listed in the quotation and incorporated into any resulting contract should remain unchanged for the life of the contract (see Key Personnel). No additions or replacements will be allowed without substantial justification. Each resume shall not exceed three (3) pages. Each resume shall demonstrate the proposed key personnel’s ability to perform the role for which they are being proposed and their experience in delivering services in the areas generally described in the SoW. Resumes shall include the following information:

• Full name
• Education
• Chronological work experience
• Narrative describing relevance of work experience to current requirement
Experience – The Offeror shall describe their experience performing similar work; explain how their experience is relevant to this requirement and how their experience will ensure successful completion of the required tasks. NIST will evaluate the extent of the Offeror’s experience providing similar services and will consider the relevance of the Offeror’s experience to the current requirement

2. Past Performance

The Offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the Offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the Offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the Offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced.

The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the Offeror shall provide the following information:
1. Contract number;
2. Description and relevance to solicitation requirements including dollar value;
3. Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract;
4. Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract;
5. Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses.
6. Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems.

3. Cost/Price
The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror shall specify the fixed price for the requirement detailed in the Statement of Work.

This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.”

OR

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.

QUOTATION EVALUATION:

Evaluation Factors:

Award shall be made to the Offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance, and 3) Price. All non-price factors, when combined, are approximately equally important to price.

Technical Capability:

Subfactor 1 – Technical Approach

Government will evaluate the Offeror’s technical approach and capability to conducting the requirements of each task in the SOW to determine its overall understanding of the requirements and the extent to which its proposed approach will ensure successful performance of this effort.

Subfactor 2 – Qualifications / Experience

Key Personnel – The Government will evaluate the extent to which the resumes submitted for the Offeror’s proposed key personnel demonstrate they have appropriate education, qualifications, and experience to efficiently and effectively manage and perform the requirements and ensure the technical quality of deliverables.

Experience – The Government will evaluate the extent of the Offeror’s experience providing similar services. NIST will give preference to Offerors who demonstrate they have experience delivering the same type of services they are proposing for the current requirement.

Past Performance:

The Government will evaluate the Offeror’s past performance information and, if appropriate, its proposed subcontractors’ past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the Offeror has successfully completed relevant contracts in the past five years. In assessing the Offeror’s past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction.

Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the Offeror has no relevant past performance information.

Price:

The Government will evaluate price for reasonableness.

Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor.

1352.246-70 PLACE OF ACCEPTANCE (APR 2010)

(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.

(b) The place of acceptance will be:

NIST
100 Bureau Drive
Gaithersburg, MD 20899

1352.233-70 AGENCY PROTESTS (APR 2010)

(a) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999).
(b) Agency protests filed with the Contracting Officer shall be sent to the following address:
NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: PATRICK STAINES, CONTRACTING OFFICER
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(c) Agency protests filed with the Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: HEAD OF THE CONTRACTING OFFICE (HCO)
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(d) A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.

(e) Service upon the Contract law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010)

(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.
(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.
(c) Service upon the Contract Law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

(End of clause)

Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0610/listing.html
OutreachSystems Article Number: 120814/PROCURE/0116
Matching Key Words: documentar*; 


Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640

R — Services: Traceable 3-D Size and Shape Metrology of Nano Scale Structures by Scanning Electron Microscopy SB1341-12-RQ-0630 082712 Paula Wilkison, Contracting Specialist, Phone 301-975-8448, Email paula.wilkison@nist.gov – Patrick K Staines, Contracting Officer, Phone (301)975-6335, Email patrick.staines@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION
FOR COMMERCIAL SERVICES-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60.

***This solicitation is being issued using Simplified Acquisition Procedures. ***

1352.215-72 INQUIRIES (APR 2010)

Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than five calendar days after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, on the question responses included in the amendment to the solicitation will govern performance of the contract.

(end of provision)

The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a small business size standard of $14.0M. This requirement is a 100% Small Business Set-Aside.

Introduction

NIST has a requirement for a contractor to provide traceable 3-D size and shape metrology of nano scale structures by scanning electron microscopy.

Background

Modern scanning electron microscopes (SEMs) are capable of excellent spatial resolution imaging, down to a third of one nanometer, which is about the distance between (111) planes of the silicon crystal. In the last few decades the world has seen a relentless drive in the semiconductor industry to shrink integrated circuit (IC) feature sizes further and further. The use the SEM for critical-dimension measurements is not new, but as the feature sizes on new generations of IC devices approach the 10-nanometer scale, the traditional resolution-centric metrology is no longer adequate. NIST has been pursuing traceable dimensional metrology solutions for sub-100 nm size structures, and now this needs to be done on fully three-dimensional samples. This work is especially important for the US semiconductor industry, but the emerging nanotechnology will also benefit from reliable traceable 3-D metrology.

For these measurements both the image acquisition and the interpretation of the images require methods beyond the existing solutions in scanning electron and ion microscopy. For example, it is well known that depending on drift properties and the settings of the instrument, the drift may cause distortion of the image, blur, or both. The amount of such drifts used at large field of views can be considered insignificant or even imperceptible, but have become an important problem for nano-scale metrology. It has been demonstrated that the “slow scan” acquisition method is not suitable for accurate metrological and imaging applications. The only correct way is to acquire image frames very quickly, regardless of the high level of noise, and process them before formation of the final image. Drift Corrected Image Composition (DCIC) is a real-time technique developed at NIST that allows for acquiring more accurate images applicable in nanometer-scale imaging and metrology. The use this method for 3-D is indispensable, but has not yet been done.

Additionally, after the drift issue has been addressed, one has to be able to interpret a captured image correctly. For instance, the spot size of an electron beam estimated at 1 nanometer, already amounts to 10% of a 10 nm linewidth scanned. Essentially, at nano-scale the beam is no longer is a “spot” but a 3-D charged particle probe interacting with a 3-D structured sample. Measurement must go hand in hand with the application an accurate model, which in turn is impossible without a full understanding of underlying physics.

In the past NIST has devoted a great deal of effort to modeling. Currently JMONSEL, an electron microscope simulator developed at NIST, can simulate simple geometrical shapes, which is useful for traceable line width measurements. The work remains to be done in the area of nano-scale, 3-D based metrology:

1. To represent real world complicated 3-dimensional “shapes”, and to simulate electron and ion scattering phenomena at low incident energies;
2. With a given sample geometry, such as pitch lines, a carefully constructed model should closely re-produce a real SEM with specified sample and imaging conditions. Furthermore, modeling needs to provide consistent predictions of topographic yield variation of generated SE as a function of the sample composition and structure shape, when any of the imaging conditions or sample parameters is changed.
The Nano-Scale Metrology group in the Physical Measurement Laboratory’s (PML) Mechanical Metrology Division (MMD) is pursuing a metrology study to measure pitch lines of varying pitch, tilt, linewidth, height, sloping edge, corner rounding and other information, on top of multiple layers of different compositions. The structure in question is strategically important as a cornerstone for SEM metrology, and has become particularly relevant as MMD is currently undertaking an investigation of the structure with a major industrial partner. The study will be carried out with experimental work, and based on accompanying sample and SEM modeling.

It is NIST’s goal to develop, implement, and validate the models, in conjunction with measurement results. For example, if simulation is performed with varying electron energies on complex multi-layer sample structures, when compared against measurement results, insights of critical importance can be gained into signal generation of the buried metal pads and material composition of the complex layer structures. To develop traceable dimensional metrology, NIST requires the work of an expert Contractor with skills in physics, programming (particularly with experience in Java), and data acquisition with these kinds of instruments.

In addition to SEM, a new microscopy technology has recently emerged: the helium ion microscope (HIM). In the HIM a helium ion source has replaced the electron source and there is a fundamental difference in how the imaged and measured signals originate compare to that of the SEM. In addition, its single atom source diameter can achieve better spatial resolution, and greater depth-of-field. Additionally to the intense attention paid to the HIM as an imaging microscope, NIST is interested in utilizing it and take advantage HIM’s material removing capability via ion sputtering, as a nano-milling tool or for general sample modifications at the nano-scale. In a recent study, the HIM has been used to cross section sub-20 nanometer pitch IC lines with their underlying multi-layers, to provide valuable information regarding pitch line dimensions and layer thicknesses, to corroborate results obtained from SEM as well as modeling simulations.

The National Institute of Standards and Technology has a requirement for Traceable 3-D Size and Shape Metrology of Nano Scale Structures by Scanning Electron Microscopy.

All interested Contractors may provide a quote for the following:

Line Item 0001: Scientific Services: Traceable 3-D Size and Shape Metrology of Nano Scale Structures by Scanning Electron Microscopy, in accordance with the Statement of Work, attached.

PROVISIONS AND CLAUSES:

The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html.

Provisions

52.212-1, Instructions to Offerors-Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran;

Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

Clauses

52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items including subparagraphs:

52.204-10, Reporting Executive Compensation;
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;
52.219-6, Notice of Total Small Business Set-Aside;
52.219-28, Post Award Small Business Program Re-representation;
52.222-3, Convict Labor;
52.222-19, Child Labor – Cooperation With Authorities And Remedies;
52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity;
52.222-35, Equal Opportunity for Veterans;
52.222-36, Affirmative Action for Workers with Disabilities;
52.222-37, Employment Reports on Veterans;
52.223-18, Contractor Policy to Ban Text Messaging While Driving;
52.225-13, Restriction on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.

52.204-9 Personal Identity Verification of Contractor Personnel
52.227-17, Rights in Data-Special Works
52.217-8, Option to Extend Services

Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm.

The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm

1352.201-70 Contracting Officer’s Authority;
1352.209-73 Compliance With the Laws;
1352.237-73 Foreign National Visitor and Guess Access to Departmental Resources
1352.271-83 Government Review, Comment, Acceptance and Approval
1352.237-70 Security Processing Requirements-High or Moderate Risk Contracts

1352.237-75 Key Personnel (APR 2010)
(a) The contractor shall assign to this contract the following key personnel:
(Name) (Position Title)
(Name) (Position Title)
(b) The contractor shall obtain the consent of the Contracting Officer prior to making key personnel substitutions. Replacements for key personnel must possess qualifications equal to or exceeding the qualifications of the personnel being replaced, unless an exception is approved by the Contracting Officer.
(c) Requests for changes in key personnel shall be submitted to the Contracting Officer at least 15 working days prior to making any permanent substitutions. The request should contain a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contracting Officer will notify the contractor within 10 working days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes.
(End of clause)

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)

(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) The Offeror represents that, as of the date of this offer –

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.

(End of provision)

INSTRUCTIONS:

Central Contractor Registration

In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award.

Due Date for Quotations

Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on August 27, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above.

Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All Offerors should ensure the RFQ number is visible on the outermost packaging.

Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Paula Wilkison, Contract Specialist on 301-975-8448.

Addendum to FAR 52.212-1, Quotation Preparation Instructions

All quoters shall submit the following: 1) one technical quotation that includes Offeror’s proposed technical approach, description of key personnel/corporate experience, as well as one (1) resume each for proposed key personnel, 2) A list of past performance references, and 3) A price quotation which addresses Line Items 0001 and 0002; organized as indicated below:

1. Technical Quotation

a. SubFactor 1 Technical Approach and Capability

The Offeror shall demonstrate its understanding of the requirements and provide a concise, detailed, and thorough discussion of its approach and capability to fulfilling the requirements of each task in the Statement of Work (SoW). The Offeror shall describe its proposed methods and techniques.

b. SubFactor 2 Key Personnel/Qualifications

Key Personnel – The Offeror shall provide the resumes of its proposed key personnel that meet the qualifications identified in section 8 of the SOW. A minimum of ten years of specialized experience performing all tasks is to be included in the quotation. Resumes of personnel showing less than 10 years of experience will not be considered for an award. Include a list of past contracts, reports and other documentation that provides objective and documentary evidence of the specialized experience in all tasks. Be sure to include all personnel that will be utilized. The personnel listed in the quotation and incorporated into any resulting contract should remain unchanged for the life of the contract (see Key Personnel). No additions or replacements will be allowed without substantial justification. Each resume shall not exceed three (3) pages. Each resume shall demonstrate the proposed key personnel’s ability to perform the role for which they are being proposed and their experience in delivering services in the areas generally described in the SoW. Resumes shall include the following information:

• Full name
• Education
• Chronological work experience
• Narrative describing relevance of work experience to current requirement
Experience – The Offeror shall describe their experience performing similar work; explain how their experience is relevant to this requirement and how their experience will ensure successful completion of the required tasks. NIST will evaluate the extent of the Offeror’s experience providing similar services and will consider the relevance of the Offeror’s experience to the current requirement

2. Past Performance

The Offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the Offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the Offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the Offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced.

The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the Offeror shall provide the following information:
1. Contract number;
2. Description and relevance to solicitation requirements including dollar value;
3. Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract;
4. Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract;
5. Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses.
6. Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems.

3. Cost/Price
The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror shall specify the fixed price for the requirement detailed in the Statement of Work.

This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.”

OR

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.

QUOTATION EVALUATION:

Evaluation Factors:

Award shall be made to the Offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance, 3) Experience, and 4) Price. All non-price factors, when combined, are approximately equally important to price.

Technical Approach:

Government will evaluate the Offeror’s technical approach and capability to conducting the requirements of each task in the SOW to determine its overall understanding of the requirements and the extent to which its proposed approach will ensure successful performance of this effort.

Key Personnel Qualifications / Experience:

Key Personnel/Experience: The Government will evaluate the extent to which the resumes submitted for the Offeror’s proposed key personnel demonstrate they have appropriate knowledge, qualifications, and experience to efficiently and effectively manage and perform the requirements and ensure the technical quality of deliverables.

Corporate Experience – The Government will evaluate the extent of the Offeror’s experience providing similar services. NIST will give preference to Offerors who demonstrate they have experience delivering the same type of services they are proposing for the current requirement.

Past Performance:

The Government will evaluate the Offeror’s past performance information and, if appropriate, its proposed subcontractors’ past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the Offeror has successfully completed relevant contracts in the past five years. In assessing the Offeror’s past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction.

Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the Offeror has no relevant past performance information.

Price:

The Government will evaluate price for reasonableness.

Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor.

1352.246-70 PLACE OF ACCEPTANCE (APR 2010)

(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.

(b) The place of acceptance will be:

NIST
100 Bureau Drive
Gaithersburg, MD 20899

1352.233-70 AGENCY PROTESTS (APR 2010)

(a) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999).

(b) Agency protests filed with the Contracting Officer shall be sent to the following address:
NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: PATRICK STAINES, CONTRACTING OFFICER
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(c) Agency protests filed with the Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: HEAD OF THE CONTRACTING OFFICE (HCO)
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(d) A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.

(e) Service upon the Contract law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010)

(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.
(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.
(c) Service upon the Contract Law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

(End of clause)

Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0630/listing.html
OutreachSystems Article Number: 120814/PROCURE/0117
Matching Key Words: documentar*; 


Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640

R — Development of Advanced Methods for Correlating the Surface Topographies of Fired Cartridge Components, Standard Cartridge Cases, and Toolmarks. SB1341-12-RQ-0430 082712 Paula Wilkison, Contract Specialist, Phone 301-975-8448, Email paula.wilkison@nist.gov – Patrick K Staines, Contracting Officer, Phone (301)975-6335, Email patrick.staines@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION
FOR COMMERCIAL SERVICES-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60.

***This solicitation is being issued using Simplified Acquisition Procedures. ***

1352.215-72 INQUIRIES (APR 2010)

Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than five calendar days after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, on the question responses included in the amendment to the solicitation will govern performance of the contract.

(end of provision)

The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a small business size standard of $14.0M. This requirement is a 100% Small Business Set-Aside.

Introduction

NIST has a requirement for a contractor to provide analysis of topography measurement results for both bullets and casings.

Background

NIST Standard Reference Material (SRM) bullets and cartridge cases are being used in crime laboratories as reference standards, both in the United States and internationally. NIST also developed a two- and three-dimensional (2D and 3D) ballistics signature acquisition and correlation system, which has been engineered and employed for the certification measurements of the SRM bullets and cases to ensure the similarity of their ballistics topography signatures. During the SRM development, major technological advancements in the topography measurements and correlations have been adapted and tested using bullets and cartridge cases fired from consecutively manufactured barrels and slides with outstanding results.

NIST is continuing its research in these areas and is initiating research in the advanced surface topography of toolmark evidence as well. Major objectives include: (1) Expanding the database of fired cartridge components to add to the scientific support of the science of firearm identification and (2) Developing an accurate and robust 3D NIST Ballistics Identification System (NBIS) based on an Automated Ballistics Identification System using 3D topography measurements, which will be ultimately available to the forensic firearms and toolmark examiner community, research interests, and commercialization. (3) Developing a common identification criterion, for fast and accurate identification of ballistics and too-mark evidences. (4) Developing advanced firearm identification methods for high accuracy and fast ballistics identifications with a National Ballistics Database.

Development of the 3D NBIS will use previously validated acquisition files, statistical formulas and algorithms, and accepted public database file sharing and transfer protocols. All the parameters and algorithms to be used in the 3D NBIS are in the public domain and subject to open tests. In this manner, interoperability for any future networked system will have standard methods and protocols engineered in its design.

As part of its continuing research into optical measurements for surface topography measurement, NIST requires the services of experts in the analysis of surface topography, in the registration and correlation of topographic images, and in firearm identification techniques.

The National Institute of Standards and Technology has a requirement for Development of Advanced Methods for Correlating the Surface Topographies of Fired Cartridge Components, Standard Cartridge Cases, and Toolmarks

All interested Contractors may provide a quote for the following:

Line Item 0001: Scientific Services: Development of Advanced Methods for Correlating the Surface Topographies of Fired Cartridge Components, Standard Cartridge Cases, and Toolmarks, in accordance with the Statement of Work, attached.

Line Item 0002: Travel: 2013 AFTE (Association of Firearms and Toolmarks Examiners) Meeting, in accordance with the Statement of Work, attached.

PROVISIONS AND CLAUSES:

The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html.

Provisions

52.212-1, Instructions to Offerors-Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran;

Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

Clauses

52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items including subparagraphs:

52.204-10, Reporting Executive Compensation;
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;
52.219-6, Notice of Total Small Business Set-Aside;
52.219-28, Post Award Small Business Program Re-representation;
52.222-3, Convict Labor;
52.222-19, Child Labor – Cooperation With Authorities And Remedies;
52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity;
52.222-35, Equal Opportunity for Veterans;
52.222-36, Affirmative Action for Workers with Disabilities;
52.222-37, Employment Reports on Veterans;
52.223-18, Contractor Policy to Ban Text Messaging While Driving;
52.225-13, Restriction on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.

52.204-9 Personal Identity Verification of Contractor Personnel
52.227-14, Rights in Data – General
52.217-8, Option to Extend Services

Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm.

The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm

1352.201-70 Contracting Officer’s Authority;
1352.209-73 Compliance With the Laws;
1352.237-73 Foreign National Visitor and Guess Access to Departmental Resources
1352.271-83 Government Review, Comment, Acceptance and Approval
1352.237-71 Security Processing Requirements-Low Risk Contracts

1352.237-75 Key Personnel (APR 2010)
(a) The contractor shall assign to this contract the following key personnel:
(Name) (Position Title)
(Name) (Position Title)
(b) The contractor shall obtain the consent of the Contracting Officer prior to making key personnel substitutions. Replacements for key personnel must possess qualifications equal to or exceeding the qualifications of the personnel being replaced, unless an exception is approved by the Contracting Officer.
(c) Requests for changes in key personnel shall be submitted to the Contracting Officer at least 15 working days prior to making any permanent substitutions. The request should contain a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contracting Officer will notify the contractor within 10 working days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes.
(End of clause)

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)

(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) The Offeror represents that, as of the date of this offer –

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.

(End of provision)

INSTRUCTIONS:

Central Contractor Registration

In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award.

Due Date for Quotations

Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on August 27, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above.

Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All Offerors should ensure the RFQ number is visible on the outermost packaging.

Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Paula Wilkison, Contract Specialist on 301-975-8448.

Addendum to FAR 52.212-1, Quotation Preparation Instructions

All quoters shall submit the following: 1) one technical quotation that includes Offeror’s proposed technical approach, description of key personnel/corporate experience, as well as one (1) resume each for proposed key personnel, 2) A list of past performance references, and 3) A price quotation which addresses Line Items 0001 and 0002; organized as indicated below:

1. Technical Quotation

a. SubFactor 1 Technical Approach and Capability

The offeror shall demonstrate its understanding of the requirements and provide a concise, detailed, and thorough discussion of its approach and capability to fulfilling the requirements of each task in the Statement of Work (SoW). The offeror shall describe its proposed methods and techniques.

b. SubFactor 2 Key Personnel/Qualifications

Key Personnel – The offeror shall provide the resumes of its proposed key personnel that meet the qualifications identified in section 8 of the SOW. A minimum of ten years of specialized experience performing all tasks is to be included in the quotation. Resumes of personnel showing less than 10 years of experience will not be considered for an award. Include a list of past contracts, reports and other documentation that provides objective and documentary evidence of the specialized experience in all tasks. Be sure to include all personnel that will be utilized. The personnel listed in the quotation and incorporated into any resulting contract should remain unchanged for the life of the contract (see Key Personnel). No additions or replacements will be allowed without substantial justification. Each resume shall not exceed three (3) pages. Each resume shall demonstrate the proposed key personnel’s ability to perform the role for which they are being proposed and their experience in delivering services in the areas generally described in the SoW. Resumes shall include the following information:

• Full name
• Education
• Chronological work experience
• Narrative describing relevance of work experience to current requirement
Experience – The Offeror shall describe their experience performing similar work; explain how their experience is relevant to this requirement and how their experience will ensure successful completion of the required tasks. NIST will evaluate the extent of the offeror’s experience providing similar services and will consider the relevance of the offeror’s experience to the current requirement

2. Past Performance

The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced.

The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information:
1. Contract number;
2. Description and relevance to solicitation requirements including dollar value;
3. Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract;
4. Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract;
5. Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses.
6. Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems.

3. Cost/Price
The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror shall specify the fixed price for the requirement detailed in the Statement of Work.

This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.”

OR

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.

QUOTATION EVALUATION:

Evaluation Factors:

Award shall be made to the Offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance, 3) Experience, and 4) Price. All non-price factors, when combined, are approximately equally important to price.

Technical Approach:

Government will evaluate the offeror’s technical approach and capability to conducting the requirements of each task in the SOW to determine its overall understanding of the requirements and the extent to which its proposed approach will ensure successful performance of this effort.

Key Personnel Qualifications / Experience:

Key Personnel/Experience: The Government will evaluate the extent to which the resumes submitted for the offeror’s proposed key personnel demonstrate they have appropriate knowledge, qualifications, and experience to efficiently and effectively manage and perform the requirements and ensure the technical quality of deliverables.

Corporate Experience – The Government will evaluate the extent of the offeror’s experience providing similar services. NIST will give preference to offerors who demonstrate they have experience delivering the same type of services they are proposing for the current requirement.

Past Performance:

The Government will evaluate the Offeror’s past performance information and, if appropriate, its proposed subcontractors’ past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the Offeror has successfully completed relevant contracts in the past five years. In assessing the Offeror’s past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction.

Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the Offeror has no relevant past performance information.

Price:

The Government will evaluate price for reasonableness.

Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor.

1352.246-70 PLACE OF ACCEPTANCE (APR 2010)

(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.

(b) The place of acceptance will be:

NIST
100 Bureau Drive
Gaithersburg, MD 20899

1352.233-70 AGENCY PROTESTS (APR 2010)

(a) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999).
(b) Agency protests filed with the Contracting Officer shall be sent to the following address:
NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: PATRICK STAINES, CONTRACTING OFFICER
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(c) Agency protests filed with the Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: HEAD OF THE CONTRACTING OFFICE (HCO)
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

(d) A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.

(e) Service upon the Contract law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010)

(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.
(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.
(c) Service upon the Contract Law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858

(End of clause)

Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0430/listing.html
OutreachSystems Article Number: 120814/PROCURE/0118
Matching Key Words: documentar*; 


Department of the Army, National Guard Bureau, 123 AW BASE CONTRACTING OFFICE, 123 AW Base/MSC Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679

69–METIMAN PRE-HOSPITAL SIMULATOR MANEQUIN F7H4MD2195A001 091412 Paul Piro, 5025134617 123 AW Base/MSC Contracting Office No Description Provided
Set-Aside: Total Small Business Place of Performance: 123 AW Base/MSC Contracting Office 1101 Grade Lane, Louisville KY 40213-2679 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA15-1/F7H4MD2195A001/listing.html
OutreachSystems Article Number: 120814/PROCURE/0522
Matching Key Words: state!ky; 

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

U — COMPUTER DATA INTEGRITY TRAINING 1101264 082412 Vida – Niles, Email vida.niles@fda.hhs.gov
The Food and Drug Administration (FDA) is seeking Full and Open Competition for vendors that can provide quotes/proposals.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-35
This announcement constitutes the only solicitation and a written solicitation
will not be issued. The synopsis, NAICS code 541690 and 541990, is to notify vendors that the government intends to issue a firm fixed price Purchase Order in accordance with FAR Part 13.106, for the following statement of work, under the simplified acquisition procedures.
This solicitation is issued as a Request for Quotes/Proposals

STATEMENT OF WORK

Computer Data Integrity Training on Data Audit Enforcement

BACKROUND

The requirement for the validation of electronic systems in the regulated pharmaceutical industry brings challenges of how to apply the requirements to preserve integrity of data for manufacturing, testing and laboratory analysis. Audit trails maintain a record of system activity both by system and application processes and by user activity of systems and applications. In conjunction with appropriate tools and procedures, audit trails can assist in detecting security violations, performance problems, and flaws in applications. The FDA needs to create a clear approach on where scrutiny and enforcement are needed. The Office of Compliance needs to improve its understanding in how best to regulate electronic records, provide strategies and practical recommendations, including additional guidance and policies that may be needed.

OBJECTIVE

The Office of Compliance seeks to procure the services of a contractor that has proven experience, expertise, knowledge and abilities to provide training to the Office of Compliance staff, especially the Office of Manufacturing and Product Quality and the Office of Scientific Investigations to determine how best to apply the requirements to address data audit integrity, archiving, the data transfer of information (i.e., transfer of information from electronic health records, data transfer from contractors to sponsors), and other data integrity issues under current regulations (21 CFR 211.68, Automatic, mechanical, and electronic equipment) or determine if the existing regulations and guidance’s need enhancements. This training and collaboration will help shape FDA and industry understanding of electronic data and information, and strengthen compliance and enforcement activities to support public health.

The purpose of this document is to describe the activities associated with developing expertise among Office of Compliance staff to understand the requirements to address data audit integrity, data archiving, the data transfer of information (e.g. transfer of information from electronic health records, data transfer from contractors to sponsors, chain of custody for laboratory contractor). This would enable the FDA to detect fraud in the use of 21 CFR Part 11, Electronic Records; Electronic Signatures. The FDA investigators need to have necessary expertise and knowledge to have ability to look at data systems and examine them for data manipulation and fraud.

SCOPE OF WORK

Independently and not as an agent of the Government, the contractor shall furnish the necessary personnel, materials, services, facilities and otherwise do all the things necessary for or incident to the performance of the work described below. The contractor shall provide training and written guidance on various methods for:

DECTECTING FRAUD

Detecting fraud (Macros, proprietary software, other methods for analyzing data collected from regulated pharmaceuticals manufacturing firms), reviewing analytical data for potential electronic data fraud (e.g. data from spectrometry/chromatography), and methods of collecting data for forensic analysis, in relation to the Office of Information Management (OIM). The contractor shall provide personnel, equipment, supplies, supervision necessary to provide professional training, education, expertise, performance problems, and flaws in medical product and applications relevant to the specific needs of data-integrity and data auditing of computerized systems.

KEY STAKEHOLDERS

All work shall be performed in accordance with the statement of work and all terms and conditions of this contract. The capabilities required under this contract, include a thorough and comprehensive understanding of the Office of Compliance, its structure, key stakeholders, and the cross over relationships and work process interdependencies between the Office of Compliance, other Offices within the Center, other key stakeholders within Agency and regulated industry.

TRAINING MATERIALS

The objective of this procurement is to develop and conduct a minimum of eight (8) half day sessions. Computer Data Integrity courses to be held at White Oak campus in Silver Spring Maryland for approximately 15-30 students.

The contractor shall generate training material for use at any periodic inspector training sessions provided to Center for Devices and Radiological Health (CDER) Office of Compliance and FDA’s Office of Regulatory Affairs.

GAP ANALYSIS

The contractor shall need to perform a gap analysis to determine if Office of Compliance needs to enhance our regulations and guidances, and assist where needed by providing written technical matter.

DETAILED DESCRIPTION OF WORK

At a minimum, the contractor shall train OC Staff on how to examine and investigate integrity issues for data migration and data management as well as outputs, analysis and reporting derived from such data sources. Train OC Staff how to examine and investigate iSLC methodologies including documentation necessary to support the following key components:

A. Project planning for proposed system solutions, definition requirements, scaling, communication plans, deliverables and receivables,
B. Project Design: with additional focus on development alignment with existing system architectures,
C. Build Phase: coding activities, testing through production qualification specifications
and plans for production support,
D. Qualification Phase: deployment of test environments, execution of tests, and review
of results and acceptance criteria,
E. Production and Release: deployment activities related to production environment,
F. Compliance review: assessment project activities for adherence to overall plan,

STAFF TRAINING

A. Train on requirements for electronic records and electronic signatures and/or handwritten signatures executed to electronic records which require certain safeguards due to their unique nature (e.g. appropriate password controls for e-signatures in place). This would also include recognizing criteria for handwritten signatures executed to paper copies of electronic records.
B. Train how to examine creation and maintenance of an inventory of the systems.
C. Train how to review of corporate assessments of systems for Part 11 compliance and
evaluate standardized approach to their assessments and evaluate criteria for development/execution of a Part 11 remediation plan for non-compliant systems.
D. Train how to evaluate adequacies of incorporating Part 11 compliance when
developing/acquiring new systems and instruct how to review internal corporate conduct of Part 11 training.
E. Train how to examine software audit trails or in-house database and design of audit
Trail.
F. Instruct how to examine system validation used in critical tests in a manufacturing
laboratory, validation procedure/policy covering computerized analytical data collection and retention systems.
G. Instruct how to conduct a review of the validation documentation (such as a protocol
and the final report) of one exemplary critical computer system used in the laboratory.
H Familiarize the staff with basic concepts of computer system validation that includes
the following areas for a more in depth audit:

1. Knowledge on how to examine validation strategy, i.e. how the system needs to be validated and what steps are necessary for the system to be considered validated and commissioned.
2. Knowledge of how the system will be maintained after being commissioned and how the ‘validated state’ will be maintained (includes requirements and procedures for computer specialists, system administrators, users, training, change control, data archival, data backup, system security, access requirements, use of user manuals, etc.). This would include verifying written procedures that define appropriate responsibilities for system administrators and users, verifying procedures are in place for data archival/backup and retrieval, verifying that change control procedures apply to the system and that changes to the system undergo an assessment to determine if the change affects the validated state of the system and verifying training is required before gaining system access.
3. Knowledge how to review the system Validation Summary/Final Report), to ensure that the system was accepted and commissioned based on successfully
fulfilling the defined requirements that were specified in the validation strategy, including signoffs, and that supporting design documentation is applicable to the version or configuration of a system being evaluated.
4. Knowledge of how to review change control procedures that are in place and being followed to help ensure that the computer system is kept in a ‘validated state’ after the system is validated. commissioned.

I. Train staff on key aspects of vendor or co-licensing services agreements involving company transfer duties or functions, implementation of quality assurance and quality control programs with written standard operating procedures, evaluation of training records to determine qualified individuals and instruct the staff how to ensure the outsourced electronic data processing conforms to sponsor established requirements.
J. Train staff how to examine the maintenance of data security systems, maintenance of
security/access level list of individuals who are authorized to make changes and how to examine documentation specifying:

a. Permission to enter the location where the archived data is stored
b. Record of entry into the archived data location and reason for such entry
c. Physical controls used to allow/deny access to this location.
d. Encryption practices

K. Train staff how to review history and process of data base changes and
implementation, understand data transformations, if required by interrelated systems or during data migration.
L. Train staff in system security methods, procedures or processes so that only authorized users have
access to controlled systems and that specific permissions are assigned to different
users types, as appropriate for the work they are required to complete.
M. Train staff on security topics addressing all appropriate instrumentation within the
testing laboratory, including procedures/controls available for limiting system access to authorized individuals conducting official business through user’s access, controls for unique IDs and password requirements (with automatic time-out feature for locking computer and instructions to log out or lock the computer when leaving the area).
N. Train staff on requirements needed for evaluating retained records and obtain
necessary knowledge of documents generated by Analytical Development, Product Development and Quality Assurance departments, to ensure compliance with internal and regulatory agencies. This would include training on how to review adequacy of Work Instructions, SOP’s regarding retention schedules, evaluations, archiving, withdrawals, and records destruction.
O. Train staff how to evaluate local department adherence to Global Corporate
procedures for retention and disposal, including corporate categories and distinctions assigned to vital, essential, operational and other categories.
P. Train staff on the procedures/controls that adequately address how the system
functions for archiving and retrieval of records, including back-up frequency, location
and media.
Q. Train staff on verification of electronic raw data associated with records that have
been archived in the firm’s archive system for a chosen system (e.g. HPLC) and are retrievable.
R. Train staff to examine iSLC validation processes and adequacy of documentation
necessary to support cGLP, cGCO and cGMPs data migrations, corporate knowledge and management of any data transformations, product divestitures or company-to-company data migrations to determine adherence to corporate information systems life cycle (ISLC.
S. Train staff to evaluate business agreements and technical documents to support data
transfer form contractors to sponsors and review adequacy of gap analysis performed
by company for project.
T. Train the staff to review Project/Technical Approach to migration.
U. Train the staff on practical knowledge of the type of audits: documents, vendor,
systems databases, licensing and co-development and instruct the staff on
understanding processes for planning, preparing, conducting and reporting of global
and local systems audits of processes.
V. Instruct the staff how to identify key areas, documentation, any project/product
related issues and project/product related data generated by the systems/processes to
be audited (e.g. SOPs, guidance documents, study specific procedures, training
materials, previous audit reports.
W. Train the staff to review chromatography data system (CDS) on critical laboratory
instrumentation, such as LC/MS, HPLC, or GC and knowledge how to verify access
to the audit trail information for a system that is controlled by the CDS.
X. Train staff to examine audit trail functionality in reviewing laboratory data.
Y Generate training material and other written matter for use at any periodic inspector training sessions, or to support guidances or policies to enhance inspector/industry understanding of regulatory expectations.

QUALIFICATIONS AND REQUIREMENTS

The contractor must have documented experience in being able to train personnel on the basic steps of computer forensics as it relates to the preparation (of the investigator, not the data), collection of data, examination, analysis and reporting as it pertains to medical product investigation. Validation of the tools would be required.

GENERAL QUALIFICATION

The contractor trainer shall have the following skill and practical experience:

A. Posses thorough understanding of European Union and FDA’s Current Good
Laboratory Practices (cGLP), Current Good Manufacturing Practices (cGMP) and Pharmaceutical Industry Best Practices
B. Expertise in 21 CFR 11 (Part 11)
C. Understanding of the technical components needed for a successful data migration
D. Specific cGLP and cGMP software and hardware capabilities, including upgrades and
integration within corporate system architectures.
E. Understand integrity issues for data migration and data management as well as
outputs, analysis and reporting derived from such data sources.
F. Review adherence to cGXP and internal corporate record retention policies.

SPECIFIC KNOWLEDGE OF INFORMATION SYSTEMS LIFE CYCLE (ISLC) METHODOLOGY

The contractor trainer shall have the following skills and previous experience:
In depth knowledge of ISLC methodologies including documentation necessary to support the following key components:

Project planning for proposed system solutions, definition requirements, scaling,
Communication plans, deliverables and receivables, project design: with additional focus on development alignment with existing system architectures.

Build Phase: coding activities, testing through production qualification. Specifications and plans for production support, Qualification Phase: deployment of test environments, execution of tests, and review of results and acceptance criteria, Production and Release: deployment activities related to production environment, and compliance review: assessment project activities for adherence to overall plan.

The contractor shall be able to conduct of closure activities and evaluate continued production support.

SPECIFIC REQUIREMENTS FOR PART 11 cGLP, GCP and cGMP

The contractor trainer shall have the following knowledge, which includes advanced understanding from previous experience:

The contractor shall have the knowledge requirements for electronic records and electronic signatures. Demonstrate knowledge of electronic signatures or handwritten signatures executed to electronic records which require certain safeguards due to their unique nature (e.g. appropriate password controls for e-signatures in place)
Criteria for handwritten signatures executed to paper copies of electronic records and the creation and maintenance of an inventory of the systems.

The contractor shall posses the E.Review of corporate assessments of systems for Part 11 compliance and evaluates standardized approach to their assessments and the criteria for development/execution of a Part 11 remediation plan for non-compliant systems.
The contractor shall be able to evaluate adequacies of incorporating Part 11 compliance when developing/acquiring new systems and review internal corporate conduct of Part 11 training.

The contractor shall have the familiarity with software audit trails or in-house database and design of audit trail, familiarity with system validation used in critical tests in a manufacturing laboratory and familiarity with validation procedure/policy covering computerized analytical data collection and retention systems.

The contractor(s) shall also have the familiarity with review of the validation documentation (such as a protocol and the final report) of multiple exemplary critical computer systems used in the laboratory or manufacturing, and the familiarity with basic concepts of computer system validation that includes the following areas for a more in depth audit:
A. Knowledge on how to examine validation strategy, i.e. how the system needs to be validated and what steps are necessary for the system to be considered validated and commissioned.
B. Knowledge of how the system will be maintained after being commissioned and how the ‘validated state’ will be maintained (includes requirements and procedures for computer specialists, system administrators, users, training, change control, data archival, data backup, system security, access requirements, use of user manuals, etc.). This would include verifying written procedures that define appropriate responsibilities for system administrators and users, verifying procedures are in place for data archival/backup and retrieval, verifying that change control procedures apply to the system and that changes to the system undergo an assessment to determine if the change affects the validated state of the system and verifying training is required before gaining system access.
C. Knowledge how to review the system Validation Summary/Final Report), to ensure that the system was accepted and commissioned based on successfully fulfilling the defined requirements that were specified in the validation strategy, including signoffs, and that supporting design documentation is applicable to the version or configuration of a system being evaluated.
D. Knowledge how to review change control procedures are in place and being followed to help ensure that the computer system is kept in a ‘validated state’ after the system is commissioned.

KNOWLEDGE OF STANDARD BUSINESS AGREEMENTS BETWEEN a VENDOR AND a FIRM, OR DOCUMENTATION TO SUPPORT cGLP, cGMP VALIDATED ACTIVITIES

The contractor trainer shall have the following skills and previous experience:

Familiar with key aspects of vendor or co-licensing services agreements involving company transfer duties or functions. Implementation of quality assurance and quality control programs with written standard operating procedures and evaluation of training records to determine qualified individuals.

The contractor shall ensure the outsourced electronic data processing conforms to sponsor established requirements, maintenance of security systems, and maintenance of security/access level list of individuals who are authorized to make changes by:

A. Permission to enter the location where the archived data is stored
B. Record of entry into the archived data location and reason for such entry
C. Physical controls used to allow/deny access to this location.

The contractor shall develop maintenance of SOPs for using these systems, review history and process of data base changes and implementation, and understand data transformations, if required by interrelated systems or during data migration.

The contractor shall understand the system security so that only authorized users have access to controlled systems and that specific permissions are assigned to different users types, as appropriate for the work they are required to complete.

They shall also demonstrate knowledge about security topics addressing all appropriate instrumentation within the testing laboratory:
This would include procedures/controls available for limiting system access to authorized individuals conducting official business through user’s access, controls for unique IDs and password requirements (with automatic time-out feature for locking computer and instructions to log out or lock the computer when leaving the area)

RECORD RETENTION UNDER GLP, GCO, AND CGMPs

The contractor trainer shall have the following skills and previous practical experience: understanding requirements needed and adequacy of periodic review/evaluations for retaining records. Knowledge of documents generated by Analytical Development, Product Development and Quality Assurance departments to ensure compliance with internal and regulatory agencies. Review adequacy of Work Instructions, SOP’s regarding retention schedules, evaluations, archiving, withdrawals, and records destruction. Evaluate local department adherence to Global Corporate procedures for retention and disposal. Understand corporate categories and distinctions assigned to vital, essential, operational and other categories.

The contractor shall possess familiarity with procedures/controls that adequately address how the system functions for archiving and retrieval of records, including back-up frequency, location and media. Familiarity with verification of electronic raw data associated with records that have been archived in the firm’s archive system for a chosen system (e.g. HPLC) and are retrievable.

Section 508 Standards
§ 1194.21 Software applications and operating systems.
(a) When software is designed to run on a system that has a keyboard, product functions shall be executable from a keyboard where the function itself or the result of performing a function can be discerned textually.
(b) Applications shall not disrupt or disable activated features of other products that are
identified as accessibility features, where those features are developed and documented
according to industry standards. Applications also shall not disrupt or disable activated
features of any operating system that are identified as accessibility features where the
application programming interface for those accessibility features has been documented by the manufacturer of the operating system and is available to the product developer.
(c) A well-defined on-screen indication of the current focus shall be provided that moves
among interactive interface elements as the input focus changes. The focus shall be
programmatically exposed so that assistive technology can track focus and focus changes.
(d) Sufficient information about a user interface element including the identity, operation and state of the element shall be available to assistive technology. When an image represents a program element, the information conveyed by the image must also be available in text.

DATA MIGRATION

The contractor trainer shall have the following skills and previous practical experience to determine adherence to iSLC validation processes and adequacy of documentation necessary to support cGLP, cGCO and cGMPs data migrations. The contractor shall posses the knowledge to evaluate corporate knowledge and management of any data transformations and to evaluate product divestitures or company-to-company data migrations to determine adherence to corporate ISLC.

The contractor shall also be able to evaluate business agreements and technical documents to support data transfer form contractors to sponsors, review adequacy of gap analysis performed by company for project, review Project/Technical Approach to migration, and understand the uses of data encryption practices.

AUDIT PROCESSES

The contractor shall have practical knowledge of the type of audits: documents, vendor, systems databases, licensing and co-development. They shall also posses the understanding for processes, planning, preparing, conducting and reporting of global and local systems audits of processes. They shall also be able to identify key areas, document any project/product related issues and project/product related data generated by the systems/processes to be audited (e.g. SOPs, guidance documents, study specific procedures, training materials, previous audit reports.

They shall have familiarity with chromatography data system (CDS) on critical laboratory instrumentation, such as LC/MS, HPLC, or GC and knowledge on how to verify access to the audit trail information for a system that is controlled by the CDS.
Knowledge of audit trail functionality in reviewing laboratory data is also required.

GOVERNMENT FURNISH EQUIPMENT AND TRAVEL

(a) Provide necessary equipment such as computer and other supplies needed to complete the project.

(b) Arrange for office space if needed to complete the project.

(c) If travel is required, the Contract Officer Technical (COR) Representative will coordinate and assist with the following travel related arrangements for the contractor:

(1) Government travel orders issued for the contractor.
(2) Discuss Arrival and departure times with the contractor prior to making travel reservation. Any changes thereafter will be made by the contractor.
(3) Rental car used must be authorized by the project officer. Rental car reservation will be made by the project officer and must be authorized on the government travel order. The contractor may use personal vehicle and claim mileage at government rates, as indicated on the travel order as long as it does not exceed the government airfare to the training location and the government travel per diem.

CONTRACTORS ROLES AND RESPONSIBILITIES/STAFFING

The Contractor shall designate one or more individuals as key person(s). The Contractor shall guarantee that the FDA will not be without a Contractor key technical or management position, or mutually agreed upon alternate. Any subsequent substitution of personnel shall require express written approval from the FDA.
The Contractor is responsible for providing personnel with the management, technical and subject matter expertise required to accomplish the activities and prepare the deliverables identified in this Statement of Work. The Contractor shall perform a resume review with the COR or Government designee and may hold interviews in which the COR or Government designee participates.
The contractor shall submit in writing all proposed staff (name, resume, title, category, hourly rate, and FDA clearance status) to FDA. The contractor shall identify key personnel in the technical proposal. NOTE: Personnel may not be removed from the task without express approval of the Contracting Officer (CO) or the COR. The Government reserves the right to reject or accept the resume of any employee. All staff proposed as KEY for this project must be full-time.

The contractor will provide personnel/staff that is adequately trained and who have attained knowledge necessary for the performance of the client requirements. It is anticipated that contractor employees may have to attend conferences and symposiums to provide interface and attain knowledge necessary for the performance of client requirements. Funding for such experiences will be at the discretion and direction of the FDA project officer.

The Contractor shall propose one or more key person(s), who together, must perform the following role in support of this SOW:

CONTRACTOR

Responsible for technical and management direction, submission of deliverables, and general support and coordination with the FDA COR and FDA staff, as needed. This individual is fully authorized to direct and supervise day-to-day activities of Contractor and subcontractor staff needed to meet Task Order Requirements.

The Contractor shall perform project management throughout the life of the contract.

TRAINING SPECIALIST

Responsible for training FDA staff in evaluating sufficiency of and adherence to corporate information life cycle policies. Responsible for training Agency staff to detect fraud (Macros, proprietary software, other methods for analyzing data collected from regulated pharmaceuticals manufacturing firms) and review analytical data for potential electronic data fraud (e.g. data from spectrometry/chromatography) and methods of collecting data for forensic analysis. Additionally, the training specialist would be responsible for instructing our staff in detecting security violations, performance problems, and flaws in medical product and applications relevant to the specific needs of data-integrity and data auditing of computerized systems.

CONTRACT GOVENANCE PROCESS

This contract shall be managed according to a Project Management Plan (PMP), which shall be created by the Contractor and approved by the FDA. The Contractor shall submit a Monthly Status Report to the FDA Project Officer for review and approval. This report shall be delivered electronically and presented orally at a regularly scheduled project status meeting. This report shall specify:

a. Current project performance.
b. Key accomplishments and problems encountered.
c. Service level, staffing, and price performance (current month and fiscal year to date):
1. Service level performance (planned versus actual).
2. Staffing and expenditures (planned versus actual).
d. Key issues requiring FDA management attention.
e. Productivity recommendations.
f. Proposed and approved work assignments, staffing, deliverable schedule, and any outstanding requirements or issues that need to be addressed.

GENERAL SUPPORT
The Contractor shall provide support to defined monthly status meetings. All meetings will be located on FDA property in the DC metro area. The Contractor shall prepare meeting agendas, minutes or notes, issues and action items, distribute meeting documentation, and participate in the dissemination of information regarding the status of the project as outlined in the SOW.

DELIVERABLES

The Contractor shall be responsible for completion of the following deliverables, including a Gap Analysis and required training materials. :

a. Project Management Plan. This plan shall describe the project management processes that organize the work, that ensure project performance information is collected and reviewed and that ensure deliverables are completed on time.

b. Project Work Plan. This work plan shall include milestones, tasks and deliverables.

c. Management Reports. The Contractor shall submit a Monthly Status Report describing the work performed for all tasks and resources expended to date. The Report shall provide a written progress report, to include accomplishments, plans, outstanding issues, and an updated project schedule. The Contractor Project Manager shall provide the status report to the FDA COR.

One copy of each deliverable shall be provided to the FDA COR using email and attachments and in hard-copy form (where applicable).

The FDA will accept or reject the deliverables in writing. In the event of the rejection of any deliverable, the FDA COR, giving the specific reason for the rejection, shall notify the Contractor in writing. The Contractor shall have five (5) working days to correct the rejected deliverable and return it to the FDA COR.

All deliverables are due within a month after award. Each year, after the award of the contract, the Project Officer will develop a specific list of deliverable due dates. The following table identifies deliverables for the contract base period.

Schedule of Deliverables and Services Due Date After Award/Exercise of Option
Task 1: Develop Project Management Plan C.13 Within 10 days of contract award
Task 2: Develop Project Work Plan C.13 Within 21 days of contract award
Task 3: Conduct Gap Analysis and provide report and conduct a presentation of findings with recommendations Complete by month two and provide two copies to the COR
Task 3: Provide Management reports C.13 Monthly and a final yearly report three weeks prior to the end of period of performance
Task4: Generate training materials for use during training sessions for a minimum of fifteen FDA staff members Each module developed to be completed three weeks prior to training implementation and submitted to the COR and SME for review
Task 5: Provide a minimum of eight (8) Training sessions that support each of the modules for a minimum of fifteen staff members Monthly unless otherwise specified by the COR and technical SME’s
Task 6: Perform a subsequent gap analysis to determine if OMPQ/DSI needs to enhance our regulations and guidance’s. Complete two months prior to the end of the period of performance

Task 7: Provide a draft final technical report Two copies due to COR no later than one month prior to the end of the period of performance
Task 8: Provide a final technical report Two copies due to the COR one week prior to the end of the period of performance

CONTRACTOR REPORTING AND OTHER DOCUMENTATION

The contractor shall provide reports to the COR in the following manner: Provide monthly status reports showing:

a. The contractor’s itemized hours and billing data
b. Proposed and approved changes to work assignments
c. Staffing issues
d. Problems with deliverable schedule
e. Status and action plans for any unresolved support issues
f. Problems encountered
g. Issues requiring FDA management attention

PERIOD OF PERFORMANCE

The Government anticipates that the period of performance for this contract will be one twelve (12) month award.

PLACE OF PERFORMANCE

Silver Spring, Maryland.

POTENTIAL AWARD WITHOUT DISCUSSIONS

The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. In any event, the Government reserves the right to make an award to the best advantage of the Government. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures.

Technical Evaluation Criteria

FDA will evaluate quotes against the following technical evaluation factors: Relevant Experience, Technical Approach, Qualifications of Key Personnel, and Management Plan. The FDA will also evaluate the proposed pricing and past performance. This evaluation will be conducted using a best value methodology. Technical merit will be significantly more important than price in evaluating proposals. FDA will evaluate all price proposals to determine whether the pricing is reasonable; however, the lowest-priced offeror will not necessarily be awarded the contract. In the event that two or more offerors technical proposals are deemed to be of similar merit, price will be the determining factor.

Technical Evaluation Factors
The relative order of importance of the factors is:
The Relevant Experience and§ Technical Approach factors are equally rated and of the most importance.
Qualifications of Key Personnel and Management Plan/Schedule are of equal importance.

1. Relevant Experience

The Offeror’s proposal shall demonstrate relevant experience in terms of type, scope, complexity and size on current and previous contracts. The highly rated proposal will also demonstrate the Offeror’s ability to produce high quality results on a very tight schedule.

2. Technical Approach
This factor considers the Offeror’s methodology for accomplishing the work outlined in the SOW. The Offeror’s proposal will demonstrate a thorough understanding and clear approach for performance of work resulting from this SOW. FDA will consider:

• The Offeror’s understanding of the scope and objectives of the subject areas and tasks outlined in the SOW
• The offeror’s capabilities with respect to the subject areas and tasks outlined in the SOW
• The likelihood of success of the technical approach

3. Key Personnel and Management Plan/Schedule

This factor considers the education, experience, knowledge and necessary skills of key personnel. The offeror shall provide resumes for the key personnel. The offeror shall indicate how the proposed personnel’s experience and knowledge meets the needs and expectations identified in the SOW. The offeror’s plans for carrying out all phases of the contract work as it pertains to scheduling work assignments and allocating work resources. The evaluation will assess the appropriateness of the offeror’s management plan to the work outlined in the SOW, including (as applicable) methodologies, staffing plan that specifically outlines the estimated level of effort by labor category, preparation, performance measures, management tools, cost control, schedule control, quality control, risk mitigation, and communications will be evaluated.

Price Evaluation

FDA will evaluate the Offeror’s proposed price. The FDA’s evaluation of price realism will consider the extent to which proposed pricing indicates a clear understanding of solicitation requirements, reflects a sound approach to satisfying those requirements, and is consistent with the approach described in the offeror’s technical volume quote. The price realism assessment will consider technical and management risks identified during evaluation of the quote. Unrealistically low proposed prices (initially or subsequently) may be grounds for eliminating a proposal from competition either on the basis that the offeror either doesn’t understand the requirement or has made an unrealistic quote.

Past Performance Evaluation

The FDA will evaluate past performance as a risk assessment; not as a weighted technical evaluation factor.

The Government will assess the relative risks associated with each offer. Performance risks are those associated with an offeror’s likelihood of success in performing the acquisition requirements as indicated by that offeror’s record of past performance.

The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror’s performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information.

When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror’s record of performing according to specifications, including standards of good workmanship; the offeror’s record of controlling and forecasting costs; the offeror’s adherence to contract schedules, including the administrative aspects of performance; the offeror’s reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror’s business-like concern for the interest of the customer.

The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror’s performance.

The lack of a past performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offer.

Basis for Award:

Award will be made to the party whose quotation offers the best overall value to the Government, technical and price factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Approach and Relevant Experience, 2) Qualifications of Key Personnel and Management Plan, and 3) Price. The Technical Approach and Relevant Experience and Qualifications of Key Personnel and Management Plan factors are of equal importance and, combined, these factors are more important than the price factor. If two or more quotations are determined to be approximately equal technically, price may become the determining factor in selecting the awardee. In any event, the Government reserves the right to make an award to the best advantage of the Government. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures.

CCR: Vendor must be registered in the Central Contractor Register (CCR) prior to the award of the purchase order. You may register by going to http://www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information.

QUESTIONS DEADLINE: All questions are to be submitted via email to Vida.Niles@fda.hhs.gov, no later August 15, 2012 4:30 PM EST.

QUOTATIONS DUE: All quotations are to be submitted via email to Vida.Niles@fda.hhs.gov, no later than 10:00 AM, EST on August 24, 2012.

Responses to this notice shall be sent via email to Vida.Niles@fda.hhs.gov, NO Telephone calls will not be accepted.

URL: https://www.fbo.gov/spg/HHS/FDA/DCASC/1101264/listing.html
OutreachSystems Article Number: 120812/PROCURE/0017
Matching Key Words: writ*; copy; technical; standard; operating; procedure?; 

Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway Rome NY 13441-4514

R — HP Software &Hardware Maintenance FA8751-12-Q-0592 081512 Jenna A. Tarbania, Phone 315-330-2260, Email Jenna.Tarbania@rl.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751-12-Q-0592 is issued as a request for quotation (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120724. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as a total small business set aside under NAICS code 541519 and small business size standard of $25M average annual receipts.

The contractor shall provide the following service on a firm fixed price basis:

HP Hardware & Software Maintenance
Qty: 1 Year
Description: Various HP Software support (24×7) and HP Hardware support (Standard Support including Defective Media Retention – DMR). See attached specification sheets for a full list of equipment and detailed required coverage.

Note: There are 3 separate specification sheets/equipment lists identified as:

SAID # 1039 1383 9326
SAID # 1035 8827 8089
SAID # 1040 0500 4468

Please quote each one separately. One award will be made consisting of 3 line items. Total cost of all 3 will be evaluated for award.

Offeror must be an authorized by HP to provide hardware and software maintenance and support.

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

The required period of performance is from date of award to 10 August 2013. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of performance, delivery, acceptance and FOB destination point is 26 Electronic Parkway, Rome, NY 13441.

The provision at 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 3PM, 15 August 2012. Submit to: AFRL/RIKO, Attn: Jenna Tarbania, 26 Electronic Parkway, Rome NY 13441-4514 or by email to Jenna.Tarbania@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements in the solicitation. Offeror shall also submit proof of HP authorization to be considered eligible for award.

(b)(12) 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.

(g) Contract award. 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 andtechnical 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.

(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror.

The provision at FAR 52.212-2, Evaluation — Commercial Items applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Technical Capability and Price. When combined Technical Capability is approximately equal to Price. It is anticipated that award will be made to the lowest priced, technically capable offeror.
The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website via https://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation). For your convenience, paragraph (b) of 52.212-3, 252.209-7999 & 252.209-7998 are attached to this solicitation.

The clause at 52.212-4, Contract Terms and Conditions — Commercial Items
applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders — Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
52.222-41, Service Contract Act of 1965, as Amended
52.222-42, Statement of Equivalent Rates for Federal Hires
23183 Electronics Technician Maintenance III $24.85 + $3.71 $28.56

The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.247-7023 Transportation of Supplies by Sea Alternate III
252.247-7024 Notification of Transportation of Supplies by Sea

The following additional FAR and FAR Supplements provisions and clauses also apply:

252.232-7010, Levies on Contract Payments
5352.223-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations

5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407.

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

All responsible organizations may submit a quote, which shall be considered.

Set-Aside: Total Small Business Place of Performance: 26 Electronic Parkway Rome, NY 13441 US URL: https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-Q-0592/listing.html
OutreachSystems Article Number: 120811/PROCURE/0113
Matching Key Words: writ*; copy; technical; standard; 


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

R — Study of Television News Branding (Arab World) BBG50-R-12-0022 082712 Myria Carpenter, Fax 202-382-7870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov ;p;

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation No. BBG50-R-12-0022 is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-060, dated July 26, 2012. (iv) The North American Industry Classification Systems (NAICS) code for this acquisition is 541720. (v). The contractor shall provide the Contract Line Items (CLIN) as shown in the uploaded Standard Form (SF) 1449. (vi.) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) located in Washington, D.C. has a requirement for contractor to conduct a study of television news branding throughout the Arab world in the wake of the Arab Spring. This study will have two parts: First, an assessment of the role of brand identity and content in the choice of Arabic language TV news channels and secondly, an assessment of a recently created 30-second advertisement for the BBG’s Arabic language television service, Alhurra.

For part one of this study, some of the key substantive issues to be explored shall be: To what extent is brand identity a driver of the choice of TV stations for news? What are some of the brand identities for TV news audiences view positively? Negatively? How do audiences learn about these brands? What are some of the differences in preferences by country or demographic groups? What is the role of content in shaping perceptions of the TV news brands? What is the news and information content audiences are looking for in the wake of the Arab spring? Which TV channels do they believe are providing this content? Why? To what extent are audiences getting this news from non-TV sources such as the internet, radio, newspapers, etc? What attracts them to these sources?

Part two of the study will involve the assessment of a new 30 second TV advertisement: “I am Alhurra”. The aim of this aspect of the study will be to examine the identity the advertisement conveys and the extent to which the advertisement promotes an image consistent with audience preferences, along with the implications for future marketing and advertising efforts.

The BBG encourages offerors to suggest a research structure that effectively addresses the questions above in the most cost-efficient way. Offerors are encouraged to suggest methods that include analysis of currently available research (both previous work conducted by BBG – which will be made available for the contractor – and other publicly accessible research), as well as regional expertise and/or use of new market research such as focus groups, expert interviews, etc. This requirement is for a regional assessment. However, offerors may submit technical and price proposals to limit the research to Egypt, Morocco, and Saudi Arabia, as long as the offeror submits a regional assessment as well. Offerors are encouraged to submit proposals including various levels of comprehensiveness and cost.

(vii)The project deliverables shall include: (1) a final paper with two parts a) Assessment of content/brand preferences for TV news among target audiences   and a) results of the analysis of Alhurra’s 30-second advertisement ; (2) presentation of results of entire study to BBG senior staff members either in person or via video conference; (3) technical report detailing project methodology and any problems encountered in research.

It is anticipated that an award and base period may begin on or about September   20, 2012. All deliverables are due shall be received not less than 120 days after contract award. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at:http://acquisition.gov/far/index.html. Interested offerors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The Offerors shall demonstrate the ability and experience in providing the required services. Interested offerors shall submit with their proposal a narrative about how they will provide the services, in addition to listing similar projects with the same or like requirement, with budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references that have direct knowledge of the offeror’s skills and experience. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Narrative and detailed information on the requirement. [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all of the listed CLIN shall be noted in English and United States dollars. (ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP provides the best value to the Government. The following factors listed shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Demonstrated experience in conducting qualitative media research in the Arab world; 2) Demonstrated experience in conducting branding studies in the Arab world; 3) Overall suitability of the research design in addressing the specific issues laid out in this solicitation; 4) Professional qualifications of proposed project managers and 5) Ability to complete the project in a timely manner; 6) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement within the last five (5) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information: (i) client’s name, address, and name, email and telephone number of contact person; (ii) dollar amount of the contract; (iii) current term of the contract; and (iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance.; and 7) a separate Price Proposal showing a breakdown of the price for the above Contract Line Item Number (CLIN).   Evaluation Factors 1, 2 and 3 are of equal importance and are more important that Factors 4 and 5. All evaluation factors other than cost or price, when combined are significantly more important cost or price. The Offeror’s Technical Proposal should address the following: 1)   a detailed description of the proposed research methodology, including specific listing of organizations the Offeror shall use for performing fieldwork (if subcontractor are to be used by the contractor); 2) current information on the qualifications of Offeror’s office and field staff who will participate in performing the work specified in this Solicitation; 3) specific information on Offeror’s past experience in conducting qualitative media research and branding studies in the Arab world; 4) a detailed description of the proposed fieldwork plan, and 5) a schedule showing the time required for each phase of the project.   In addition to the Offeror’s proposed Total Contract Price, the Offeror’s Price proposal shall be further broken down into the follow component prices: a) preparation work; b) fieldwork c) data processing; d) report preparation; and e) miscellaneous. Prices for all of the listed CLIN shall be noted in English and United States dollars. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable. All evaluation factors other than cost or price, when combined are more important than cost or price. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The successful offeror must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause.

The addendum is as follows:

CONTRACTING OFFICER REPRESENTATIVE
The Contracting Officer will appoint by letter a Contracting Officer Representative (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED ACTIONS.

(xii)FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (31 U.S.C. 6101 note); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-50 Combating Trafficking in Persons (22 U.S.C. 7104(g)); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.223-3 Protest After Award (31 U.S.C. 3553); 52.233-4 Applicable Law for Breach of Contract Claim (Pub. L 108-77, 108-78). (xiii) There are no additional contract requirement(s). (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). (xv) Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Faxed or oral proposals will not be accepted. Questions must be submitted in writing to Myria Carpenter at mecarpen@bbg.gov. Written questions must be submitted by 12:00 p.m., Eastern Daylight Saving Time on August 17, 2012. Technical proposals shall be submitted with an original and one (1) copy. Price proposals shall be submitted with an original and one (1) copy. Proposals may be hand delivered or sent via courier or overnight delivery before the closing deadline below. Proposals are due to Myria Carpenter, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 before 12:00 p.m., Eastern Daylight Saving Time on August 27, 2012.   (xvi) Contact: Myria Carpenter, Contract Specialist, email: mecarpen@bbg.gov or Facsimile 202-382-7870. 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-12-0022/listing.html
OutreachSystems Article Number: 120811/PROCURE/0116
Matching Key Words: video*; conference?; web; site?; business*; instruct*; commercial?; 


Department of the Navy, Naval Education and Training Command, Naval Post Graduate School, N62271 Naval Postgraduate School 1 University Circle Monterey, CA

R--VIDEO SUPPORT SERVICES N6227112Q2062 082212 Robert B Gallagher 8316567853 Contracting Specialist: Robert B. Gallagher rbgallag@nps.edu Phone: (831) 656-7853 Contracting Officer: Patricia M. Hirsch pmhirsch@nps.edu Phone: (831) 656-2179 STATEMENT OF WORK
NAVAL POSTGRADUATE SCHOOL MONTEREY, CA 93943
1.0 BACKGROUND
NUWCDIVNPT’s Digital Media & Visualization Center of Excellence (CoE) focuses on production of high-end visual communications content and multimedia, along with providing solutions for advanced scientific data visualization through collaboration with government, industry and academia. NUWCDIVNPT invested in state-of-the-art infrastructure, hardware, software, tools and content that is providing Navy customers with an innovative approach and new capability for advanced visualization applications. NUWCDIVNPT established Building 1346 Media Center to include the Integrated Display Center (IDC) and adjacent Media Lab to meet current customer needs and future Navy Fleet requirements.
Tasked to be the technical lead by the National Maritime Intelligence-Integration office (NMIO), as well as recommendations from the Chief of Naval Operations (CNO) Strategic Studies Group (SSG), NUWCDIVNPT is responsible for building and maintaining both expertise and infrastructure that meets sponsor requirements. The CoE is established for use by various sponsors of NUWCDIVNPT, and will be maintained with advanced display infrastructure and production workflow solution to provide customers with a new product offering that meets their challenging requirements.
2.0 SCOPE
The contractor shall produce a completed 5-6 minute edited high definition video on the Navy’s efforts in marine mammal protection using software-based modeling and simulation entitled NAEMO (Navy Acoustic Effects Model).
The final product shall include live action footage, stock library footage (as needed), high-resolution computer-generated imagery (CGI) and sound mix using state-of-the art tools, technologies and workflows found within the scientific visualization community and digital cinema motion picture industry.
3.0 APPLICABLE DOCUMENTS
The following specifications shall apply:
3.1 Department of Defense Instruction NUMBER 5040.7 Visual Information Production procedures
3.2 Department of Defense Instruction NUMBER 5040.16 Assistance to Non-Government, Entertainment-Oriented Motion Picture, television and Video productions
3.3 Department of Defense Instruction NUMBER 5040.15 Delineation of DoD Audio-Visual Public Affairs responsibilities and policies
3.4 Department of Defense Handbook: Development of Multimedia Instruction (IMI) MIL-HDBK-29612-3A

4.0 REQUIREMENTS
Since much of the work is iterative, it is mandatory that production and post-productions services such as audio/video recording, data management workflow, and segment finishing; ‘dailies’ review of recordings; script change reviews; review and approval of pre-visualization for visual effects shots; and final editorial review be performed locally to the Newport, RI area.
This is an iterative process throughout and cannot be performed satisfactorily without face-to-face collaboration.
The contractor must be located within 50 miles of the place of performance. See section 6.0
The contractor shall produce visual communication, multimedia, interactive and data visualization products. Each subject matter or production shall be generated in accordance with the requirements of Applicable Documents 3.0 (all) and GFI as defined in Section 5.0.
The contractor shall provide Government access to a web server or online content through virtual/collaborative or traditional online-based tools for the duration of the contract. The contractor shall use this approach to post all unclassified documents and media elements in all phases of story development, pre- production, production and post-production for IPR (In-Process Review) or finished elements.
The contractor shall develop and produce the following: 1) visual communication products in the form of linear storytelling such as documentaries or technical films, 2) multimedia and interactive products foreducational or information purposes such as web-based, mobile or kiosk products, 3) image and data visualization technology applications such as high-resolution camera data, image analysis and other scientific data visualization products for navy applications, 4) live action, CGI and composites for future concepts, automated storyboards, simulation, training, visual CONOPS and other products that requires integration of both technical and creative processes.
The contractor shall produce the audio/visual elements for multimedia integration within a linear story format.
This includes all digital files as stand-alone assets and in completed edited format. The media elements will include those production elements that convey the following information from the GFI (5.1 Script or story outline):
THE MISSION OF THE US NAVY IS TO MAINTAIN AND EQUIP COMBAT-READY FORCES CAPABLE OF WINNING WARS, DETERRING AGGRESSION AND MAINTAINING FREEDOM OF THE SEAS.
THE UNITED STATES NAVY IS ALSO COMMITTED TO PROTECTING MARINE LIFE WITH RIGOROUS RESEARCH, ENVIRONMANTAL PLANNING AND LEADING-EDGE TECHNOLOGY.
ACTIVE SONAR IS THE ONLY EFFECTIVE MEANS TO DETECT, TRACK, AND TARGET MODERN SUBS UNDER ALL OCEAN CONDITIONS.
SONAR IS JUST AS IMPORTANT TO MARINE MAMMALS FOR NAVIGATION AND FINDING FOOD.
FEDERAL LAW REQUIRES THE NAVY TO STUDY ENVIRONMENTAL IMPACT OF ITS OPERATIONS.
NAVAL ACTIVITIES THAT MIGHT IMPACT MARINE MAMMALS ARE FIRST RUN THOUGH ADVANCED MODELING AND SIMULATION SOFTWARE.
THE SOFTWARE WE’VE DEVELOPED IS CALLED THE NAVY ACOUSTIC EFFECTS MODEL (NAEMO)
NAEMO IS COMPOSED OF SIX MODULES… EACH WITH SPECIFIC DATA AND COMPLEX FORMULAS TO SIMULATE REAL WORLD CONDITIONS IN A VIRTUAL OCEAN, COMPLETE WITH NAVAL PLATFORMS, MARINE MAMMALS AND LOCAL BATHYMETRY.
SCENARIO BUILDER, ENVIRONMENT BUILDER, ACOUSTIC BUILDER, MAMMAL DENSITY DATA, SIMULATION, POST-PROCESSOR
PUBLIC INVOLVEMENT IS A CORE PIECE OF THIS PROCESS.
THE PUBLIC OBVIOUSLY HAS A STAKE IN WHAT WE DO, AND AS A FEDERAL ACTIVITY, WE ARE OBLIGATED TO HAVE TRANSPARENCY AND OPENNESS IN OUR PROCESSES.
THE NAVY’S ENVIROMENTAL STEWARDSHIP IS AN ONGOING JOURNEY TO BUILD OUR KNOWLEDGE BASE ABOUT MARINE MAMMAL BEHAVIOR, BIOLOGY AND ACOUSTIC EFFECTS WORLDWIDE. 
Production
 Pipeline Process
The contractor shall execute each production; multimedia or technical visualization project according to the professional production pipeline that includes all of the necessary steps to produce a finished mediaproduct at the highest quality standards set in motion picture production and broadcast television standards. Government GFI will be provided to define general or specific story guidance as part of the order.
Additional creative work is expected to complete the development process in order that it meets the requirement of the GFI.
4.1.1 Development & Scriptwriting
The contractor shall execute a development/scriptwriting phase and tasking that will include all research, concept development, outlining, writing, editing, illustrations, storyboarding and other activities that are necessary in order to document the proposed concept and to develop a finished script or artwork depicting the media deliverable in its final form.
4.1.2 Pre-Production
The contractor shall execute a pre-production phase and tasking that includes project scoping, analysis, defining production requirements and deliverables, planning, coordinating, organizing and procuring services as preparation prior to production of content.
Pre-production is critical in order to achieve a successful production phase that meets expectations and requirements in a timely and cost-effective manner.
4.1.3 Production
The contractor shall execute a production phase that includes development of all services and products that comprise of the end media product, including both live action shoots and computer generated imagery (CGI). The process typically consists of digital artists, modelers, animators and compositors for CGI, and production crew for camera-based acquisition either on set or location for live action.
4.1.4 Post-Production
The contractor shall execute a post-production phase consists of all services and products that result in the end deliverable through mostly digital means such as image capture, transcode, meta-data tagging, media organization, offline editing, online editing, color correction, graphics, titles, visual effects, sound design, music and all finishing necessary in order to achieve quality required the final digital master, all through a file-based workflow.
4.1.5 Deliverables
The contractor shall deliver to the Government the following on electronic media or DVD no later than 12 September 2012:
1) Completed 5-6 minute edited high definition video with completed high-resolution graphics and sound mix
2) All live action source footage from camera
3) All models, illustrations, motion graphics, animations, and composites of computer generated imagery
4) All photographs, titles and text content
Place of Performance: NUWC Division Newport 1176 Howell Street , Newpot, RI 02841 US URL: https://www.fbo.gov/notices/4f260af987dd3ec7bd011b012458b8e1
OutreachSystems Article Number: 120811/PROCURE/0119
Matching Key Words: video*; film?; edit*; produc*; train*; web; education*; entertain*; produce?; production?; instruct*; documentar*; naics!512110; 

United States Postal Service, Supplies and Services Purchasing, Services Purchasing (Headquarters), 475 L’Enfant Plaza SW Room 4541 Washington DC 20260-6237

R — Equal Employment Opportunity (EEO) Investigative Services 2B-12-A-0070 082012 Patricia K. Goode, Supply Management & Purchasing Specialist, Phone 3037431262, Email patricia.k.goode@usps.gov Solicitation for Investigative Services for the United States Postal Service

The Supplier will perform investigations of discrimination complaints, management initiated investigations of harassment allegations that are not discrimination complaints, and compensatory damages claims and prepare Reports of Investigation (ROI) for the United States Postal Service (USPS) National Equal Employment Opportunity Investigative Services Office (NEEOISO) and its federal agency customers.

The Supplier will conduct a thorough investigation for each case assigned to identify and obtain evidence from all relevant sources and gather sufficient information relevant to the issues in the complaint for the USPS, its federal agency customers, or EEOC to determine the validity of the claim(s) and any remedies as appropriate. The Supplier will perform the investigation by:

a. Preparing an Investigative Plan;
b. Obtaining documentary information, including relevant statistics;
c. Securing testimony from complainants and witnesses;
d. Submitting a draft ROI, based on a complete review and analysis of the facts; and
e. Submitting a final ROI, based on a complete review and analysis of the facts.

If you are qualified to perform the above services and are interested in applying for the position, you will need to respond to the information under Section D on page 19 of the Solicitation attached.

Pages 2 through 14 are the Provisions and Clauses that are required for you to accept in order to provide services for the United States Postal Service. Signing the attached 8203 is your acceptance to these conditions.

Pages 16 through 18 is the Statement of Work (SOW) which explains the type of work you will be performing.

Page 19 through 23 is information on your proposal, how to submit and the qualifications. As mentioned under item B, you are limited to only three (3) pages for your responses to the Technical & Supplier Capability and Past Performance. On page 20, under Technical & Supplier Capability, the items are listed as i, ii, iii, etc, I recommend that you only list the letter and then your response to save space; the same with Past Performance. If you exceed the three (3) pages for your response to these, we will remove the last pages that exceeds that number and the evaluation will only be performed on the first three (3) pages.

Note – Cover pages, tables of contents and resumes do NOT count towards the page limitation.

Items that need to be Submitted
Signed 8203
Pages 5 & 6 of solicitation with responses to Provision 4-3 Representations and Certifications
Responses to the qualifications for Technical & Supplier Capability and Past Performance (limited to 3 pages)
Resume with 3 references included and any other information listed that you need to submit

Place of Performance: Home-Based US URL: https://www.fbo.gov/spg/USPS/SSP/SPHQ/2B-12-A-0070/listing.html
OutreachSystems Article Number: 120811/PROCURE/0120
Matching Key Words: documentar*; 


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

U — Tandem COI H92244-12-T-0284 082712 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for CommercialItems in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0284, 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 611620 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 Wind Tunnel Instructors/Coaches – Four (4) Instructors for one (1) day, Period of Performance: Sep (TBD upon contract award) Qty – 4 days

CLIN 0002 Air to Air Video Support – Four (4) Videographers for fifteen (15) days. Period of Performance: Sep-Oct (TBD upon contract award) Qty – 60 days

CLIN 0003 Tandem Instructors/Videographers – Four (4) Tandem Instructors Videographers
for fifteen (15) days. Period of Performance: Sep-Oct (TBD upon contract award) Qty – 60 days

CLIN 0004 Parachute Rigger Support – Two (2) Federal Aviation Administration Riggers
for main and tandem packing for fifteen (15) days. Period of Performance: Sep-Oct (TBD upon contract award) Qty – 30 days

CLIN 0005 Parachute Rigger Support – One (1) Federal Aviation Administration Riggers
for main and tandem packing for five (5) days. Period of Performance: Sep-Oct (TBD upon contract award) Qty – 5 days

CLIN 0006 Tandem Instructor/Tandem Examiner – One (1) Tandem Instructor/Examiner for
Ten (10) days. Period of Performance: Sep (TBD upon contract award)

CLIN 0007 Travel, Lodging and Miscellaneous Expenses. (Contractor must provide detailed breakdown of the cost for this Clin) Qty – 1 lump sum

Section C Specifications
CLIN 0001 – Wind Tunnel Instructors/Coaches
Period of Performance: one day (Sep)
 Instructors must be currently Vertical Wind Tunnel Instructors/Operators or IBA Pro-rated flyers with minimum of 500 hours tunnel coaching experience
 Instructors must be able to effectively teach basic , intermediate, and advanced belly and back-oriented body stabilization in a vertical wind tunnel free fall simulator
 Instructors must be certified as USPA Tandem Instructor on the United Parachutist Technologies Sigma Tandem system
 Instructors must have a minimum of 4000 tandem jumps as the tandem instructor
 Instructors must be able to effectively and safely rig and de-rig the students with the Military Tandem Vector System (MTVS) harness-container for slick weapon, combat equipment (rucksack and weapon) tunnel flight with tandem passenger
 Instructors must be able to organize and clearly present debrief points to the student in both real-time (during flight) and video (post-flight) debriefs of student performance
• Instructors must be able to work twelve (12) hours each day
 Instructors must have demonstrated a positive past performance with Special Operations Forces, as well as demonstrate a thorough working knowledge of the curriculum of the Joint (closed) Basic Tandem Master Course
• Wind tunnel instructors (coaches) will be required to show up one hour prior to all training evolutions. They will be required to work continuously in a vertical wind tunnel free-fall simulator for up to six (6) consecutive hours. They will be required to work for a total of ten (10) hours.

CLIN 0002 – Air-to-Air Video Support
Period of Performance: First Week – four (4) videographers for five (5) days
Second Week – four (4) videographers for five (5) days
Third Week – four (4) videographers for five (5) days
• All videographers must have a high degree of proficiency in air-to-air video, which means the ability to stay consistently within one arm’s reach of the student from the time they leave the plane through the deployment sequence, in order to have discernable video for debrief purposes.
• All videographers must have high degree of proficiency in air-to-air video DURING FREEFALL SPEEDS OF 165 MPH or GREATER, which means the ability to stay consistently within one arm’s reach of the student during TANDEM TERMINAL operations from the time they leave the plane through the deployment sequence, in order to have discernable video for debrief purposes
 Videographers must have a high-definition camera system capable of recording student jumps in 1080p for the highest quality video for debriefs
 Videographers must have in excess of 5000 logged jumps and be highly competent jumpers who will not interfere with the student or the instructor. In addition, all videographers must be able to demonstrate 500 logged jumps in the previous 12-month period to ensure utmost currency
 Videographers must be able to perform up to 12 jumps per day. They will either need to have two complete parachute systems, or be able to re-pack their parachute system in less than ten minutes in order to maintain the pace of training
 Videographers must be able to work 12 hours a day
 Videographers will be required to arrive at least 30 minutes prior to all scheduled training evolutions. They will be required to make up to 12 jumps (skydives) per day from military and contracted aircraft, from an altitude of no more than 24,999 feet above sea level. They will be required to provide their own equipment.

CLIN 0003 – Tandem Instructors/Videographers
Period of Performance: First Week – four (4) Tandem Instructors/ Videographers for five (5) days
Second Week – four (4) Tandem Instructors/ Videographers for five (5) days
Third Week – four (4) Tandem Instructors/ Videographers for five (5) days
• Instructors must meet all performance requirements for CLIN 0002 (Air-to-Air Video Support)
 Instructors must hold a current United States Parachute Association (USPA) Tandem Instructor for the United Parachute Technologies Sigma Tandem System
 Instructors must be familiar with the Military Tandem Vector harness-container and all ancillary equipment in order to identify any potential safety issues with the rigging thereof
 Instructors must have worked at a Joint (closed) Military Free Fall Course in the previous eighteen months
 Instructors will be required to jump military tandem passenger equipment to include rucksacks, weapons, oxygen and tethered bundles
 Instructors must have demonstrated a positive past performance with Special Operations Forces, as well as a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Tandem Master Course
• Instructors must be able to work 12 hours per day
 Instructors must be able to show 500 logged parachute jumps within the previous 18 months to demonstrate competency.
• USPA Tandem Instructors / Videographers will be required to arrive at least 30 minutes prior to all scheduled training evolutions. They will be required to make up to 12 jumps (skydives) per day from military and contracted aircraft, from an altitude of no more than 24, 999 feet above sea level. They will be required to use the following equipment:
1. Military Tandem Vector System
2. Military Tethered Bundle System (Butler TT-600 System)
3. Military load bearing equipment
4. Military oxygen equipment

CLIN 0004 and CLIN 0005 – Parachute Rigger Support
Period of Performance: First Week – three (3) Riggers for five (5) days
Second Week – two (2) Riggers for five (5) days
Third Week -two (2) Riggers for five (5) days
• Must possess a current Federal Aviation Administration Senior or Master Rigger certification
• Must be able to demonstrate proficiency with the Military Tandem Vector System (MTVS)
• Must be able to pack up to 75 main parachutes in a work day
• Must be able to pack parachutes outdoors for 12 hours a day
• Parachute riggers will be required to arrive at least 30 minutes prior to all scheduled training evolutions. They will be required pack outdoors, in temperatures ranging from 25F to 85F. They will be required work for up to 12 hours. They will be required to pack the following parachute equipment:
1. Military Javelin NAVY (MJN-1)
2. Military Tandem Vector System harness-container
3. Tandem Phoenix 400/460 main parachutes
4. Performance Design Silhouette main parachute
5. Performance Design Sabre 2 main parachute
6. Javelin Odyssey harness-container

CLIN 0006 – Tandem Instructor / Tandem Examiner
Period of Performance: First Week – one (1) Instructor for five (5) days
Second Week – one (1) Instructor for five (5) days
 Instructor must be able to teach, demonstrate, debrief and mentor all aspects of military free fall parachuting to include military tandem master
 Instructor must hold a current USPA Tandem Instructor Rating
 Instructor must be a Military Free Fall Instructor
 Instructor must be a Tandem Master Instructor Examiner
 Instructor must be a Military Free Fall Jump Master
 Instructor must have worked at a Joint (closed) Military Tandem Master Course in the previous eighteen months
 Instructor must have demonstrated a positive past performance with Special Operations Forces, as well as a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Tandem Master Course
 Instructor must be able to work 12 hours a day
• USPA Tandem Examiner will be required to arrive at least 30 minutes prior to all scheduled training evolutions. They will be required to make up to 12 jumps (skydives) per day from military and contracted aircraft, from an altitude of no more than 24,999 feet above sea level. They will be required to use the following equipment:
1. Military Tandem Vector System
2. Military Tethered Bundle System (Butler TT-600 System)
3. Military load bearing equipment
4. Military oxygen equipment

Place of Performance: Marana, Arizona

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 Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003
Contractor Registration
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 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 252.211-7003 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

Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal laws and regulations.

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

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 statement of work, past performance and price. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (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 (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. Youmust 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 27 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

Point of Contact for this solicitation is Jo Ocampo at josephine.ocampo@vb.socom.mil or phone (757) 893-2797 or fax to (757) 893-2957.

Set-Aside: Total Small Business Place of Performance: Arizona US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0284/listing.html
OutreachSystems Article Number: 120811/PROCURE/0146
Matching Key Words: video*; film?; produc*; train*; you; website; business*; event?; instruct*; commercial?; 


Department of the Army, National Guard Bureau, 123 AW BASE CONTRACTING OFFICE, 123 AW Base/MSC Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679

99–SCALA DIGITAL SIGNAGE SOFTWARE F7H4MD2201A002 091112 Paul Piro, 5025134617 123 AW Base/MSC Contracting Office This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The reference Solicitation number is F7H4MD2201A002. The North American Industry Classification System (NAICS) code is 334310 The Federal Supply Class (FSC) is 9905. Description: SCALA DIGITAL SIGNAGE SOFTWARE, OR EQUAL
PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2012. Please indicate all OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule #, and lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and 25.2) All line items will accept an OR EQUAL item.

CLIN 0001 – SCALA DIGITAL SIGNAGE & AND REQUIRED CABLING, KEYPAD, SERIAL PORTS OR RACKMOUNTS THAT WILL WORK WITH EXISTING EXTRON CROSSPOINT SERIES SWITCHER, RACK AND A TOTAL OF 9 EXISTING TV MONITOR DISPLAYS, OR EQUAL. QTY: 1

CLIN 0002 – INSTALLATION, PROGRAMMING, ENGINEERING OF ITEMS. OR EQUAL, QTY: 1

CLIN 0003 – WARRANTY, SCALA,OR EQUAL , QTY: 1

CLIN 0004 – TRAVAL AND TRAINING, OR EQUAL , QTY: 1

** A SITE VISIT IS AVAILABLE UPON REQUEST: 502-413-4617, PAUL PIRO.**

Shipping will be FOB Destination to the Kentucky Air National Guard, 1101 Grade Lane, Louisville, KY 40213, and please include an estimated delivery date ARO. Clause 52.204-7 Central Contractor Registration applies. Clause 52.211-6 Brand Name or Equal applies. Clause 52.212-1 Instructions to Offerors-Commercial Items applies. Clause 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items Alternate I applies. Clause 52.212-4 Contract Terms and Conditions-Commercial Items applies. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies. Clause 52.219-6 Notice of Total Small Business Set-Aside applies. Clause 52.219-28 Post-Award Small Business Program Representation applies. Clause 52.222-3 Convict Labor applies. Clause 52.222-19 Child Labor – Cooperation with Authorities and Remedies applies. Clause 52.222-21 Prohibition Of Segregated Facilities applies. Clause 52.222-26 Equal Opportunity applies. Clause 52.222-36 Affirmative Action For Workers with Disabilities applies. Clause 52.222-50 Combating Trafficking in Persons applies. Clause 52.223-4 Recovered on Certain Foreign Purchases applies. Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration applies. Clause 52.233-3 Protest After Award applies. Clause 52.233-4 Applicable Law for Breach of Contract Claim applies. Clause 252.211-7003 Item Identification and Valuation applies. Clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports applies. Clause 252.232-7010 Levies on Contract Payments applies. Clause 252.246-7000 Material Inspection and Receiving Report apply. Request for payment must be submitted electronically through the Wide Area Workflow system at http://wawf.eb.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is htt://www.ccr.gov. Contractors are asked to submit their DUNS number, CAGE CODE, TAX ID number, and lead time with their proposal. Quotes must be received at the 123rd Contracting Office, no later than close of business on Tuesday, September 11th, 2012 at 10:00AM. Please make all quotes valid through September 30th 2012. Quotes may be transmitted by e-mail to Amanda.blackburn@ang.af.mil or faxed to (502)413-4665. The point of contact for this solicitation is Amanda Blackburn, (502)413-4030.

Set-Aside: Total Small Business Place of Performance: 123 AW Base/MSC Contracting Office 1101 Grade Lane, Louisville KY 40213-2679 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA15-1/F7H4MD2201A002/listing.html
OutreachSystems Article Number: 120811/PROCURE/0724
Matching Key Words: state!ky; 


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

99 — Heart Rate Variability Monitor H92244-12-T-0277 082412 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation forCommercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0277, 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 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services
Brand name or equal item, for equal item/s please provide specifications along with your quote in order to be considered for award

Manufacturer/Brand – Bioforce

CLIN 0001 Bioforce Heart Rate Variability (HRV) Team system See Section C for Specifications
Qty – 200 ea

CLIN 0002 Ultimate Guide to HRV Training, paperback Qty – 10 ea

F O B Destination

Section C Specifications
Bioforce HRV team system to include the following:
• Wireless HRV receivers compatible with Apple and Android Devices
• Polar T-31 Coded Wireless Heart Rate Transmitters
• Licenses for Bioforce HRV application and accessories to access application

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-7 Central Contractor Registration Feb 2012
FAR 52.211-6 Brand Name or Equal Aug 1999
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Deviation) Mar 2012
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003
Contractor Registration
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes – Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007
DFARS 252.211-7003 Item Identification and Valuation Jun 2011
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
DFARS 252.232-7010 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 capability and price. Government will award this contract based on best value to the government.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984

SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715.

SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007)

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.

(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.

(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.

(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. Youmust 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 24 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: 1636 Regulus Ave Virginia Beach , VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0277/listing.html
OutreachSystems Article Number: 120811/PROCURE/0726
Matching Key Words: film?; produc*; train*; you; website; business*; event?; instruct*; commercial?; 

Department of the Army, Army Contracting Command, ECC, RCO Grafenwoehr (PARC Europe, 409th CSB), RCO Grafenwoehr (PARC Europe, 409th CSB), UNIT 28130, APO, AE 09114

R–New Parents Support Programs Home Visitor Performance period 16 Sep-2012- 15 Sep 2013 Please refer to solicatation for proposal due time frame no later than 21 Aug 2012 12:00 am. W912PB-12-T-0300 082112 Randy W.Singleton, 00.386.049.049. RCO Grafenwoehr (PARC Europe, 409th CSB) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Performance period: 16 Sep 2012 to 15 Sep 2013

This is a Non-Personal Services Contract. This is not a TDA recognized position. The Contractor is not a government employee. The Contractor is expected to fulfill all requirements of the contract for the time period specified.

C.1 GENERAL: Army Community Service (ACS) provides essential support to sustain readiness and quality of life for Soldiers and their families. The Family Advocacy Program (FAP), one of the programs managed through ACS, provides prevention, education, and direct services to address the problems associated with and contributing to family violence. The FAP New Parent Support Program (NPSP) is a prevention education and early intervention program that provides Soldiers and Families the opportunity to learn and gain skills necessary to form healthy relationships and provide safe nurturing environments for their children. The FAP NPSP contributes to mission readiness, supports family adaptation to military life, and improves the overall quality of life for those involved. Research has demonstrated that services such as those described in this SOW are effective in preventing child abuse and neglect.

C.1.1 SCOPE OF WORK. The contractor shall implement the USAG Garmisch FAP NPSP.

C.1.2 PERSONNEL. Contractor shall demonstrate or possess the following minimum qualifications:

C.1.2.1 Bachelors in Nursing or Registered Nurse, Master in Social Work or related field and experience in the delivery of social services related to family programs. This includes the ability to provide non-medical counseling, organize playgroups, training materials, provide group facilitation and classroom instruction.

C.1.2.2 Experience or educational training necessary to organize and gain active participation of diverse groups while directing their activities toward accomplishing a common goal.

C.1.2.3 Ability to communicate in order to convey and prepare information.

C.1.2.4 Knowledge of military family lifestyles, to include an understanding of the military work and social environment.

C.1.2.5 Experience or an educational background in planning assistance/intervention programs and initiatives in response to specifically identified community and client needs.

C.1.2.6 Must possess a valid driver’s license. Contractor must be willing and able to obtain military drivers license in order to utilize a Government vehicle if available.

C.1.3 QUALITY CONTROL. Contractor shall establish a quality control program to ensure that the requirements of the contract are accomplished as specified. Initial plan shall be presented to the Contracting Officer’s Representative (COR) within 30 days of contract award for COR information and approval. Subsequent modification shall be made as required or to respond to the concerns of the COR. Quality controls will include the following as a minimum:

C.1.3.1 A method of obtaining feedback from clients on a predetermined basis.

C.1.3.2 A means to ensure client confidentiality.

C.1.3.3 A written after action report of major program events, to be submitted to the COR, within 5 days following the event.

C.1.4 QUALITY ASSURANCE. The Government will evaluate the Contractor’s performance under contract IAW ACS-FAP Accreditation Standards.

C.1.5 PHYSICAL SECURITY. Contractor shall comply with Department of the Army (DA) and USAG Garmisch regulations concerning physical security and will establish and implement methods to ensure the physical security of all US Government property and facilities. Access to facilities shall be limited to those for whom the local commander has authorized.

C.1.6 SECURITY REQUIREMENTS. The contractor shall not have access to any documents or information with any security classification. Contractor may be allowed access to pertinent documents marked “For Official Use Only” in the course of performing official tasks.

C.1.7 CONFIDENTIALITY. The contractor shall maintain the confidentiality of the personal information of clients and volunteers, to include social security numbers, telephone numbers, and interview information. Clients shall be informed during the initial consultation of the limits of confidentiality with regard to mandatory reporting requirements of all State and Federal laws and Army Regulations.

C.1.8 HOURS OF OPERATION. The contractor shall work five days per week Mon – Fri for a total of 30 hours per week and shall observe all Federal US holidays. Due to the nature of the after-hours availability needed for home visits, the contractor can also flex the 30 hour/week work week to accommodate clients’ availability as needed.

C.1.9 CONSERVATION OF UTILITIES. The contractor shall observe and follow all pertinent Department of Defense (DOD) and DA directives regarding the conservation of utilities and energy.

C.1.10 GOVERNMENT OBSERVATIONS. The US Government shall observe and monitor this contract to ensure compliance with the statement of work and performance work statement. This observation will be accomplished by review of program/statistical reports and quarterly updates, as well as customer feedback.

C.1.11 SAFETY. Contractor shall be familiar with and comply with all DA and installation safety regulations and directives to ensure that all reasonable efforts are made to protect program participants from harm and US Government property from damage.

C.1.12 CONTRACTING OFFICER’S REPRESENTATIVE. The Contracting Officer may designate and authorize an individual to act as Contracting Officer’s Representative (COR). A letter from the Contracting Officer (KO), as appointed, shall specifically designate such representative. The COR shall not be authorized to issue Change Orders, Supplemental Agreements, or direct any contract performance requiring contractual modifications or adjustments. Change in the scope of work shall be made only by the KO by properly executed modifications. The COR may not obligate the Government to pay the Contractor any additional sums.

C.1.13 CONDUCT. The contractor shall not, through his/her conduct or behavior, engage in activities, which negatively reflect on the office for which the contractor will perform services for the community. The contractor shall conduct all business and discussion in a professional manner, maintain decorum and language conducive to conducting business in a government setting.

C.1.14 ORIENTATION. The ACS Division Chief and FAP Manager (FAPM) will provide an orientation to the agency and position requirements.

C.1.15 CONTRACTOR COMPLAINTS. The contractor shall bring any and all issues related to this contract and to working conditions under this contract to the attention of the COR. If the COR does not rectify the situation or if the contractor seeks further clarification, the contractor MUST address the issue to the KO. At no time shall the Contractor address contracting issues with others outside the contracting chain of command without first seeking redress from the KO.

C.2 GOVERNMENT FURNISHED PROPERTY (GPF)/SERVICES: The Government may provide to the contractor the following Government facilities and equipment for use in connection with the performance of this contract if available:

C.2.1 EQUIPMENT.

C.2.1.1 Access to a Class A (commercial) telephone line for the purpose of making official calls. The contractor shall record all calls made on a standard government form.

C.2.1.2 Heat, light, and other utilities.

C.2.1.3 Access to a computer and printer for the contractor’s use, as well as sharing of other office equipment (i.e. fax machine, copy machine, etc.) and supplies as needed and available.

C.2.1.4 Standard US Army and government forms and regulations as needed and/or requested.

C.2.1.5 Office furniture, to include desk, chair, computer, filing cabinet to be located at ACS Center, Bldg 203, Artillery Kaserne, USAG Garmisch.

C.2.1.6 A Government cell phone, only if available to be issued.

C.2.2 Government property made available under this contract shall be for use only in the performance of the contract. Contractor shall be responsible for receiving, caring and accounting for and returning any government furnished property. The contractor shall be familiarized with the proper care of equipment, to include training aids, in accordance with Army Regulations.

C.2.3 The government shall not be liable or responsible in any way for damage to the contractor’s supplies, materials, equipment, or personal belongings brought into the building or onto the grounds due to fire, theft, accident, or other disaster.

C.2.4 Inventory of property will be prescribed by relevant regulation. A complete inventory of all property furnished or purchased by the Government with Government funds will be taken by the contractor, witnessed by the KO or his/her representative, and reconciled with the community property books.

C.2.5 The contractor will be liable for all loses resulting from contractor’s negligence.

C.3 CONTRACTOR FURNISHED PROPERTY: The contractor shall be required to furnish any equipment, other than stated above, relevant to the performance of this contract, to include transportation.

C.3.1 GOVERNMENT REIMBURSEMENT. Government reimbursement under this contract is limited to work submitted by DD form 250 and accepted by the receiving officer; not including mileage.

C.3.1.1 The contractor shall attend required HQDA and MACOM FAP training and other training conferences with prior approval of ACS Division Chief; depending upon fund availability.

C.3.1.2 Other reimbursements are not authorized, unless specifically agreed upon by the US Government through the Contracting Office.

C.4 TASKS.

C.4.1 GENERAL TASKS. The Contractor shall develop, supervise, and administer programs and supportive services aimed at positively influencing children and parents before abuse or neglect occurs.

C.4.1.1 The contractor shall assess, plan, develop, implement, and evaluate prevention services for high risk families, including case management, education, role modeling, client/family advocacy, and consultation.

C.4.1.2 The contractor shall establish a training curriculum plan which includes, parenting techniques and resources, and other topics specific to family support (i.e. care of your newborn, sibling relationships, helping children cope with military deployment, parenting a special needs child, breast feeding instruction/support, Lamaze, divorce, etc.) to be submitted to the FAPM within 45 days of contract award.

C.4.1.2.1 The contractor will provide practical information, teach appropriate skills for parenting, enhance participants’ abilities to nurture and care for infants and small children and serve as a tutor/role model, being proactive in demonstrating tasks to increase the level of parenting competence. A minimum of one parenting seminar will be presented semi-annually.

C.4.1.3 Serve as facilitator and/or co-facilitator for general support groups, play mornings, expectant mother groups, Lamaze, etc. A minimum of three playgroups and one special topic group will be facilitated per month for the contracted period.

C.4.2 Provide direct services to families designed to promote healthy family interactions, enhance parenting skills, and reduce incidences of initial and recurrent family maltreatment.

C.4.2.1 The contractor shall conduct family based assessments, to identify familial risk factors; and design and implement goals and objectives for family service plans with performance based outcomes.

C.4.2.2 The contractor will analyze and evaluate social assessment data gathered to provide initial treatment planning and provide follow-up treatment with program participants regarding identified risk factors.

C.4.2.3 Develop and maintain relationships with families during treatment to assist them in making appropriate modifications in behaviors which increase family functioning.

C.4.3 The Contractor shall accept routine self-referrals and referrals made by the FAP Social Workers, TRICARE office Garmisch, Unit Commanders/1SGs and ACS Division Chief, performing initial screening, risk assessment, and intervention planning – establishing, implementing, and evaluating intervention strategy in coordination with FAPM.

C.4.4 The Contractor shall develop on an annual basis parent and safety education programs for children.
C.4.5 The Contractor shall conduct a written census/poll of program participants once every six months. The census/poll shall document the issues and concerns of program participants the results of which shall be provided to the FAPM at least 10 days prior to the end of the designated period.
C.4.6 The Contractor shall meet quarterly with the FAPM to discuss aspects of each program/group to include equipment and supplies, guest speakers for support groups as well as any other issues pertinent to the success of the program.
C.4.7 The Contractor shall develop a marketing and command information program in conjunction with the FAPM for distribution to the USAG Garmisch community.
C.4.8 The Contractor shall develop a written Standard Operating Procedure for Parent Support Program activities in accordance with ACS-FAP accreditation standards within 90 days of contract award.
C.5 RECORD KEEPING AND REPORTS: The contractor shall maintain all pertinent records and statistical reports for the FAP Parent Support Program. Statistics for the ACS Management Report/Client Tracking System (CTS) shall be submitted by the 5th working day of each month to the FAPM.

C.6 APPLICABLE DOCUMENTS: Appropriate regulations and policies, AR 608-1, AR 608-18, ACS Accreditation Standards.

C.7 PROHIBITION ON THE USE OF CONTRACTOR PERSONNEL WITH NEGATIVE CRIMINAL HISTORY SCREENINGS:

C.7.1 The successful offeror agrees to comply with all installation access control procedures and policies prior to and during the performance of this contract. The contractor shall submit a complete list of all employees it intends to use for government work for a criminal history background check. The list shall contain the full name of each employee, his/her social security number, or, if a resident alien, his/her U.S. work visa number, date of birth, and dates the employee is expected to work on the installation. This requirement applies equally to successful offerors and any subcontractors the successful offeror may use.

C.7.2 The government will conduct a criminal history check on each successful offeror or subcontract employee for the purpose of screening the potential security risk each employee may present as he/she works on the installation, in accordance with AR 608-18. The government shall determine the risk each employee presents to the installation, and may, in its sole discretion, prevent individual employees from gaining access to this installation. The government shall notify the successful offeror in writing as to the acceptability of each employee; however, the government reserves the right to reject any employee at a later date. If the government determines that the employee is unacceptable, the government shall provide the offeror a written notice with the name of the employee denied access. The offeror shall be responsible for finding a suitable replacement worker who may be granted temporary permission to work under the contract until a criminal history check has been completed. If the successful contractor is unable to replace the employees the government reserves the right to determine the bid as non-responsive and deny award of the contract to the offeror.

C.7.2.1 If, after award of the contract, the contractor finds it necessary to substitute employees under the contract, the contractor shall submit the same information for those replacement employees as stated above. The successful offeror as contractor shall agree to update the list for each new employee hired and working under this contract. If the Government denies the employee access, and the contractor is unable to find suitable replacements, the government may consider other available remedies, such as: termination of the contract for the convenience of the government at no cost to the Government; or termination of the contract for default.

C.7.3 The successful offeror/contractor understands that the installation access control procedures may delay the time it takes to enter or exit the installation and may prevent the contractor from working totally on certain days or for periods of time due to increased threat condition levels. The successful offeror/contractor assumes the risk of such delays and agrees that such delays will not be considered as a basis of claim against the government and agrees to waive any and all claims or causes of action that may arise under law as a result of such delays.

C.8 GOVERNMENT – CONTRACTOR RELATIONSHIPS

C.8.1 The government and the contractor understand and agree that the services to be delivered under this contract by the contractor are non-personal services. The parties also recognize and agree that no employer-employee or master-servant relationship exists or will exist under the contract between the government and the contractor and/or between the government and the contractor’s employees. It is, therefore, in the best interest of the government to afford the parties a full and complete understanding of their respective obligations.

C.8.2 Contract personnel under this contract shall not:

C.8.2.1 Be placed in a position where they are appointed or employed by a federal officer, or are under the supervision, direction, or evaluation of a federal officer, military or civilian.

C.8.2.2 Be placed in a staff or policy-making position.

C.8.2.3 Be placed in a position of command, supervision, administration, or control over DA military or civilian personnel, to include civilian volunteers, or personnel of other contractors, or become a part of the government organization.

C.8.2.4 Be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations issued by DA or the Office of Personnel Management.

C.8.3 The contractor shall be responsible for payment of all Federal, state and local taxes, any state imposed requirements for workers compensation or unemployment and any other similar required taxes or benefits as imposed by law.

C.9 EMPLOYEE RELATIONSHIP:

C.9.1 The services to be performed under this contract do not require the contractor or its volunteers to exercise personal judgment and discretion on behalf of the government, but rather the contractor’s employees will act and exercise personal judgment and discretion on behalf of the contractor. In this regard, the government shall not indemnify or hold-harmless the contractor from acts of negligence or gross negligence, which result in injury to third parties.

C.9.2 Rules, regulations, directions, and requirements that are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter the installation. This is not to be construed or interpreted to establish any degree of government control that is inconsistent with a non-personal service contract.

Place of Performance: RCO Grafenwoehr (PARC Europe, 409th CSB) UNIT 28130, APO AE 09114 EU URL: https://www.fbo.gov/notices/1d1e1cb02a7d840a08ab7a5e67b30943
OutreachSystems Article Number: 120810/PROCURE/0115
Matching Key Words: writ*; copy; standard; operating; procedure?; 


Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway – MC3 Boulder CO 80305-3328

R — Video Production WE133F12RQ05766 082112 RAYNIER CAMERINO, Purchasing Agent, Phone 562-980-4016, Fax 562-980-4093, Email RAYNIER.CAMERINO@NOAA.GOV T he contractor will develop avideo/DVD documenting working salmon and steelhead passage facilities at large dams in Oregon and Washington and will include interviews with operators to communicate challenges related to facility operations, costs, and regulatory, policy and biological issues, and stakeholder relationships.   The length of the final video produced is estimated at 30-45 minutes.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The RFQ is attached with this notice along with other pertinent documents.
URL: https://www.fbo.gov/spg/DOC/NOAA/MASC/WE133F12RQ05766/listing.html
OutreachSystems Article Number: 120810/PROCURE/0120
Matching Key Words: video*; produc*; produce?; production?; commercial?; naics!512110; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Leavenworth, MICC – Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417

T–CSI-Historical Writing Team W91QF412R0014 071112 Ruth ‘Nickey’ Brown, 913-684-1615 MICC – Fort Leavenworth The Mission Contracting Office, Fort Leavenworth, intends to issue a solicitation for Historian Writing Services to the Combat Studies Institute (CSI) located at Ft. Leavenworth KS. The overall scope of this procurement will include the following: The contractor shall provide the support in conducting research and writing analytical articles and book length manuscripts for projects in support of current doctrinal concerns to the Army.

The Government anticipates a solicitation release date on or about June 11, 2012 through Federal Business Opportunities (FedBizOps) website. A single award of a Firm Fixed-Price contract is anticipated and award will be made to the offeror who provides a proposal that best meets the Government’s requirement. All requirements, evaluation criteria, basis for contract award and proposal due date will be provided as part of the solicitation. The anticipated period of performance will consist of a one year period of performance with two 12-month optional periods of performance. This procurement is set-aside 100% for Service Disabled Veteran Owned Small Business concerns only; under NAICS Code 711510 and who meet the small business size standard of $7 Million. All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and be actively registered in the Central Contractor Registration (CCR) at http://www.ccr.gov and must have completed the Online Representations and Certifications Application (ORCA).

This is a pre-solicitation notice only. Inquiries resulting from this notice will not receive a response. The solicitation and any documents related to this procurement will be available at the Government wide Point of Entry at http://www.fbo.gov/ and https://acquisition.army.mil/asfi. Requests for printed copies of the solicitation will not be accepted
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: MICC – Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS 66027-1417 US URL:https://www.fbo.gov/notices/0bd6672b96c567de05c0dd78fe771fb6
OutreachSystems Article Number: 120810/PROCURE/0148
Matching Key Words: naics!711510; 


Department of the Army, National Guard Bureau, 123 AW BASE CONTRACTING OFFICE, 123 AW Base/MSC Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679

69–PARASIM PARACHUTE SIMULATION SOFTWARE/HARDWARE F7H1ST2196A001 091012 Paul Piro, 5025134617 123 AW Base/MSC Contracting Office This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart
12.6, as supplemented with additional information included in this notice.

This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation F7H1ST2196A001 is issued as a request for quotation (RFQ).

This procurement is being solicited on an unrestricted basis under NAICS code 333319 and small business size standard is 500 employees.

Purchase and delivery of the following items no later than 30 Days ADC FOB Destination:

CLIN 0001 – PARASIM; SYSTEM UPGRADE FROM WIN2K TO 2011. PART#: PARASIM-5-SYSUPG2K. MANUFACTURER: SYSTEMS TECHNOLOGY INC, OR EQUAL
CLIN 0002 – PARASIM STANDARD FRAME WITH MOTORIZED HORIZONTAL LIFT. PART#: PARASIM-5-MHSFRAME. MANUFACTURER: SYSTEMS TECHNOLOGY, INC. OR EQUAL.
CLIN 0003 – PARASIM TIER ONE ANNUAL SOFTWARE SUPPORT FOR PREMEDITATED SYSTEM WITH MOTORIZED FRAME. PART #: PARASIM-5-PRMFSP1. MANUFACTURER: SYSTEMS TECHNOLOGY, INC. OR EQUAL.
CLIN 0004 – PARASIM: ENHANCED HELMET-COMPATIBLE HEAD MOUNTED DISPLAY. PART#: PARASIM-5-EMAGINHC. MANUFACTURER: SYSTEMS TECHNOLOGY, INC. OR EQUAL.
CLIN 0005 – PARASIM HIGH RESOLUTION TRACKER. PART#: PARASIM-5-IC3. MANUFACTURER: SYSTEMS TECHNOLOGY, INC. OR EQUAL.
CLIN 0006 – PARASIM CONUS 2 DAYS ONSITE TRAINING, REPAIR OR INSTALLATION. PART#: PARASIM-5-SITE2DAY. MANUFACTURER: SYSTEMS TECHNOLOGY, INC. OR EQUAL.
CLIN 0007 – SHIPPING TO 40213.

(All items requested will accept an Or Equal item.)

The provision at 52.212-1, Instructions to Offerors — Commercial, applies to this acquisition.
52.212-2, Evaluation — Commercial Items applies. Quotes will be evaluated on price.
Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-
Commercial Items and submit with its offer. Registration in the online representations and certifications
program at https://orca.bpn.gov meets this requirement.
All potential bidders are reminded, in accordance with FAR 52.204-7, Central Contractor Registration (CCR),
that failure to register in CCR will make an offeror ineligible for award.
The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract.
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998),
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause
may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
52.212-4, Contract Terms and Conditions — Commercial Items, applies to this acquisition (Jun 2010)
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).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.225-3, Buy American Act -Free Trade Agreements – Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C.
3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169,
109-283, and 110-138).
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).
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (MAR 2008)
Clauses incorporated by Full Text
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS–COMMERCIAL ITEMS (OCT 2010) (DEVIATION)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph
(a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and
does not contain the clause at 52.215-2, Audit and Records — Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor’s directly
pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials,
and other evidence for examination, audit, or reproduction, until 3 years after final payment under
this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention,
of the other clauses of this contract. If this contract is completely or partially terminated, the
records relating to the work terminated shall be made available for 3 years after any resulting final
termination settlement. Records relating to appeals under the disputes clause or to litigation or the
settlement of claims arising under or relating to this contract shall be made available until such
appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices,
and other data, regardless of type and regardless of form. This does not require the Contractor to
create or maintain any record that the Contractor does not maintain in the ordinary course of
business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not
required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract
for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as
required by the clause-
(i) 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)).
(ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000
($1,000,000 for construction of any public facility), the subcontractor must include
52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) Reserved.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C.
793).
(vii) Reserved
(viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(ix) 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)).
(x) 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.).
(xi) 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.)
(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).
(xiii) 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.
(xiv) 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.
(2) While not required, the contractor may include in its subcontracts for commercial items a
minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC
2010)
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR
Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or
Executive orders applicable to acquisitions of commercial items or components.
(1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847
of Pub. L. 110-181).
(14)(i) _X___ 252.225-7036, Buy American Act–Free Trade Agreements–Balance of Payments Program (JUL
2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).
(25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement
Statutes or Executive Orders–Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall
include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial
components, awarded at any tier under this contract:
(4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(End of clause)

These items are also solicited on GSA per RFQ 710106. For offers to be considered complete must include at a minimum, the following: Completed Representations /Certifications, Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Quotes must be received at the 123rd Contracting Office, no later than close of business on Monday, September 10th, 2012 at 10:00AM EST. Please make all quotes valid through September 30th 2012. Quotes may be transmitted by e-mail to Paul.piro@ang.af.mil or faxed to (502)413-4665. The point of contact for this solicitation is Paul Piro, (502)413-4617.

Set-Aside: Total Small Business Place of Performance: 123 AW Base/MSC Contracting Office 1101 Grade Lane, Louisville KY 40213-2679 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA15-1/F7H1ST2196A001/listing.html
OutreachSystems Article Number: 120810/PROCURE/0645
Matching Key Words: state!ky; 


Department of the Army, National Guard Bureau, 123 AW BASE CONTRACTING OFFICE, 123 AW Base/MSC Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679

69–TACTICAL OPERATIONS MEDICAL TRAINING MANIKINS F7H1ST2178A002 091012 Paul Piro, 5025134617 123 AW Base/MSC Contracting Office This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart
12.6, as supplemented with additional information included in this notice.

This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation F7H1ST2178A002 is issued as a request for quotation (RFQ).

This procurement is being solicited on an unrestricted basis under NAICS code 339999 and small business size standard is 500 employees.

Purchase and delivery of the following items no later than 30 Days ADC FOB Destination:

CLIN 0001 – GSW MEDICAL TRAINING MANIKIN. PART#: TOM-0001. MANUFACTURER: INNOVATIVE TACTICAL TRAINING SOLUTIONS CO, OR EQUAL
CLIN 0002 – BLAST TACTICAL OPERATIONS MEDICAL TRAINING MANIKIN. PART#: TOM-0002. MANUFACTURER: INNOVATIVE TACTICAL TRAINING SOLUTIONS, CO

CLIN 0003 – EXTENDED CARE KIT (EXTRA BATTERIES AND AIR TANK). PART#: TOM-EXT. MANUFACTURER: INNOVATIVE TACTICAL TRAINING SOLUTIONS CO, OR EQUAL

CLIN 0004 – AIR REFUEL TANK (SCUBA TANK). PART#: TOM-SCBA. MANUFACTURER: INNOVATIVE TACTICAL TRAINING SOLUTIONS CO, OR EQUAL

CLIN 0005 – 1-DAY OPERATING AND MAINTENANCE TRAINING T.O.M. MAN. PART#: TOM: T000. MANUFACTURER: INNOVATIVE TACTICAL TRAINING SOLUTIONS CO, OR EQUAL

CLIN 0006 – UNDAMAGED LEG (LEFT). PART#: TOM-5200. MANUFACTURER: INNOVATIVE TACTICAL TRAINING SOLUTIONS CO, OR EQUAL

CLIN 0007 – LEG AMPUTATION (LEFT). PART#: TOM-5201. MANUFACTURER: INNOVATIVE TACTICAL TRAINING SOLUTIONS CO, OR EQUAL

CLIN 0008 – SHIPPING TO 40213

(All items requested will accept an Or Equal item.)

The provision at 52.212-1, Instructions to Offerors — Commercial, applies to this acquisition.
52.212-2, Evaluation — Commercial Items applies. Quotes will be evaluated on price.
Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-
Commercial Items and submit with its offer. Registration in the online representations and certifications
program at https://orca.bpn.gov meets this requirement.
All potential bidders are reminded, in accordance with FAR 52.204-7, Central Contractor Registration (CCR),
that failure to register in CCR will make an offeror ineligible for award.
The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract.
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998),
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause
may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
52.212-4, Contract Terms and Conditions — Commercial Items, applies to this acquisition (Jun 2010)
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).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.225-3, Buy American Act -Free Trade Agreements – Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C.
3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169,
109-283, and 110-138).
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).
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (MAR 2008)
Clauses incorporated by Full Text
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS–COMMERCIAL ITEMS (OCT 2010) (DEVIATION)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph
(a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and
does not contain the clause at 52.215-2, Audit and Records — Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor’s directly
pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials,
and other evidence for examination, audit, or reproduction, until 3 years after final payment under
this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention,
of the other clauses of this contract. If this contract is completely or partially terminated, the
records relating to the work terminated shall be made available for 3 years after any resulting final
termination settlement. Records relating to appeals under the disputes clause or to litigation or the
settlement of claims arising under or relating to this contract shall be made available until such
appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices,
and other data, regardless of type and regardless of form. This does not require the Contractor to
create or maintain any record that the Contractor does not maintain in the ordinary course of
business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not
required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract
for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as
required by the clause-
(i) 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)).
(ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000
($1,000,000 for construction of any public facility), the subcontractor must include
52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) Reserved.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C.
793).
(vii) Reserved
(viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(ix) 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)).
(x) 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.).
(xi) 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.)
(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).
(xiii) 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.
(xiv) 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.
(2) While not required, the contractor may include in its subcontracts for commercial items a
minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC
2010)
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR
Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or
Executive orders applicable to acquisitions of commercial items or components.
(1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847
of Pub. L. 110-181).
(14)(i) _X___ 252.225-7036, Buy American Act–Free Trade Agreements–Balance of Payments Program (JUL
2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).
(25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement
Statutes or Executive Orders–Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall
include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial
components, awarded at any tier under this contract:
(4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(End of clause)

For offers to be considered complete must include at a minimum, the following: Completed Representations /Certifications, Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Quotes must be received at the 123rd Contracting Office, no later than close of business on Monday, September 10th, 2012 at 10:00AM EST. Please make all quotes valid through September 30th 2012. Quotes may be transmitted by e-mail to Paul.piro@ang.af.mil or faxed to (502)413-4665. The point of contact for this solicitation is Paul Piro, (502)413-4617.

Set-Aside: Total Small Business Place of Performance: 123 AW Base/MSC Contracting Office 1101 Grade Lane, Louisville KY 40213-2679 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA15-1/F7H1ST2178A002/listing.html
OutreachSystems Article Number: 120810/PROCURE/0646
Matching Key Words: state!ky; 


Department of the Army, Army Contracting Command, ECC, RCO Vicenza (PARC Europe, 409th CSB), RCO Vicenza (PARC Europe, 409th CSB), UNIT 31401 BOX 33, APO, AE 09630

99–Brand Name or Equal item to LEKTRIEVER SYS 120-3269-1512 automated filing machine W912PF12T01240002 082412 Martin Celino, +390444 71 3920 RCO Vicenza (PARC Europe, 409th CSB) This is in conjunction to solicitation W912PF-12-T-0124 0002 that was cancelled in its entirety.

The United States Government through the Regional Contracting Office of Vicenza is soliciting quotations for the following:

0001- Brand Name or Equal item to LEKTRIEVER SYS 120-3269-1512 automated filing machine. Height 2850mm Width 3569 mm Depth 1175 w/ 300 mm work counter. Shall have 15 rotating carriers (shelves) with 2 drawers able to store 4+4 rowsof file folders. Dimensions of filing rows shall be Width 347 mm Depth 420 mm Height 268 mm. Load capacity of carrier 100 kg max. Power supply shall be 1/N/PE 230V 50/60 Hz 1.5 KVA Motor Dive Max power comsumption of 2.0 KVA with 16A fuse, noise level of less than 60 dB9(A). Drawers shall have 4 rows for vertical folder storage.

MANDATORY REQUIREMENTS: In order to conduct business with the United States Government, all companies must be registered in Central Contractor Registration (CCR). When a company submits a quote, it is mandatory that a valid copy of their company’s Central Contractor Registration (CCR) profile is attached. Offeror’s in order to be eligible for award, you will have a valid CCR registration profile. The registration is as follows:
1) Dun & Bradstreet (DUNS)
Italian companies register with DUNS, at http://dbitaly.dnb.com/Chklang.htm Upon issuance of a “DUNS” number, then request:
2) NATO CAGE (NCAGE)
N-CAGE at http://www.dlis.dla.mil/forms/form_AC135.asp After receipt of your N-CAGE, proceed with registering on the:

3) Central contractor Registration a http://www.SAM.gov

Place of Performance: RCO Vicenza (PARC Europe, 409th CSB) UNIT 31401 BOX 33, APO AE 09630 EU URL: https://www.fbo.gov/notices/3bd9f910597261ccef3d8856642f9c93
OutreachSystems Article Number: 120810/PROCURE/0763
Matching Key Words: naics!512110; 


Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division B, ACC-APG – Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846

99–Sources Sought Announcement (SSA) for Engineering Services and Support for AN/TPQ-53 Radar. W15P7T-12-R-X112 082112 Joshua Harvey, 443-861-4893 ACC-APG – Aberdeen Division B The United States (U.S.) Army, Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Aberdeen, MD, 21005, intends to procure engineering services to be performed in support of the AN/TPQ-53 Radar Low Rate Initial Production (LRIP). The ACC-APG is conducting market research to identify potential sources to provide the following services in support of production and deployment: program management; reliability improvement and management; maintainability improvement and management; repair activities; command center support; field service representatives (FSRs); training for FSRs; system support package updates; diminishing resources/obsolescence management services; test support; and software support during production, deployment, testing and fielding of the AN/TPQ-53 radar system. The required support will be provided on a cost plus fixed fee basis. The total period of performance (PoP) is 36 months.

This notice is published in accordance with Federal Acquisition Regulation (FAR), Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This SSA serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it.

The AN/TPQ-53 radar is a highly mobile radar set that automatically detects, classifies, tracks, and locates the point of origin of projectiles fired from rocket, artillery and mortar systems with sufficient accuracy for first round fire for effect. It mitigates close combat radar coverage gaps and will ultimately replace the current AN/TPQ-36 and AN/TPQ-37 Firefinder radars; fully supporting brigade combat teams and Fires Brigades operations. The AN/TPQ-53 radar will interoperate with future battle command systems to provide the maneuver commander increased counterfire radar flexibility. The AN/TPQ-53 radar will be capable of being deployed as part of the indirect fire protection capability system of systems to provide a sense and warn capability for fixed and semi-fixed sites. The AN/TPQ-53 radar will provide a system with increased range and accuracy throughout a 90 degree search sector (stare mode) as well as 360 degree coverage (rotating) for locating rocket, artillery and mortar firing positions.

The AN/TPQ-53 radar was designed, developed and is currently being produced by Lockheed Martin (Liverpool, NY). The government anticipates it will procure a technical data package (TDP) during production; however the government does not own a TDP or associated rights at this time.

Specific efforts to be performed are summarized below.
a. Depot Services. The contractor shall repair or replace all inoperable system line replaceable units (LRUs) and shop replaceable unit (SRUs). If an item is determined by the contractor to be beyond economical repair (BER), the contractor shall notify the government. Within seven days of notification, the government shall advise the contractor whether to continue with the repair and replace action, or procure a replacement item. Items will be considered to be BER if the repair cost is anticipated to exceed 65% of a new procurement.
In order to maintain the required operational availability (Ao), the total government transit time for each repair shall not exceed 30 days. The calculation of transit time includes the time to transport the failed item back to the contractor’s facility (failed item transit) and the time to transport the repaired item back to stock (repaired item transit). Failed item transit begins when the item is removed from the radar system for repair and ends when it arrives at the contractor’s site for repair. Repaired item transit begins when the repaired item is placed on the contractor’s dock for government pickup and ends when the item is returned to stock.
Repaired items will be inspected and accepted in accordance with the requirements of their respective drawings. All repaired/replaced items shall be available at the contractor’s dock for government pickup and return shipment to the field location.
The contractor shall establish and maintain a database that identifies modules and assemblies for return to include item nomenclature, individually identifiable reference number, date of receipt, issue identification and proposed resolution.
b. Operational Availability. Operational availability as defined in Army Regulation (AR) 700-138. Fully mission capable (FMC) is a status condition where fully operational equipment or systems are safe and correctly configured as designed by the U.S. Army. Equipment is FMC when it can perform all of its combat missions without endangering the lives of crew or operators. The terms ready, available, and FMC are often used to refer to the same status: Equipment is on hand and able to perform its assigned mission(s). This does not include necessary down time to perform preventative maintenance.
The contractor shall ensure that the fleet of radars deployed to the theater of operation achieves a 90% Ao in FMC material condition over the PoP of each of these activities. The Ao will be calculated using the following equation:
Ao-(U/T)*100: (U-Uptime and T-Total Time)
Ao will be calculated in hours on a monthly basis. One hour per day will be allocated to conduct preventative maintenance checks and services (PMCS), not to conduct corrective maintenance once an item has failed. This PMCS hour is not calculated into total uptime for that day. Maintenance time in support of repair/replacement of failed items due to faults, attributing to the unscheduled downtime of the radar, shall be counted separate from the one hour allocated for PMCS. The use of scheduled PMCS time to correct performance and catastrophic failures causes a backlog in PMCS verification and reduces the time to fix or check normal PMCS defects that do not render the radar system inoperable or degrade its performance. Corrective maintenance time shall be calculated in the total downtime for that day. A system is considered down as soon as it is not FMC. A system in a “down” state is considered either partially mission capable (PMC) or not mission capability (NMC). PMC refers to a radar system that is fully operational in one or more, but not all, combat mission modes, or a radar system with defective subsystems, i.e. elevation, auto leveling, or azimuth drive. PMC radar systems shall not be reported as FMC. A non-deployed system is considered down 48 hours after the failure is reported.
The AN/TPQ-53 is not FMC unless the system is fully functional in all modes (360 degree and 90 degree operation), is capable of automatic emplacement/displacement of the leveling system in order to meet the emplacement and displacement time requirements, and the system is available as per the interactive electronic technical manual (IETM) PMCS table. Operation in only one mode (example: only 90 degree operation) does not equal FMC. The ability to only manually level the system does not equal FMC.
Individual software reboots that exceed 30 minutes, or the cumulative duration of multiple software reboots that exceeds 30 minutes over a 24 hour period are counted as non-FMC time for Ao reporting purposes.
Failure of any of the government furnished equipment (GFE) will not count in the above calculation.
The following downtime events shall not be assessed against the contractor:
1. Lack of communication between the radar FSR and the Forward Repair Area (FRA) FSR or lack of communication with the command center.

2. Downtime due to rejection or delay in approval of a system modification proposal to control system obsolescence.

3. During this period of PoP, these radars may be relocated from their original location. Downtime during the course of this relocation will not be apportioned against the contractor once troubleshooting is complete and the necessary parts, tools, test equipment and personnel are assembled.

4. Battle damage or operator misuse.

5. Downtime due to force majeure, defined as those events beyond reasonable control of the contractor.

6. Government Bill of Lading (GBL) delivery time >30 days round trip for other than continental United States (OCONUS) combat locations.

7. GBL delivery time >30 days round trip for non-combat OCONUS locations.

8. FRA test calibration >2 weeks.

c. Threat Upgrade Assessments. In response to direction provided by the government, the contractor shall conduct studies and analyses to evaluate threat upgrade assessment, with technical progress assessed attechnical interchange meetings (TIMs). Assessments to be conducted include, but are not necessarily limited to the following.

1. System Threat Assessment Report (STAR)
(a) Target Detection
(b) Signature Development

2. Develop System Modification Concept
(a) Research and Development
(b) Modeling and Simulation

3. Prototype and Demonstration
(a) Test and Evaluation
(b) Risk Management

4. Software Updates

5. Verification and Validation:
(a) Radar Test Environmental Simulator (RTES)
(b) Live Fire Testing

6. Frequency Authorization

7. Forensic Support

8. Life Cycle Signature Support Plan (LCSSP)

d. Software Maintenance and Updates. The contractor shall use software change requests and software problem reports (SPRs) to resolve issues identified in the field or enhancements identified by the users or other key stakeholders. The contractor shall lead an Integrated Product Team (IPT) that includes government participants. The contractor shall work on existing SPRs and new SPRs as identified by the IPT. The contractor shall deliver up to two fielded software loads during the PoP. These updates will include associated regression, interoperability, information assurance updates and formal testing of the upgraded software for radar application.
At government direction, the contractor shall evaluate and implement software upgrades. The contractor shall provide a plan which shall address the following.

1. A technical evaluation of any change or upgrade to the computer equipment, router or network equipment to ensure that there will be no loss in system functionalities and no impact to system performance.

2. A technical evaluation of any anti-temper solution to ensure the anti-temper measures has not been affected by any system upgrade.

3. An assessment of the cost and schedule required to implement the software, interoperability, communication, and information assurance upgrades

4. The contractor shall comply with software blocking/common operating environment interoperability and communication requirements.

5. The contractor shall comply with Department of Defense (DOD) Information Assurance Certification and Accreditation Process (DIACAP) and update software as required per quarterly release of the Information Assurance Vulnerability Management (IAVM).

6. The contractor shall conduct quarterly TIMs with the government to assess progress.

7. The contractor shall develop, integrate and test software to satisfy the requirement for Common Front End (CFE), and related upgrades.

e. System Modifications, Upgrades Technology Insertion and Pre-Planned Product Improvements (P3I). At government direction, the contractor will evaluate and or implement system modifications and upgrades to improve performance, reliability, operational effectiveness, survivability and/or suitability without increasing the performance envelope of the system. The contractor shall also increase the performance envelope of the system through development and implementation of P3I initiatives as directed by the government.

The contractor shall identify and document proposed system modifications, upgrades and opportunities for technology insertion. The narrative provided will include a discussion of the proposed changes, associated technologies, and technical approach to implementation, risk, schedule and cost considerations. Once approved, the schedule will be integrated to the master program schedule.

After receipt of order (ARO), the nominal schedule to completion and delivery (excluding installation) of the mod kit is nominally, six months each. Installation will take no longer than one week, after the system is made available to the contractor.

The contractor shall conduct quarterly TIMs with the government to assess progress.

The government anticipates that P3I improvements will be implemented during LRIP. Implementation of the P3I is both funding and schedule dependant. At the government’s direction, the contractor shall assess potential P3I initiatives for cost, schedule and risk implications. This assessment will be provided to the government. Once approved, the effort will be formally integrated to the contract, and the integrated master schedule will be expanded to include the P3I initiative.

f. Technology Development Strategy (TDS) Upgrades. The contractor shall develop and maintain a technology roadmap that identifies research and development investments, and plans for potential upgrades to the system. ARO, the nominal schedule to completion and delivery of the technology roadmap is two months. The contractor shall conduct quarterly TIMs with the government to assess progress.

g. Engineering Studies, Feasibility and Impact Analyses. At the direction of the government, the contractor shall conduct engineering studies and feasibility and impact analyses. The purpose of these analyses is to assess the impact of any change in technical, programmatic or schedule re-alignments.

h. Test Support. The contractor shall verify any modification made to the system. The contractor’s technical approach, as well as cost, schedule and resource requirements will be documented and presented and approved by the Test IPT prior to execution of the test event.

The contractor shall prepare and provide or review test plans and test procedures, and generate test reports as directed by the government. Test plans will include a summary of cost, schedule and resources required to support test execution.

The contractor shall support government test efforts by providing on-site personnel to maintain, repair, and operate AN/TPQ-53 systems utilized in the test event. Planned test events with support requirements include quarterly capabilities and limitations (C&L) testing and Army Interoperability Certification (AIC) testing. Test support requirements shall be tailored to the test being conducted. The contractor shall support the AIC test by providing on-site maintenance, training, logistics, and technical support for the period of the test.
i. Conduct of Operations and Maintenance Training. The contractor shall execute new equipment training (NET) for the AN/TPQ-53 Radar Operator Course and the AN/TPQ-53 Radar Maintainer Course. The structure, content, and standards of this course will be identical to the courses developed by Lockheed Martin and shall include manual leveling and manual orientation tasks. NET will occur at an Army installation, prior to a unit’s deployment. Upon completion of each course session the contractor shall provide and after action report which will include the course roster, student evaluations of the instructions and report of any issues or concerns.

j. Command Center and Field Support

1. Command Center. The contractor shall establish and maintain a Command Center that operates 24 hours a day, 7 days a week. The Command Center will provide the following services: help desk/call center, repair program coordination, inventory control, data analysis, report generation, and change management control.
The contractor shall supply any required engineering support to resolve problems arising in the field beyond the scope of the FSRs. The contractor will be responsible for providing the space, infrastructure, and all equipment necessary to operate the Command Center.
2. Forward Repair Activity Test Sets (FRATS). FRATS shall be employed to perform repairs of specific LRUs at the designated government Forward Repair Areas (FRA). The FRATS will support the repair to the sub-assembly level or SRU level for the signal data processor assembly, exciter/receiver assembly and octapack. A FRATS Users Manual will be supplied in contractor format. Sanitization procedures and Information Assurance (IA) requirements will not be required for this equipment. The Army shall provide calibration capability for the FRATS equipment and all required facilities and workspace for the FRATS equipment located at the FRAs.
3. Field Service Representatives. The FSRs will support sustainment activities at the locations where AN/TPQ-53 radars are employed by combat units. The FSRs will be responsible for maintenance of the radar system to ensure the required 95% Ao is met; conduct all supply chain operations in support of radar maintenance; collection and supply of all required data to support government reporting requirements, and reporting of any issues or concerns to the Command Center.

FSRs are specialized and require a comprehensive 6-month training and certification program. When possible, FSRs are used on a regional support basis, however, when operating in remote locations, a 1 each FSR to 1 each AN/TPQ-50 radar ratio is instituted. The planning assumption is an Army requirement for 12 each AN/TPQ-53 radars to be operational at any given time.

The contractor shall provide one Journeyman FSRs per deployed radar with an additional in-country FSR for leaves, sickness, and attrition for a total of 13 Journeyman FSRs. Each FRA deployed in an active theater of operations will have one lead FSR assigned. The AN/TPQ-53 Command Center will have adequate FSRs assigned to support 24/7 operations. The contractor will provide five Journeyman FSRs to support 20 radars at peacetime locations. The contractor shall provide the FSR program management, training, certification, and support.

These Journeyman FSRs shall support sustainment activities at the locations where AN/TPQ-53 systems are employed, or as requested by the government. The FSRs will be responsible for:

(a) Maintenance of the radar to ensure the required Ao.

(b) All supply chain operations in support of radar maintenance.

(c) Collection and supply of data to support government reporting requirements.

(d) Loading software and firmware updates.

(e) Operating non-deployed systems.

(f) Performing data collection and reduction (with Detection Load Analysis Tool (DLAT) Remote Control Display Unit (RCDU) utility tool when available).

(g) Reporting of issues or concerns.
(h) Providing over-the-shoulder sustainment training of previously trained operators.

Lead FSRs will be located in the FRA, or the Command Center. Lead FSRs will support sustainment activities at in-country FRA locations and in the Command Center. The lead FSRs are responsible for:

(a) Supervision of all field FSRs.

(b) Troubleshooting and repair of failed octapacks, SDPs, and exciter/receiver units.

(c) Inventory control of all required spares in each FRA.

(d) Response to emergency requirements as needed.

(e) Assisting field FSRs as required.

(f) Maintaining FRA workspace and associated/assigned equipment.

Deployed FSRs will be transported to, from, and between Forward Operating Base (FOBs) and FRAs utilizing existing military infrastructure. FSR transportation within FOBs and FRAs will be the responsibility of the contractor.

The contractor shall provide transportation for FSRs supporting the non-deployed radar systems. In cases where civilian vehicles are not permitted (during unit training events, etc.) the contractor will rely upon transportation by the owning unit or Army logistics agencies.

The government will be responsible for all FSR workspaces in the theater of operation, services for deployment and redeployment processing, movement in and out of theatre, emergency medical care, postal service, phone service, religious service and internet access at the work site. When the FSR is not embedded with a deployed unit the government will be responsible for living arrangements and movement between FOBs, FRAs and the planned worksite location. The government will provide a Letter of Authorization (LOA) for each FSR authorizing these services. The government will assist the contractor with obtaining the appropriate work visa for if needed.

In the event of the outbreak of hostilities, war, armed conflict, insurrection, civil or military strife in a geographic area or country which is being serviced in accordance with this contract or in the event of any imminent danger of enemy attack, the contractor shall be relieved of the requirement for continuing services in that area during the period of hostilities. The contractor shall be entitled to an equitable adjustment for costs and expenses associated with any emergency evacuation of such personnel to a place of safety and any costs incurred to replace such personnel.

4. FSR Training. The contractor shall provide standardized training for FSRs. Newly hired FSRs will complete a training regimen upon hire. Training course will focus on two major areas; radar operation and radar maintenance. The program of instruction is at the discretion of the contractor. The contractor shall provide on-going training as additional training topics are identified by the contractor. The status of FSR certification and/or completed training will be made available to the government semi-annually, or upon request.
k. Maintenance Reporting. The contractor shall collect and report radar maintenance data. This data will be provided in a weekly status report to the Communication Electronics Command (CECOM) master technician in theater, and compiled and submitted monthly to Product Manager (PM) Radars. This report shall contain the operational readiness rate calculated for the fleet, operational readiness rate calculated for the fleet of deployed systems, operational readiness rate calculated for each system, mean time between failure (MTBF) for each failed item, and a description of each failure item. Reports are not to be shared outside of U.S. government channels. All reports shall be transmitted in accordance with the current Security Classification Guide.
All maintenance faults or issues, both hardware and software, shall be reported by the Command Center to PM Radars within 24 hours of discovery.
Daily maintenance logs shall be maintained by the FSR, and provided to the Command Center and PM Radars on a weekly basis. These maintenance logs shall indicate the PMCS and fault repair maintenance tasks performed, to include the time required to perform the maintenance or repair tasks and the IETM reference for each. The maintenance logs will help the material developer refine procedures, validate the required resources, and validate the durations of time assigned to maintenance functions as part of the maintenance allocation chart (MAC).
The contractor shall copy PM Radars on all Secure Internet Protocol Router (SIPR) traffic pertaining to the status, support, or activities associated with fielded AN/TPQ-53 radars. The contractor shall also copy PM Radars on all un-edited or un-filtered FSR written reports pertaining to the status, support, or activities associated with AN/TPQ-53 radar provided to the Command Center.
l. System Support Package Updates. The contractor shall provide quarterly updates to the IETM and the operator smart book distributed to NET course students. These updates will include changes encompassing the non-armored prime mover and armored prime mover configurations, as well as the current changes to the latest delivered system configuration hardware and software baselines. These IETM and smart book updates will be provided to the government quarterly.
m. System Refurbishment/Re-fit. Re-fit includes returning the system to 10/20 standards; deep-cleaning; and paint touch-up. For planning purposes refurbishment/re-fit costs are estimated at $100K per system, multiplied by 18 systems per year.

n. Reliability and Maintainability. The contractor shall update the Reliability and Maintainability (R&M) Program Plan as necessary. A formal Failure Reporting, Analysis and Corrective Action System (FRACAS) program will be conducted. The contractor shall include a designated government representative in all FRACAS and Failure Modes, Effect, and Criticality Analysis (FMECA) program activities. The goal of the FRACAS program is to identify failure trends, initiate corrective actions and update the fielded MTBF and/or mean time between system aborts (MTBSA) values used in the spares procurement calculations. The R&M Program Plan shall reflect system design changes that may occur as a result of the migration of the Mission Essential Group (MEG) & Sustainment Operations Group (SOG) to the 5-ton medium tactical vehicle (MTV) variant that utilizes the Army’s Long Term Armor Strategy (LTAS) configuration. The R&M Program Plan shall be made available to the government.

Responses to this Sources Sought Announcement. Responses will consist of an unclassified white paper that is no more than 20 pages in length. In the white paper, the contractor shall address the technicalapproach, estimated cost, and schedule constraints associated with each of the aforementioned tasks. The contractor shall clearly identify assumptions on which the response is predicated. As a minimum, identify any required GFE or government furnished information (GFI) on which the effort is predicated; and all required government support anticipated. Also identify and discuss plans and risks associated with reuse, or dependency on any other awarded contract.
Company information will be verified via the Central Contractor Registration database. Responses to this RFI must be unclassified and should not exceed 10 pages in length, be prepared on 8.5 x 11 inch paper, double spaced with fonts no smaller than 10 point, and one inch margins. Each page of the submission shall contain the document identifier in the document header. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint . If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. Respondents should ensure labeling of information contained as proprietary.
All interested firms are encouraged to respond to this notice by providing the information specified herein, on or before 1700 hours on Tuesday, 21 August, 2012. Telephone or email requests for additional information will not be honored. Any UNCLASSIFIED questions regarding this RFI may be posted to Federal Business Opportunities (FEDBIZOPS). Any additional questions may be forwarded to Ryan T. McWilliams (Contract Specialist) e-mail: ryan.t.mcwilliams.civ@mail.mil; Lauren McGibbon (AN/TPQ-53 Radar, Project Lead) e-mail: lauren.r.mcgibbon.civ@mail.mil.

Contracting Office Address:
U.S. Army Contracting Command
ACC-APG
CCAP-CCC
Attn: Mr. Lawrence Holton, Contracting Officer
Bldg 6001, Combat Drive
Aberdeen Proving Ground, MD 21005

Place of Performance:
TBD

Place of Performance: ACC-APG – Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD 21005-1846 US URL:https://www.fbo.gov/notices/7ea6086ebba0c800fd02b472f9041d18
OutreachSystems Article Number: 120810/PROCURE/1011
Matching Key Words: writ*; copy; technical; operating; procedure?; 


Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division B, ACC-APG – Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846

99–Sources Sought Announcement (SSA) for Engineering Services and Support for AN/TPQ-53 Radar. W15P7T-12-R-X112 082112 Joshua Harvey, 443-861-4893 ACC-APG – Aberdeen Division B The United States (U.S.) Army, Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Aberdeen, MD, 21005, intends to procure engineering services to be performed in support of the AN/TPQ-53 Radar Low Rate Initial Production (LRIP). The ACC-APG is conducting market research to identify potential sources to provide the following services in support of production and deployment: program management; reliability improvement and management; maintainability improvement and management; repair activities; command center support; field service representatives (FSRs); training for FSRs; system support package updates; diminishing resources/obsolescence management services; test support; and software support during production, deployment, testing and fielding of the AN/TPQ-53 radar system. The required support will be provided on a cost plus fixed fee basis. The total period of performance (PoP) is 36 months.

This notice is published in accordance with Federal Acquisition Regulation (FAR), Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This SSA serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it.

The AN/TPQ-53 radar is a highly mobile radar set that automatically detects, classifies, tracks, and locates the point of origin of projectiles fired from rocket, artillery and mortar systems with sufficient accuracy for first round fire for effect. It mitigates close combat radar coverage gaps and will ultimately replace the current AN/TPQ-36 and AN/TPQ-37 Firefinder radars; fully supporting brigade combat teams and Fires Brigades operations. The AN/TPQ-53 radar will interoperate with future battle command systems to provide the maneuver commander increased counterfire radar flexibility. The AN/TPQ-53 radar will be capable of being deployed as part of the indirect fire protection capability system of systems to provide a sense and warn capability for fixed and semi-fixed sites. The AN/TPQ-53 radar will provide a system with increased range and accuracy throughout a 90 degree search sector (stare mode) as well as 360 degree coverage (rotating) for locating rocket, artillery and mortar firing positions.

The AN/TPQ-53 radar was designed, developed and is currently being produced by Lockheed Martin (Liverpool, NY). The government anticipates it will procure a technical data package (TDP) during production; however the government does not own a TDP or associated rights at this time.

Specific efforts to be performed are summarized below.
a. Depot Services. The contractor shall repair or replace all inoperable system line replaceable units (LRUs) and shop replaceable unit (SRUs). If an item is determined by the contractor to be beyond economical repair (BER), the contractor shall notify the government. Within seven days of notification, the government shall advise the contractor whether to continue with the repair and replace action, or procure a replacement item. Items will be considered to be BER if the repair cost is anticipated to exceed 65% of a new procurement.
In order to maintain the required operational availability (Ao), the total government transit time for each repair shall not exceed 30 days. The calculation of transit time includes the time to transport the failed item back to the contractor’s facility (failed item transit) and the time to transport the repaired item back to stock (repaired item transit). Failed item transit begins when the item is removed from the radar system for repair and ends when it arrives at the contractor’s site for repair. Repaired item transit begins when the repaired item is placed on the contractor’s dock for government pickup and ends when the item is returned to stock.
Repaired items will be inspected and accepted in accordance with the requirements of their respective drawings. All repaired/replaced items shall be available at the contractor’s dock for government pickup and return shipment to the field location.
The contractor shall establish and maintain a database that identifies modules and assemblies for return to include item nomenclature, individually identifiable reference number, date of receipt, issue identification and proposed resolution.
b. Operational Availability. Operational availability as defined in Army Regulation (AR) 700-138. Fully mission capable (FMC) is a status condition where fully operational equipment or systems are safe and correctly configured as designed by the U.S. Army. Equipment is FMC when it can perform all of its combat missions without endangering the lives of crew or operators. The terms ready, available, and FMC are often used to refer to the same status: Equipment is on hand and able to perform its assigned mission(s). This does not include necessary down time to perform preventative maintenance.
The contractor shall ensure that the fleet of radars deployed to the theater of operation achieves a 95% Ao in FMC material condition over the PoP of each of these activities. The Ao will be calculated using the following equation:
Ao-(U/T)*100: (U-Uptime and T-Total Time)
Ao will be calculated in hours on a monthly basis. One hour per day will be allocated to conduct preventative maintenance checks and services (PMCS), not to conduct corrective maintenance once an item has failed. This PMCS hour is not calculated into total uptime for that day. Maintenance time in support of repair/replacement of failed items due to faults, attributing to the unscheduled downtime of the radar, shall be counted separate from the one hour allocated for PMCS. The use of scheduled PMCS time to correct performance and catastrophic failures causes a backlog in PMCS verification and reduces the time to fix or check normal PMCS defects that do not render the radar system inoperable or degrade its performance. Corrective maintenance time shall be calculated in the total downtime for that day. A system is considered down as soon as it is not FMC. A system in a “down” state is considered either partially mission capable (PMC) or not mission capability (NMC). PMC refers to a radar system that is fully operational in one or more, but not all, combat mission modes, or a radar system with defective subsystems, i.e. elevation, auto leveling, or azimuth drive. PMC radar systems shall not be reported as FMC. A non-deployed system is considered down 48 hours after the failure is reported.
The AN/TPQ-53 is not FMC unless the system is fully functional in all modes (360 degree and 90 degree operation), is capable of automatic emplacement/displacement of the leveling system in order to meet the emplacement and displacement time requirements, and the system is available as per the interactive electronic technical manual (IETM) PMCS table. Operation in only one mode (example: only 90 degree operation) does not equal FMC. The ability to only manually level the system does not equal FMC.
Individual software reboots that exceed 30 minutes, or the cumulative duration of multiple software reboots that exceeds 30 minutes over a 24 hour period are counted as non-FMC time for Ao reporting purposes.
Failure of any of the government furnished equipment (GFE) will not count in the above calculation.
The following downtime events shall not be assessed against the contractor:
1. Lack of communication between the radar FSR and the Forward Repair Area (FRA) FSR or lack of communication with the command center.

2. Downtime due to rejection or delay in approval of a system modification proposal to control system obsolescence.

3. During this period of PoP, these radars may be relocated from their original location. Downtime during the course of this relocation will not be apportioned against the contractor once troubleshooting is complete and the necessary parts, tools, test equipment and personnel are assembled.

4. Battle damage or operator misuse.

5. Downtime due to force majeure, defined as those events beyond reasonable control of the contractor.

6. Government Bill of Lading (GBL) delivery time >30 days round trip for other than continental United States (OCONUS) combat locations.

7. GBL delivery time >30 days round trip for non-combat OCONUS locations.

8. FRA test calibration >2 weeks.

c. Threat Upgrade Assessments. In response to direction provided by the government, the contractor shall conduct studies and analyses to evaluate threat upgrade assessment, with technical progress assessed attechnical interchange meetings (TIMs). Assessments to be conducted include, but are not necessarily limited to the following.

1. System Threat Assessment Report (STAR)
(a) Target Detection
(b) Signature Development

2. Develop System Modification Concept
(a) Research and Development
(b) Modeling and Simulation

3. Prototype and Demonstration
(a) Test and Evaluation
(b) Risk Management

4. Software Updates

5. Verification and Validation:
(a) Radar Test Environmental Simulator (RTES)
(b) Live Fire Testing

6. Frequency Authorization

7. Forensic Support

8. Life Cycle Signature Support Plan (LCSSP)

d. Software Maintenance and Updates. The contractor shall use software change requests and software problem reports (SPRs) to resolve issues identified in the field or enhancements identified by the users or other key stakeholders. The contractor shall lead an Integrated Product Team (IPT) that includes government participants. The contractor shall work on existing SPRs and new SPRs as identified by the IPT. The contractor shall deliver up to two fielded software loads during the PoP. These updates will include associated regression, interoperability, information assurance updates and formal testing of the upgraded software for radar application.
At government direction, the contractor shall evaluate and implement software upgrades. The contractor shall provide a plan which shall address the following.

1. A technical evaluation of any change or upgrade to the computer equipment, router or network equipment to ensure that there will be no loss in system functionalities and no impact to system performance.

2. A technical evaluation of any anti-temper solution to ensure the anti-temper measures has not been affected by any system upgrade.

3. An assessment of the cost and schedule required to implement the software, interoperability, communication, and information assurance upgrades

4. The contractor shall comply with software blocking/common operating environment interoperability and communication requirements.

5. The contractor shall comply with Department of Defense (DOD) Information Assurance Certification and Accreditation Process (DIACAP) and update software as required per quarterly release of the Information Assurance Vulnerability Management (IAVM).

6. The contractor shall conduct quarterly TIMs with the government to assess progress.

7. The contractor shall develop, integrate and test software to satisfy the requirement for Common Front End (CFE), and related upgrades.

e. System Modifications, Upgrades Technology Insertion and Pre-Planned Product Improvements (P3I). At government direction, the contractor will evaluate and or implement system modifications and upgrades to improve performance, reliability, operational effectiveness, survivability and/or suitability without increasing the performance envelope of the system. The contractor shall also increase the performance envelope of the system through development and implementation of P3I initiatives as directed by the government.

The contractor shall identify and document proposed system modifications, upgrades and opportunities for technology insertion. The narrative provided will include a discussion of the proposed changes, associated technologies, and technical approach to implementation, risk, schedule and cost considerations. Once approved, the schedule will be integrated to the master program schedule.

After receipt of order (ARO), the nominal schedule to completion and delivery (excluding installation) of the mod kit is nominally, six months each. Installation will take no longer than one week, after the system is made available to the contractor.

The contractor shall conduct quarterly TIMs with the government to assess progress.

The government anticipates that P3I improvements will be implemented during LRIP. Implementation of the P3I is both funding and schedule dependant. At the government’s direction, the contractor shall assess potential P3I initiatives for cost, schedule and risk implications. This assessment will be provided to the government. Once approved, the effort will be formally integrated to the contract, and the integrated master schedule will be expanded to include the P3I initiative.

f. Technology Development Strategy (TDS) Upgrades. The contractor shall develop and maintain a technology roadmap that identifies research and development investments, and plans for potential upgrades to the system. ARO, the nominal schedule to completion and delivery of the technology roadmap is two months. The contractor shall conduct quarterly TIMs with the government to assess progress.

g. Engineering Studies, Feasibility and Impact Analyses. At the direction of the government, the contractor shall conduct engineering studies and feasibility and impact analyses. The purpose of these analyses is to assess the impact of any change in technical, programmatic or schedule re-alignments.

h. Test Support. The contractor shall verify any modification made to the system. The contractor’s technical approach, as well as cost, schedule and resource requirements will be documented and presented and approved by the Test IPT prior to execution of the test event.

The contractor shall prepare and provide or review test plans and test procedures, and generate test reports as directed by the government. Test plans will include a summary of cost, schedule and resources required to support test execution.

The contractor shall support government test efforts by providing on-site personnel to maintain, repair, and operate AN/TPQ-53 systems utilized in the test event. Planned test events with support requirements include quarterly capabilities and limitations (C&L) testing and Army Interoperability Certification (AIC) testing. Test support requirements shall be tailored to the test being conducted. The contractor shall support the AIC test by providing on-site maintenance, training, logistics, and technical support for the period of the test.
i. Conduct of Operations and Maintenance Training. The contractor shall execute new equipment training (NET) for the AN/TPQ-53 Radar Operator Course and the AN/TPQ-53 Radar Maintainer Course. The structure, content, and standards of this course will be identical to the courses developed by Lockheed Martin and shall include manual leveling and manual orientation tasks. NET will occur at an Army installation, prior to a unit’s deployment. Upon completion of each course session the contractor shall provide and after action report which will include the course roster, student evaluations of the instructions and report of any issues or concerns.

j. Command Center and Field Support

1. Command Center. The contractor shall establish and maintain a Command Center that operates 24 hours a day, 7 days a week. The Command Center will provide the following services: help desk/call center, repair program coordination, inventory control, data analysis, report generation, and change management control.
The contractor shall supply any required engineering support to resolve problems arising in the field beyond the scope of the FSRs. The contractor will be responsible for providing the space, infrastructure, and all equipment necessary to operate the Command Center.
2. Forward Repair Activity Test Sets (FRATS). FRATS shall be employed to perform repairs of specific LRUs at the designated government Forward Repair Areas (FRA). The FRATS will support the repair to the sub-assembly level or SRU level for the signal data processor assembly, exciter/receiver assembly and octapack. A FRATS Users Manual will be supplied in contractor format. Sanitization procedures and Information Assurance (IA) requirements will not be required for this equipment. The Army shall provide calibration capability for the FRATS equipment and all required facilities and workspace for the FRATS equipment located at the FRAs.
3. Field Service Representatives. The FSRs will support sustainment activities at the locations where AN/TPQ-53 radars are employed by combat units. The FSRs will be responsible for maintenance of the radar system to ensure the required 95% Ao is met; conduct all supply chain operations in support of radar maintenance; collection and supply of all required data to support government reporting requirements, and reporting of any issues or concerns to the Command Center.

FSRs are specialized and require a comprehensive 6-month training and certification program. When possible, FSRs are used on a regional support basis, however, when operating in remote locations, a 1 each FSR to 1 each AN/TPQ-50 radar ratio is instituted. The planning assumption is an Army requirement for 12 each AN/TPQ-53 radars to be operational at any given time.

The contractor shall provide one Journeyman FSRs per deployed radar with an additional in-country FSR for leaves, sickness, and attrition for a total of 13 Journeyman FSRs. Each FRA deployed in an active theater of operations will have one lead FSR assigned. The AN/TPQ-53 Command Center will have adequate FSRs assigned to support 24/7 operations. The contractor will provide five Journeyman FSRs to support 20 radars at peacetime locations. The contractor shall provide the FSR program management, training, certification, and support.

These Journeyman FSRs shall support sustainment activities at the locations where AN/TPQ-53 systems are employed, or as requested by the government. The FSRs will be responsible for:

(a) Maintenance of the radar to ensure the required Ao.

(b) All supply chain operations in support of radar maintenance.

(c) Collection and supply of data to support government reporting requirements.

(d) Loading software and firmware updates.

(e) Operating non-deployed systems.

(f) Performing data collection and reduction (with Detection Load Analysis Tool (DLAT) Remote Control Display Unit (RCDU) utility tool when available).

(g) Reporting of issues or concerns.
(h) Providing over-the-shoulder sustainment training of previously trained operators.

Lead FSRs will be located in the FRA, or the Command Center. Lead FSRs will support sustainment activities at in-country FRA locations and in the Command Center. The lead FSRs are responsible for:

(a) Supervision of all field FSRs.

(b) Troubleshooting and repair of failed octapacks, SDPs, and exciter/receiver units.

(c) Inventory control of all required spares in each FRA.

(d) Response to emergency requirements as needed.

(e) Assisting field FSRs as required.

(f) Maintaining FRA workspace and associated/assigned equipment.

Deployed FSRs will be transported to, from, and between Forward Operating Base (FOBs) and FRAs utilizing existing military infrastructure. FSR transportation within FOBs and FRAs will be the responsibility of the contractor.

The contractor shall provide transportation for FSRs supporting the non-deployed radar systems. In cases where civilian vehicles are not permitted (during unit training events, etc.) the contractor will rely upon transportation by the owning unit or Army logistics agencies.

The government will be responsible for all FSR workspaces in the theater of operation, services for deployment and redeployment processing, movement in and out of theatre, emergency medical care, postal service, phone service, religious service and internet access at the work site. When the FSR is not embedded with a deployed unit the government will be responsible for living arrangements and movement between FOBs, FRAs and the planned worksite location. The government will provide a Letter of Authorization (LOA) for each FSR authorizing these services. The government will assist the contractor with obtaining the appropriate work visa for if needed.

In the event of the outbreak of hostilities, war, armed conflict, insurrection, civil or military strife in a geographic area or country which is being serviced in accordance with this contract or in the event of any imminent danger of enemy attack, the contractor shall be relieved of the requirement for continuing services in that area during the period of hostilities. The contractor shall be entitled to an equitable adjustment for costs and expenses associated with any emergency evacuation of such personnel to a place of safety and any costs incurred to replace such personnel.

4. FSR Training. The contractor shall provide standardized training for FSRs. Newly hired FSRs will complete a training regimen upon hire. Training course will focus on two major areas; radar operation and radar maintenance. The program of instruction is at the discretion of the contractor. The contractor shall provide on-going training as additional training topics are identified by the contractor. The status of FSR certification and/or completed training will be made available to the government semi-annually, or upon request.
k. Maintenance Reporting. The contractor shall collect and report radar maintenance data. This data will be provided in a weekly status report to the Communication Electronics Command (CECOM) master technician in theater, and compiled and submitted monthly to Product Manager (PM) Radars. This report shall contain the operational readiness rate calculated for the fleet, operational readiness rate calculated for the fleet of deployed systems, operational readiness rate calculated for each system, mean time between failure (MTBF) for each failed item, and a description of each failure item. Reports are not to be shared outside of U.S. government channels. All reports shall be transmitted in accordance with the current Security Classification Guide.
All maintenance faults or issues, both hardware and software, shall be reported by the Command Center to PM Radars within 24 hours of discovery.
Daily maintenance logs shall be maintained by the FSR, and provided to the Command Center and PM Radars on a weekly basis. These maintenance logs shall indicate the PMCS and fault repair maintenance tasks performed, to include the time required to perform the maintenance or repair tasks and the IETM reference for each. The maintenance logs will help the material developer refine procedures, validate the required resources, and validate the durations of time assigned to maintenance functions as part of the maintenance allocation chart (MAC).
The contractor shall copy PM Radars on all Secure Internet Protocol Router (SIPR) traffic pertaining to the status, support, or activities associated with fielded AN/TPQ-53 radars. The contractor shall also copy PM Radars on all un-edited or un-filtered FSR written reports pertaining to the status, support, or activities associated with AN/TPQ-53 radar provided to the Command Center.
l. System Support Package Updates. The contractor shall provide quarterly updates to the IETM and the operator smart book distributed to NET course students. These updates will include changes encompassing the non-armored prime mover and armored prime mover configurations, as well as the current changes to the latest delivered system configuration hardware and software baselines. These IETM and smart book updates will be provided to the government quarterly.
m. System Refurbishment/Re-fit. Re-fit includes returning the system to 10/20 standards; deep-cleaning; and paint touch-up. For planning purposes refurbishment/re-fit costs are estimated at $100K per system, multiplied by 18 systems per year.

n. Reliability and Maintainability. The contractor shall update the Reliability and Maintainability (R&M) Program Plan as necessary. A formal Failure Reporting, Analysis and Corrective Action System (FRACAS) program will be conducted. The contractor shall include a designated government representative in all FRACAS and Failure Modes, Effect, and Criticality Analysis (FMECA) program activities. The goal of the FRACAS program is to identify failure trends, initiate corrective actions and update the fielded MTBF and/or mean time between system aborts (MTBSA) values used in the spares procurement calculations. The R&M Program Plan shall reflect system design changes that may occur as a result of the migration of the Mission Essential Group (MEG) & Sustainment Operations Group (SOG) to the 5-ton medium tactical vehicle (MTV) variant that utilizes the Army’s Long Term Armor Strategy (LTAS) configuration. The R&M Program Plan shall be made available to the government.

Responses to this Sources Sought Announcement. Responses will consist of an unclassified white paper. In the white paper, the contractor shall address the technical approach, assumptions and constraints associated with each of the aforementioned tasks. The contractor must clearly identify any required GFE or government furnished information (GFI) on which the success of the effort is predicated; and all required government support anticipated. Also identify and discuss plans and risks associated with reuse, or dependency on any other awarded contract.
Company information will be verified via the Central Contractor Registration database. Responses to this RFI must be unclassified and should not exceed 20 pages in length, be prepared on 8.5 x 11 inch paper, double spaced with fonts no smaller than 10 point, and one inch margins. Each page of the submission shall contain the document identifier in the document header. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint . If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. Respondents should ensure labeling of information contained as proprietary.
All interested firms are encouraged to respond to this notice by providing the information specified herein, on or before 1700 hours on Tuesday, 21 August 2012. Telephone or email requests for additional information will not be honored. Any UNCLASSIFIED questions regarding this RFI may be posted to Federal Business Opportunities (FEDBIZOPS). Any additional questions may be forwarded to Ryan McWilliams (Contract Specialist) e-mail: ryan.t.mcwilliams.civ@mail.mil; Lauren McGibbon (AN/TPQ-53 Radar, Project Lead) e-mail: lauren.r.mcgibbon.civ@mail.mil.

Contracting Office Address:
U.S. Army Contracting Command
ACC-APG
CCAP-CCC
Attn: Mr. Lawrence Holton, Contracting Officer
Bldg 6001, Combat Drive
Aberdeen Proving Ground, MD 21005

Place of Performance:
TBD

Place of Performance: ACC-APG – Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD 21005-1846 US URL:https://www.fbo.gov/notices/6e174a1d05c95f4a357a8ae53055ff82
OutreachSystems Article Number: 120810/PROCURE/1012
Matching Key Words: writ*; copy; technical; operating; procedure?; 

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

99–Requirement for six-8 foot Matrix frames, two curved fresstanding display stands, eight-4 foot matrix frames and miscellaneous powdercoated hardware. W9124D-12-T-0169 081612 Amy Perkins, 502-624-8045 MICC Center – Fort Knox This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items. Mission and Installation Command Contracting Center, Fort Knox, intends to issue a Request for Quotations (RFQ) for six-8 foot Matrix frames, two curved fresstanding display stands, eight-4 foot matrix frames and miscellaneous powdercoated hardware for the General George Patton Museum of Leadership located in Fort Knox, Kentucky. This solicitation will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about 08 August 2012 with offers due on 16 August 2012. These dates are subject to change. Paper copies of the RFQ will not be available. All documentation can and must be downloaded from the website above. This solicitation will be set-a-side for small business. A firm-fixed price purchase order will be awarded. All contractors must be registered in the System for Award Management (SAM) to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All offers must be submitted in writing to Ms. Amy Perkins via email at amy.m.perkins9.civ.civ@mail.mil or submitted through the Federal Business Opportunities website. All questions must be submitted in writing to Ms. Amy Perkins via email at amy.m.perkins9.civ@mail.mil.
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/5aa87c96bcfe4d5ac0af0dca91743496
OutreachSystems Article Number: 120809/PROCURE/0680
Matching Key Words: state!ky; 


Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER(EST II) – REQUEST FOR INFORMATION (RFI)

Notice Type: RFI
Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:
a. Disassemble and assemble the simulated weapons and all parts associated
b. Measure all locations of and examine all sensors inside the simulated weapons
c. Examine the recoil kits, trigger, and bolt assembly
d. Check laser locations and see how lasers are mounted
e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.
f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:
a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts
d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts
e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon
f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells
g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine
h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):
a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines
b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines
c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip
d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds
e. U.S. Army M9, 9mm Pistol with magazines
f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil
– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012
– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012
– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012
– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012
– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012
– Appendix E. EST II Typical Collective Scenarios_18 May 2012
– Appendix F. EST II Typical Collective Course of Fire_18 May 2012
– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012
– Appendix H. EST II Typical Collective Criterion_18 May 2012
– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012
– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.
– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructionsfor the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):
TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):
FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):
TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:
The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI
Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012
Original Set aside: N/A
Set Aside: N/A
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat TacticalTrainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.

BACKGROUND:
The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:
1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.
a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.
b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.
c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.
d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).
e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.
f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.
g. Provides pre and post aim point trace for individual weapons.
h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:
Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely
(407)384-5291
Sara.Creely@us.army.mil

MAJ Robert DeGaine
(407) 384-3732
Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology
Center RDECOM
12423 Research Parkway
Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)
TM 9-1005-319-10
M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P
Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P
M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P
M145

TM 11-5855-213-10
Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1
Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P
Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P
Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)
FM 3-22.9
Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27
MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65
Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35
Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0
Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8
Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0
Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)
TC 25-8
Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)
2. System Specification – To be provided at a later date to Offerors.
3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.
4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:
1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.
2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.
1. Gutted (electronics removed) EST fleet of weapons
2. EST Jun-air Compressors (30 liter) for air supply to weapons
3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)
4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:
The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well aspage number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil
Patricia.Hyland@us.army.mil
Robert.DeGaine@us.army.mil
Pete.Walton1@us.army.mil
Sara.Creely@us.army.mil

RFI QUESTIONS:
A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.
1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?
2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?
3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?
4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?
5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.
6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.
1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?
2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)
3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:
Helen Garcia, Contract Specialist, 407-208-3231
Patricia Hyland, Contracting Officer, 407-384-3754
Major DeGaine, Project Director, 407-384-3732
Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables trainingacross three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small armstrainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe
Contract Specialist, SFAE-STRI-KOV
Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.
Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html
P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $
For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $
For NSN:5855012280939 $

OutreachSystems Article Number: 120809/PROCURE/0953
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?; 


Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division B, ACC-APG – Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846

99–Sources Sought Announcement (SSA) for Engineering Services and Support for AN/TPQ-53 Radar. W15P7T12RX112 082112 Joshua Harvey, 443-861-4893 ACC-APG – Aberdeen Division B The United States (U.S.) Army, Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Aberdeen, MD, 21005, intends to procure engineering services to be performed in support of the AN/TPQ-53 Radar Low Rate Initial Production (LRIP). The ACC-APG is conducting market research to identify potential sources to provide the following services in support of production and deployment: program management; reliability improvement and management; maintainability improvement and management; repair activities; command center support; field service representatives (FSRs); training for FSRs; system support package updates; diminishing resources/obsolescence management services; test support; and software support during production, deployment, testing and fielding of the AN/TPQ-53 radar system. The required support will be provided on a cost plus fixed fee basis. The total period of performance (PoP) is 36 months.

This notice is published in accordance with Federal Acquisition Regulation (FAR), Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This SSA serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it.

The AN/TPQ-53 radar is a highly mobile radar set that automatically detects, classifies, tracks, and locates the point of origin of projectiles fired from rocket, artillery and mortar systems with sufficient accuracy for first round fire for effect. It mitigates close combat radar coverage gaps and will ultimately replace the current AN/TPQ-36 and AN/TPQ-37 Firefinder radars; fully supporting brigade combat teams and Fires Brigades operations. The AN/TPQ-53 radar will interoperate with future battle command systems to provide the maneuver commander increased counterfire radar flexibility. The AN/TPQ-53 radar will be capable of being deployed as part of the indirect fire protection capability system of systems to provide a sense and warn capability for fixed and semi-fixed sites. The AN/TPQ-53 radar will provide a system with increased range and accuracy throughout a 90 degree search sector (stare mode) as well as 360 degree coverage (rotating) for locating rocket, artillery and mortar firing positions.

The AN/TPQ-53 radar was designed, developed and is currently being produced by Lockheed Martin (Liverpool, NY). The government anticipates it will procure a technical data package (TDP) during production; however the government does not own a TDP or associated rights at this time.

Specific efforts to be performed are summarized below.
a. Depot Services. The contractor shall repair or replace all inoperable system line replaceable units (LRUs) and shop replaceable unit (SRUs). If an item is determined by the contractor to be beyond economical repair (BER), the contractor shall notify the government. Within seven days of notification, the government shall advise the contractor whether to continue with the repair and replace action, or procure a replacement item. Items will be considered to be BER if the repair cost is anticipated to exceed 65% of a new procurement.
In order to maintain the required operational availability (Ao), the total government transit time for each repair shall not exceed 30 days. The calculation of transit time includes the time to transport the failed item back to the contractor’s facility (failed item transit) and the time to transport the repaired item back to stock (repaired item transit). Failed item transit begins when the item is removed from the radar system for repair and ends when it arrives at the contractor’s site for repair. Repaired item transit begins when the repaired item is placed on the contractor’s dock for government pickup and ends when the item is returned to stock.
Repaired items will be inspected and accepted in accordance with the requirements of their respective drawings. All repaired/replaced items shall be available at the contractor’s dock for government pickup and return shipment to the field location.
The contractor shall establish and maintain a database that identifies modules and assemblies for return to include item nomenclature, individually identifiable reference number, date of receipt, issue identification and proposed resolution.
b. Operational Availability. Operational availability as defined in Army Regulation (AR) 700-138. Fully mission capable (FMC) is a status condition where fully operational equipment or systems are safe and correctly configured as designed by the U.S. Army. Equipment is FMC when it can perform all of its combat missions without endangering the lives of crew or operators. The terms ready, available, and FMC are often used to refer to the same status: Equipment is on hand and able to perform its assigned mission(s). This does not include necessary down time to perform preventative maintenance.
The contractor shall ensure that the fleet of radars deployed to the theater of operation achieves a 90% Ao in FMC material condition over the PoP of each of these activities. The Ao will be calculated using the following equation:
Ao-(U/T)*100: (U-Uptime and T-Total Time)
Ao will be calculated in hours on a monthly basis. One hour per day will be allocated to conduct preventative maintenance checks and services (PMCS), not to conduct corrective maintenance once an item has failed. This PMCS hour is not calculated into total uptime for that day. Maintenance time in support of repair/replacement of failed items due to faults, attributing to the unscheduled downtime of the radar, shall be counted separate from the one hour allocated for PMCS. The use of scheduled PMCS time to correct performance and catastrophic failures causes a backlog in PMCS verification and reduces the time to fix or check normal PMCS defects that do not render the radar system inoperable or degrade its performance. Corrective maintenance time shall be calculated in the total downtime for that day. A system is considered down as soon as it is not FMC. A system in a “down” state is considered either partially mission capable (PMC) or not mission capability (NMC). PMC refers to a radar system that is fully operational in one or more, but not all, combat mission modes, or a radar system with defective subsystems, i.e. elevation, auto leveling, or azimuth drive. PMC radar systems shall not be reported as FMC. A non-deployed system is considered down 48 hours after the failure is reported.
The AN/TPQ-53 is not FMC unless the system is fully functional in all modes (360 degree and 90 degree operation), is capable of automatic emplacement/displacement of the leveling system in order to meet the emplacement and displacement time requirements, and the system is available as per the interactive electronic technical manual (IETM) PMCS table. Operation in only one mode (example: only 90 degree operation) does not equal FMC. The ability to only manually level the system does not equal FMC.
Individual software reboots that exceed 30 minutes, or the cumulative duration of multiple software reboots that exceeds 30 minutes over a 24 hour period are counted as non-FMC time for Ao reporting purposes.
Failure of any of the government furnished equipment (GFE) will not count in the above calculation.
The following downtime events shall not be assessed against the contractor:
1. Lack of communication between the radar FSR and the Forward Repair Area (FRA) FSR or lack of communication with the command center.

2. Downtime due to rejection or delay in approval of a system modification proposal to control system obsolescence.

3. During this period of PoP, these radars may be relocated from their original location. Downtime during the course of this relocation will not be apportioned against the contractor once troubleshooting is complete and the necessary parts, tools, test equipment and personnel are assembled.

4. Battle damage or operator misuse.

5. Downtime due to force majeure, defined as those events beyond reasonable control of the contractor.

6. Government Bill of Lading (GBL) delivery time >30 days round trip for other than continental United States (OCONUS) combat locations.

7. GBL delivery time >30 days round trip for non-combat OCONUS locations.

8. FRA test calibration >2 weeks.

c. Threat Upgrade Assessments. In response to direction provided by the government, the contractor shall conduct studies and analyses to evaluate threat upgrade assessment, with technical progress assessed at technical interchange meetings (TIMs). Assessments to be conducted include, but are not necessarily limited to the following.

1. System Threat Assessment Report (STAR)
(a) Target Detection
(b) Signature Development

2. Develop System Modification Concept
(a) Research and Development
(b) Modeling and Simulation

3. Prototype and Demonstration
(a) Test and Evaluation
(b) Risk Management

4. Software Updates

5. Verification and Validation:
(a) Radar Test Environmental Simulator (RTES)
(b) Live Fire Testing

6. Frequency Authorization

7. Forensic Support

8. Life Cycle Signature Support Plan (LCSSP)

d. Software Maintenance and Updates. The contractor shall use software change requests and software problem reports (SPRs) to resolve issues identified in the field or enhancements identified by the users or other key stakeholders. The contractor shall lead an Integrated Product Team (IPT) that includes government participants. The contractor shall work on existing SPRs and new SPRs as identified by the IPT. The contractor shall deliver up to two fielded software loads during the PoP. These updates will include associated regression, interoperability, information assurance updates and formal testing of the upgraded software for radar application.
At government direction, the contractor shall evaluate and implement software upgrades. The contractor shall provide a plan which shall address the following.

1. A technical evaluation of any change or upgrade to the computer equipment, router or network equipment to ensure that there will be no loss in system functionalities and no impact to system performance.

2. A technical evaluation of any anti-temper solution to ensure the anti-temper measures has not been affected by any system upgrade.

3. An assessment of the cost and schedule required to implement the software, interoperability, communication, and information assurance upgrades

4. The contractor shall comply with software blocking/common operating environment interoperability and communication requirements.

5. The contractor shall comply with Department of Defense (DOD) Information Assurance Certification and Accreditation Process (DIACAP) and update software as required per quarterly release of the Information Assurance Vulnerability Management (IAVM).

6. The contractor shall conduct quarterly TIMs with the government to assess progress.

7. The contractor shall develop, integrate and test software to satisfy the requirement for Common Front End (CFE), and related upgrades.

e. System Modifications, Upgrades Technology Insertion and Pre-Planned Product Improvements (P3I). At government direction, the contractor will evaluate and or implement system modifications and upgrades to improve performance, reliability, operational effectiveness, survivability and/or suitability without increasing the performance envelope of the system. The contractor shall also increase the performance envelope of the system through development and implementation of P3I initiatives as directed by the government.

The contractor shall identify and document proposed system modifications, upgrades and opportunities for technology insertion. The narrative provided will include a discussion of the proposed changes, associated technologies, and technical approach to implementation, risk, schedule and cost considerations. Once approved, the schedule will be integrated to the master program schedule.

After receipt of order (ARO), the nominal schedule to completion and delivery (excluding installation) of the mod kit is nominally, six months each. Installation will take no longer than one week, after the system is made available to the contractor.

The contractor shall conduct quarterly TIMs with the government to assess progress.

The government anticipates that P3I improvements will be implemented during LRIP. Implementation of the P3I is both funding and schedule dependant. At the government’s direction, the contractor shall assess potential P3I initiatives for cost, schedule and risk implications. This assessment will be provided to the government. Once approved, the effort will be formally integrated to the contract, and the integrated master schedule will be expanded to include the P3I initiative.

f. Technology Development Strategy (TDS) Upgrades. The contractor shall develop and maintain a technology roadmap that identifies research and development investments, and plans for potential upgrades to the system. ARO, the nominal schedule to completion and delivery of the technology roadmap is two months. The contractor shall conduct quarterly TIMs with the government to assess progress.

g. Engineering Studies, Feasibility and Impact Analyses. At the direction of the government, the contractor shall conduct engineering studies and feasibility and impact analyses. The purpose of these analyses is to assess the impact of any change in technical, programmatic or schedule re-alignments.

h. Test Support. The contractor shall verify any modification made to the system. The contractor’s technical approach, as well as cost, schedule and resource requirements will be documented and presented and approved by the Test IPT prior to execution of the test event.

The contractor shall prepare and provide or review test plans and test procedures, and generate test reports as directed by the government. Test plans will include a summary of cost, schedule and resources required to support test execution.

The contractor shall support government test efforts by providing on-site personnel to maintain, repair, and operate AN/TPQ-53 systems utilized in the test event. Planned test events with support requirements include quarterly capabilities and limitations (C&L) testing and Army Interoperability Certification (AIC) testing. Test support requirements shall be tailored to the test being conducted. The contractor shall support the AIC test by providing on-site maintenance, training, logistics, and technical support for the period of the test.
i. Conduct of Operations and Maintenance Training. The contractor shall execute new equipment training (NET) for the AN/TPQ-53 Radar Operator Course and the AN/TPQ-53 Radar Maintainer Course. The structure, content, and standards of this course will be identical to the courses developed by Lockheed Martin and shall include manual leveling and manual orientation tasks. NET will occur at an Army installation, prior to a unit’s deployment. Upon completion of each course session the contractor shall provide and after action report which will include the course roster, student evaluations of the instructions and report of any issues or concerns.

j. Command Center and Field Support

1. Command Center. The contractor shall establish and maintain a Command Center that operates 24 hours a day, 7 days a week. The Command Center will provide the following services: help desk/call center, repair program coordination, inventory control, data analysis, report generation, and change management control.
The contractor shall supply any required engineering support to resolve problems arising in the field beyond the scope of the FSRs. The contractor will be responsible for providing the space, infrastructure, and all equipment necessary to operate the Command Center.
2. Forward Repair Activity Test Sets (FRATS). FRATS shall be employed to perform repairs of specific LRUs at the designated government Forward Repair Areas (FRA). The FRATS will support the repair to the sub-assembly level or SRU level for the signal data processor assembly, exciter/receiver assembly and octapack. A FRATS Users Manual will be supplied in contractor format. Sanitization procedures and Information Assurance (IA) requirements will not be required for this equipment. The Army shall provide calibration capability for the FRATS equipment and all required facilities and workspace for the FRATS equipment located at the FRAs.
3. Field Service Representatives. The FSRs will support sustainment activities at the locations where AN/TPQ-53 radars are employed by combat units. The FSRs will be responsible for maintenance of the radar system to ensure the required 95% Ao is met; conduct all supply chain operations in support of radar maintenance; collection and supply of all required data to support government reporting requirements, and reporting of any issues or concerns to the Command Center.

FSRs are specialized and require a comprehensive 6-month training and certification program. When possible, FSRs are used on a regional support basis, however, when operating in remote locations, a 1 each FSR to 1 each AN/TPQ-50 radar ratio is instituted. The planning assumption is an Army requirement for 12 each AN/TPQ-53 radars to be operational at any given time.

The contractor shall provide one Journeyman FSRs per deployed radar with an additional in-country FSR for leaves, sickness, and attrition for a total of 13 Journeyman FSRs. Each FRA deployed in an active theater of operations will have one lead FSR assigned. The AN/TPQ-53 Command Center will have adequate FSRs assigned to support 24/7 operations. The contractor will provide five Journeyman FSRs to support 20 radars at peacetime locations. The contractor shall provide the FSR program management, training, certification, and support.

These Journeyman FSRs shall support sustainment activities at the locations where AN/TPQ-53 systems are employed, or as requested by the government. The FSRs will be responsible for:

(a) Maintenance of the radar to ensure the required Ao.

(b) All supply chain operations in support of radar maintenance.

(c) Collection and supply of data to support government reporting requirements.

(d) Loading software and firmware updates.

(e) Operating non-deployed systems.

(f) Performing data collection and reduction (with Detection Load Analysis Tool (DLAT) Remote Control Display Unit (RCDU) utility tool when available).

(g) Reporting of issues or concerns.
(h) Providing over-the-shoulder sustainment training of previously trained operators.

Lead FSRs will be located in the FRA, or the Command Center. Lead FSRs will support sustainment activities at in-country FRA locations and in the Command Center. The lead FSRs are responsible for:

(a) Supervision of all field FSRs.

(b) Troubleshooting and repair of failed octapacks, SDPs, and exciter/receiver units.

(c) Inventory control of all required spares in each FRA.

(d) Response to emergency requirements as needed.

(e) Assisting field FSRs as required.

(f) Maintaining FRA workspace and associated/assigned equipment.

Deployed FSRs will be transported to, from, and between Forward Operating Base (FOBs) and FRAs utilizing existing military infrastructure. FSR transportation within FOBs and FRAs will be the responsibility of the contractor.

The contractor shall provide transportation for FSRs supporting the non-deployed radar systems. In cases where civilian vehicles are not permitted (during unit training events, etc.) the contractor will rely upon transportation by the owning unit or Army logistics agencies.

The government will be responsible for all FSR workspaces in the theater of operation, services for deployment and redeployment processing, movement in and out of theatre, emergency medical care, postal service, phone service, religious service and internet access at the work site. When the FSR is not embedded with a deployed unit the government will be responsible for living arrangements and movement between FOBs, FRAs and the planned worksite location. The government will provide a Letter of Authorization (LOA) for each FSR authorizing these services. The government will assist the contractor with obtaining the appropriate work visa for if needed.

In the event of the outbreak of hostilities, war, armed conflict, insurrection, civil or military strife in a geographic area or country which is being serviced in accordance with this contract or in the event of any imminent danger of enemy attack, the contractor shall be relieved of the requirement for continuing services in that area during the period of hostilities. The contractor shall be entitled to an equitable adjustment for costs and expenses associated with any emergency evacuation of such personnel to a place of safety and any costs incurred to replace such personnel.

4. FSR Training. The contractor shall provide standardized training for FSRs. Newly hired FSRs will complete a training regimen upon hire. Training course will focus on two major areas; radar operation and radar maintenance. The program of instruction is at the discretion of the contractor. The contractor shall provide on-going training as additional training topics are identified by the contractor. The status of FSR certification and/or completed training will be made available to the government semi-annually, or upon request.
k. Maintenance Reporting. The contractor shall collect and report radar maintenance data. This data will be provided in a weekly status report to the Communication Electronics Command (CECOM) master technician in theater, and compiled and submitted monthly to Product Manager (PM) Radars. This report shall contain the operational readiness rate calculated for the fleet, operational readiness rate calculated for the fleet of deployed systems, operational readiness rate calculated for each system, mean time between failure (MTBF) for each failed item, and a description of each failure item. Reports are not to be shared outside of U.S. government channels. All reports shall be transmitted in accordance with the current Security Classification Guide.
All maintenance faults or issues, both hardware and software, shall be reported by the Command Center to PM Radars within 24 hours of discovery.
Daily maintenance logs shall be maintained by the FSR, and provided to the Command Center and PM Radars on a weekly basis. These maintenance logs shall indicate the PMCS and fault repair maintenance tasks performed, to include the time required to perform the maintenance or repair tasks and the IETM reference for each. The maintenance logs will help the material developer refine procedures, validate the required resources, and validate the durations of time assigned to maintenance functions as part of the maintenance allocation chart (MAC).
The contractor shall copy PM Radars on all Secure Internet Protocol Router (SIPR) traffic pertaining to the status, support, or activities associated with fielded AN/TPQ-53 radars. The contractor shall also copy PM Radars on all un-edited or un-filtered FSR written reports pertaining to the status, support, or activities associated with AN/TPQ-53 radar provided to the Command Center.
l. System Support Package Updates. The contractor shall provide quarterly updates to the IETM and the operator smart book distributed to NET course students. These updates will include changes encompassing the non-armored prime mover and armored prime mover configurations, as well as the current changes to the latest delivered system configuration hardware and software baselines. These IETM and smart book updates will be provided to the government quarterly.
m. System Refurbishment/Re-fit. Re-fit includes returning the system to 10/20 standards; deep-cleaning; and paint touch-up. For planning purposes refurbishment/re-fit costs are estimated at $100K per system, multiplied by 18 systems per year.

n. Reliability and Maintainability. The contractor shall update the Reliability and Maintainability (R&M) Program Plan as necessary. A formal Failure Reporting, Analysis and Corrective Action System (FRACAS) program will be conducted. The contractor shall include a designated government representative in all FRACAS and Failure Modes, Effect, and Criticality Analysis (FMECA) program activities. The goal of the FRACAS program is to identify failure trends, initiate corrective actions and update the fielded MTBF and/or mean time between system aborts (MTBSA) values used in the spares procurement calculations. The R&M Program Plan shall reflect system design changes that may occur as a result of the migration of the Mission Essential Group (MEG) & Sustainment Operations Group (SOG) to the 5-ton medium tactical vehicle (MTV) variant that utilizes the Army’s Long Term Armor Strategy (LTAS) configuration. The R&M Program Plan shall be made available to the government.

Responses to this Sources Sought Announcement. Responses will consist of an unclassified white paper that is no more than 20 pages in length. In the white paper, the contractor shall address the technicalapproach, estimated cost, and schedule constraints associated with each of the aforementioned tasks. The contractor shall clearly identify assumptions on which the response is predicated. As a minimum, identify any required GFE or government furnished information (GFI) on which the effort is predicated; and all required government support anticipated. Also identify and discuss plans and risks associated with reuse, or dependency on any other awarded contract.
Company information will be verified via the Central Contractor Registration database. Responses to this RFI must be unclassified and should not exceed 10 pages in length, be prepared on 8.5 x 11 inch paper, double spaced with fonts no smaller than 10 point, and one inch margins. Each page of the submission shall contain the document identifier in the document header. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint . If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. Respondents should ensure labeling of information contained as proprietary.
All interested firms are encouraged to respond to this notice by providing the information specified herein, on or before 1700 hours on Tuesday, 21 August, 2012. Telephone or email requests for additional information will not be honored. Any UNCLASSIFIED questions regarding this RFI may be posted to Federal Business Opportunities (FEDBIZOPS). Any additional questions may be forwarded to Ryan McWilliams (Contract Specialist) e-mail: ryan.mcwilliams.civ@mail.mil; Lauren McGibbon (AN/TPQ-53 Radar, Project Lead) e-mail: lauren.r.mcgibbon.civ@mail.mil.

Contracting Office Address:
U.S. Army Contracting Command
ACC-APG
CCAP-CCC
Attn: Mr. Lawrence Holton, Contracting Officer
Bldg 6001, Combat Drive
Aberdeen Proving Ground, MD 21005

Place of Performance:
TBD

Place of Performance: ACC-APG – Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD 21005-1846 US URL:https://www.fbo.gov/notices/bced8ac608f2ef5c387b4c8f9b6ca48b
OutreachSystems Article Number: 120809/PROCURE/0971
Matching Key Words: writ*; copy; technical; operating; procedure?; 

Department of Veterans Affairs, Brecksville (Cleveland) VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Network Contracting Activity (NCA) 10;6150 Oak Tree Blvd., 3rd Floor;Independence OH 44131

R–Laboratory Testing VA25012Q0677 082412 Roman Savino Contract Specialist Irradiation of Blood Products & Esoteric Testing DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested as a Request for Quote (RFQ) and the intent is to award a firm fixed price for services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 622110.
REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 6150 Oak Tree Blvd, Independence, OH 44131 is seeking Quotes that provide pricing for equipment as described in the requirements below: Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. Pathology/Lab Medicine is a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106. There shall be no site visit for this procurement.
PRICING LINE ITEMS: 1) Fund Services for Irradiation of Blood Products, Esoteric Laboratory Testing and Pathology Consultation and Services.
2) The Period of Performance is from 10/1/2012 through 9/30/2013

PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. 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. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. The provision at VAAR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a “brand name or equal” description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering “equal” products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ.
WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct.
ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971.
Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/.
All questions must be submitted to Roman Savino, Contract Specialist by e-mail only by August 17th, 2012. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Friday August 24th, 2012
Technical questions and Quotes must be sent by email to roman.savino@va.gov.
Louis Stokes Cleveland VAMC
Irradiation of Blood products, Consultation, and Limited Esoteric Testing Contract Statement of Work
September 2012
Scope: Contractor must be CLIA registered and be accredited by a recognized accrediting agency (CAP, TJC, AABB, etc.) and will provide the Pathology & Laboratory medicine Service a copy of these credentials. Contractor shall provide blood product irradiation, anatomic pathology consultation services, and limited STAT esoteric testing (testing not performed at the Cleveland VA Medical Center and not specifically covered by any other contract/agreement in place). The contractor will provide the services within the required timeframe and report results back to the Pathology & Laboratory Medicine Service in a timeframe that is acceptable to the test. Records of quality control, competency, proficiency testing, and other quality measures must be retained by the vendor and available to the Cleveland VAMC upon request.
Description/Specifications/Statement of Work:
Technical
 Features
Instrumentation used by vendor shall perform all analyses for the required tests with precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI, formerly NCCLS).
A. Blood Product Irradiation:
1. For STAT requests, the vendor must be able to provide blood product irradiation and return the product to the Cleveland VA Medical Center, Wade Park Division within one (1) hour from the time of the request.
2. For ROUTINE requests, the vendor must be able to provide blood product irradiation and return the blood product within three (3) hours from the time of the request.
3. Irradiation must be performed in compliance with all applicable standards.
4. Upon completion of the irradiated procedure, the vendor shall update all product information to reflect the irradiation procedure. Labeling will be codabar and ISBT compatible.
B. Anatomic Pathology Consultation:
1. The vendor must be able to perform consultation on specimens for anatomic pathology, including routine surgical specimens and cytology.
2. All practitioners must be a M.D. board-certified in anatomic pathology and hold a current license to practice. The vendor must have practitioners certified in the following subspecialties: dermatopathology, hematopathology, neuropathology, Flow Cytometry interpretation, and cytology.
3. The vendor will provide an electronic report through a secured e-mail account.
C. Limited Esoteric Testing
1. The vendor must be able to provide testing for the following. The test and required timeframe for resulting is included. Volume is very low as this vendor will only be used for limited referrals, mostly sue to time issues.

Test Name Turn-around-Time (from time of request)
Anti-platelet factor 4 4 hours
Calcium, spot urine 4 hours
CD4, CD8 2 days
CMV DNA by PCR 2 days
APTT corrected 6 hours
Faxtor XI 6 hours
Factor VIII 6 hours
Factor IX 6 hours
Flow cytolometry on bone marrows 2 days
FK506 4 hours
HPV DNA by PCR 2 days
Magnesium, Spot Urine 4 hours
Mixing Studies (APTT, PT) 4 hours
Phosphorous, spot urine 4 hours
Platelet antibodies 2 days
Potassium, spot urine 4 hours
Serotonin Release Assay 2 days
Sirolimus 4 hours
Thrombin Time 4 hours

2. The vendor will provide a report of results by fax or electronically via a secured e-mail account.
System Service/Support
A. Service representative(s) shall provide coverage 24 hours per day, 365 days per year.
B. Contractors shall promptly notify Cleveland VAMC by telephone if significant delays in testing will occur.
C. Contractor will notify Cleveland VAMC, in as timely a manner as is feasible, when information subsequently becomes available to indicate that a test run demonstrated inaccuracies or discrepancies that could have influenced patient results.
Ordering/Delivery
The vendor will provide all necessary requisitions for anatomic pathology consultations and esoteric laboratory testing.
Arrangements/requests for irradiation of blood products will be scheduled by phone 24/7/365. At times, blood products will be transported from the American Red Cross to the site for irradiation. Transportation will be arranged and funded by the Cleveland VAMC.
The Cleveland VA Medical Center will arrange for shipment of specimens and slide for consultation (to and from the vendor’s site) if the vendor is in a 10 mile radius. Otherwise, the vendor must provide transportation services to the referral laboratory and a return trip for slides and blocks. The pick-up service must be able to triage STAT requests to meet the turn-around-time requirements.
Contractor must furnish a designated point of contract for placing orders and billing issues.
Invoice/Payment
The requirements of a proper invoice are as specified in the Federal Supply Schedule contract. For Cleveland, invoices shall be submitted to:

Louis Stokes Cleveland VA Medical Center
Pathology & Laboratory Medicine Service 113(W)
10701 East Blvd.
Cleveland, Ohio 44106
Attn: Laboratory Manager
Invoices will be submitted by Contractor on a timely basis the VA Medical Center’s “bill to” address. Invoices shall be submitted after services have been performed and the COTR verifies the information submitted by the Contractor. The invoices shall be submitted to the Cleveland VA monthly for a period of one month (starting on the first of each month and ending on the last day of the month).
Place of Performance: Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH 44106 USA URL: https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25012Q0677/listing.html
OutreachSystems Article Number: 120808/PROCURE/0106
Matching Key Words: writ*; copy; technical; standard; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Polk, MICC – Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000

U--Technical Surveillance Training W9124E12B0004 091012 Kyle Heid, 337-531-7821 MICC – Fort Polk THIS PRE-SOLICITATION (W9124E-12-B-0004) HAS REPLACED PRE-SOLICITATION W9124E12T0036. <br> <br>The Mission & Installation Contracting Command, (MICC) at Fort Polk, Louisiana will issue a Request for Quotation (RFQ) with intent to award a firm-fixed price 100% Small Business set-aside contract fortechnical surveillance training. The contractor shall provide five (5) days of surveillance training, for 12 students, seven (7) times during the base period of performance of 24 September 2012 to 23 September 2013, for a total of 35 days for the Special Operations Training Division (SOTD). Training will be conducted simultaneously at two different locations, Shreveport, LA., New Orleans, LA., Fort Polk, LA or Alexandria, LA. At the conclusion of each training class, students/trainees must be able to exhibit tactical and technical proficiency through written exams and practical exercises. Each student must be able to maintain a minimum of an 80% academic score for each of the focus areas (i.e. Technical Surveillance, surreptitious entry etc) for both written exams and practical exercises. The applicable NAICS code is 611430. Solicitation will be issued on or about 9 August 2012 with an offer due date on/about 7 September 2012. <br> <br>The solicitation and any amendments will be posted and available for review and download at the Army Single Faced Industry (ASFI) website as well as FedBizOpps as no paper copies will be issued. Faxes are not authorized. Interested parties should review their Commercial and Government Entity Code (CAGE code), be registered in the Central Contractors Registration (CCR) and Online Certification and Representation Application (ORCA). This notice does not obligate the Government to award a contract. FAR Part 12 and 13 procedures will be used for this procurement. POC for this action is Kyle L. Heid, kyle.heid@us.army.mil, phone 337-531-7821.
Set-Aside: Total Small Business Place of Performance: MICC – Fort Polk Directorate of Contracting, PO Drawer 3918 Fort Polk LA 71459-5000 US URL:https://www.fbo.gov/notices/873de423c93e02f175f175cd2ba182b3
OutreachSystems Article Number: 120808/PROCURE/0129
Matching Key Words: writ*; technical; 


Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division B, ACC-APG – Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846

99–Sources Sought Announcement (SSA) for Engineering Services and Support for AN/TPQ-53 Radar. W15P7T-12-R-X112 082112 Joshua Harvey, 443-861-4893 ACC-APG – Aberdeen Division B The United States (U.S.) Army, Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Aberdeen, MD, 21005, intends to procure engineering services to be performed in support of the AN/TPQ-53 Radar Low Rate Initial Production (LRIP). The ACC-APG is conducting market research to identify potential sources to provide the following services in support of production and deployment: program management; reliability improvement and management; maintainability improvement and management; repair activities; command center support; field service representatives (FSRs); training for FSRs; system support package updates; diminishing resources/obsolescence management services; test support; and software support during production, deployment, testing and fielding of the AN/TPQ-53 radar system. The required support will be provided on a cost plus fixed fee basis. The total period of performance (PoP) is 36 months. <br> <br>This notice is published in accordance with Federal Acquisition Regulation (FAR), Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This SSA serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it. <br> <br>The AN/TPQ-53 radar is a highly mobile radar set that automatically detects, classifies, tracks, and locates the point of origin of projectiles fired from rocket, artillery and mortar systems with sufficient accuracy for first round fire for effect. It mitigates close combat radar coverage gaps and will ultimately replace the current AN/TPQ-36 and AN/TPQ-37 Firefinder radars; fully supporting brigade combat teams and Fires Brigades operations. The AN/TPQ-53 radar will interoperate with future battle command systems to provide the maneuver commander increased counterfire radar flexibility. The AN/TPQ-53 radar will be capable of being deployed as part of the indirect fire protection capability system of systems to provide a sense and warn capability for fixed and semi-fixed sites. The AN/TPQ-53 radar will provide a system with increased range and accuracy throughout a 90 degree search sector (stare mode) as well as 360 degree coverage (rotating) for locating rocket, artillery and mortar firing positions. <br> <br>The AN/TPQ-53 radar was designed, developed and is currently being produced by Lockheed Martin (Liverpool, NY). The government anticipates it will procure a technical data package (TDP) during production; however the government does not own a TDP or associated rights at this time. <br> <br>Specific efforts to be performed are summarized below. <br>a. Depot Services. The contractor shall repair or replace all inoperable system line replaceable units (LRUs) and shop replaceable unit (SRUs). If an item is determined by the contractor to be beyond economical repair (BER), the contractor shall notify the government. Within seven days of notification, the government shall advise the contractor whether to continue with the repair and replace action, or procure a replacement item. Items will be considered to be BER if the repair cost is anticipated to exceed 65% of a new procurement. <br>In order to maintain the required operational availability (Ao), the total government transit time for each repair shall not exceed 30 days. The calculation of transit time includes the time to transport the failed item back to the contractor’s facility (failed item transit) and the time to transport the repaired item back to stock (repaired item transit). Failed item transit begins when the item is removed from the radar system for repair and ends when it arrives at the contractor’s site for repair. Repaired item transit begins when the repaired item is placed on the contractor’s dock for government pickup and ends when the item is returned to stock. <br>Repaired items will be inspected and accepted in accordance with the requirements of their respective drawings. All repaired/replaced items shall be available at the contractor’s dock for government pickup and return shipment to the field location. <br>The contractor shall establish and maintain a database that identifies modules and assemblies for return to include item nomenclature, individually identifiable reference number, date of receipt, issue identification and proposed resolution. <br>b. Operational Availability. Operational availability as defined in Army Regulation (AR) 700-138. Fully mission capable (FMC) is a status condition where fully operational equipment or systems are safe and correctly configured as designed by the U.S. Army. Equipment is FMC when it can perform all of its combat missions without endangering the lives of crew or operators. The terms ready, available, and FMC are often used to refer to the same status: Equipment is on hand and able to perform its assigned mission(s). This does not include necessary down time to perform preventative maintenance. <br>The contractor shall ensure that the fleet of radars deployed to the theater of operation achieves a 90% Ao in FMC material condition over the PoP of each of these activities. The Ao will be calculated using the following equation: <br>Ao-(U/T)*100: (U-Uptime and T-Total Time) <br>Ao will be calculated in hours on a monthly basis. One hour per day will be allocated to conduct preventative maintenance checks and services (PMCS), not to conduct corrective maintenance once an item has failed. This PMCS hour is not calculated into total uptime for that day. Maintenance time in support of repair/replacement of failed items due to faults, attributing to the unscheduled downtime of the radar, shall be counted separate from the one hour allocated for PMCS. The use of scheduled PMCS time to correct performance and catastrophic failures causes a backlog in PMCS verification and reduces the time to fix or check normal PMCS defects that do not render the radar system inoperable or degrade its performance. Corrective maintenance time shall be calculated in the total downtime for that day. A system is considered down as soon as it is not FMC. A system in a “down” state is considered either partially mission capable (PMC) or not mission capability (NMC). PMC refers to a radar system that is fully operational in one or more, but not all, combat mission modes, or a radar system with defective subsystems, i.e. elevation, auto leveling, or azimuth drive. PMC radar systems shall not be reported as FMC. A non-deployed system is considered down 48 hours after the failure is reported. <br>The AN/TPQ-53 is not FMC unless the system is fully functional in all modes (360 degree and 90 degree operation), is capable of automatic emplacement/displacement of the leveling system in order to meet the emplacement and displacement time requirements, and the system is available as per the interactive electronic technical manual (IETM) PMCS table. Operation in only one mode (example: only 90 degree operation) does not equal FMC. The ability to only manually level the system does not equal FMC. <br>Individual software reboots that exceed 30 minutes, or the cumulative duration of multiple software reboots that exceeds 30 minutes over a 24 hour period are counted as non-FMC time for Ao reporting purposes. <br>Failure of any of the government furnished equipment (GFE) will not count in the above calculation. <br>The following downtime events shall not be assessed against the contractor: <br>1. Lack of communication between the radar FSR and the Forward Repair Area (FRA) FSR or lack of communication with the command center. <br> <br>2. Downtime due to rejection or delay in approval of a system modification proposal to control system obsolescence. <br> <br>3. During this period of PoP, these radars may be relocated from their original location. Downtime during the course of this relocation will not be apportioned against the contractor once troubleshooting is complete and the necessary parts, tools, test equipment and personnel are assembled. <br> <br>4. Battle damage or operator misuse. <br> <br>5. Downtime due to force majeure, defined as those events beyond reasonable control of the contractor. <br> <br>6. Government Bill of Lading (GBL) delivery time >30 days round trip for other than continental United States (OCONUS) combat locations. <br> <br>7. GBL delivery time >30 days round trip for non-combat OCONUS locations. <br> <br>8. FRA test calibration >2 weeks. <br> <br>c. Threat Upgrade Assessments. In response to direction provided by the government, the contractor shall conduct studies and analyses to evaluate threat upgrade assessment, with technical progress assessed at technicalinterchange meetings (TIMs). Assessments to be conducted include, but are not necessarily limited to the following. <br> <br>1. System Threat Assessment Report (STAR) <br>(a) Target Detection <br>(b) Signature Development <br> <br>2. Develop System Modification Concept <br>(a) Research and Development <br>(b) Modeling and Simulation <br> <br>3. Prototype and Demonstration <br>(a) Test and Evaluation <br>(b) Risk Management <br> <br>4. Software Updates <br> <br>5. Verification and Validation: <br>(a) Radar Test Environmental Simulator (RTES) <br>(b) Live Fire Testing <br> <br>6. Frequency Authorization <br> <br>7. Forensic Support <br> <br>8. Life Cycle Signature Support Plan (LCSSP) <br> <br>d. Software Maintenance and Updates. The contractor shall use software change requests and software problem reports (SPRs) to resolve issues identified in the field or enhancements identified by the users or other key stakeholders. The contractor shall lead an Integrated Product Team (IPT) that includes government participants. The contractor shall work on existing SPRs and new SPRs as identified by the IPT. The contractor shall deliver up to two fielded software loads during the PoP. These updates will include associated regression, interoperability, information assurance updates and formal testing of the upgraded software for radar application. <br>At government direction, the contractor shall evaluate and implement software upgrades. The contractor shall provide a plan which shall address the following. <br> <br>1. A technical evaluation of any change or upgrade to the computer equipment, router or network equipment to ensure that there will be no loss in system functionalities and no impact to system performance. <br> <br>2. A technical evaluation of any anti-temper solution to ensure the anti-temper measures has not been affected by any system upgrade. <br> <br>3. An assessment of the cost and schedule required to implement the software, interoperability, communication, and information assurance upgrades <br> <br>4. The contractor shall comply with software blocking/common operating environment interoperability and communication requirements. <br> <br>5. The contractor shall comply with Department of Defense (DOD) Information Assurance Certification and Accreditation Process (DIACAP) and update software as required per quarterly release of the Information Assurance Vulnerability Management (IAVM). <br> <br>6. The contractor shall conduct quarterly TIMs with the government to assess progress. <br> <br>7. The contractor shall develop, integrate and test software to satisfy the requirement for Common Front End (CFE), and related upgrades. <br> <br>e. System Modifications, Upgrades Technology Insertion and Pre-Planned Product Improvements (P3I). At government direction, the contractor will evaluate and or implement system modifications and upgrades to improve performance, reliability, operational effectiveness, survivability and/or suitability without increasing the performance envelope of the system. The contractor shall also increase the performance envelope of the system through development and implementation of P3I initiatives as directed by the government. <br> <br>The contractor shall identify and document proposed system modifications, upgrades and opportunities for technology insertion. The narrative provided will include a discussion of the proposed changes, associated technologies, and technical approach to implementation, risk, schedule and cost considerations. Once approved, the schedule will be integrated to the master program schedule. <br> <br>After receipt of order (ARO), the nominal schedule to completion and delivery (excluding installation) of the mod kit is nominally, six months each. Installation will take no longer than one week, after the system is made available to the contractor. <br> <br>The contractor shall conduct quarterly TIMs with the government to assess progress. <br> <br>The government anticipates that P3I improvements will be implemented during LRIP. Implementation of the P3I is both funding and schedule dependant. At the government’s direction, the contractor shall assess potential P3I initiatives for cost, schedule and risk implications. This assessment will be provided to the government. Once approved, the effort will be formally integrated to the contract, and the integrated master schedule will be expanded to include the P3I initiative. <br> <br>f. Technology Development Strategy (TDS) Upgrades. The contractor shall develop and maintain a technology roadmap that identifies research and development investments, and plans for potential upgrades to the system. ARO, the nominal schedule to completion and delivery of the technology roadmap is two months. The contractor shall conduct quarterly TIMs with the government to assess progress. <br> <br>g. Engineering Studies, Feasibility and Impact Analyses. At the direction of the government, the contractor shall conduct engineering studies and feasibility and impact analyses. The purpose of these analyses is to assess the impact of any change in technical, programmatic or schedule re-alignments. <br> <br>h. Test Support. The contractor shall verify any modification made to the system. The contractor’s technical approach, as well as cost, schedule and resource requirements will be documented and presented and approved by the Test IPT prior to execution of the test event. <br> <br>The contractor shall prepare and provide or review test plans and test procedures, and generate test reports as directed by the government. Test plans will include a summary of cost, schedule and resources required to support test execution. <br> <br>The contractor shall support government test efforts by providing on-site personnel to maintain, repair, and operate AN/TPQ-53 systems utilized in the test event. Planned test events with support requirements include quarterly capabilities and limitations (C&L) testing and Army Interoperability Certification (AIC) testing. Test support requirements shall be tailored to the test being conducted. The contractor shall support the AIC test by providing on-site maintenance, training, logistics, and technical support for the period of the test. <br>i. Conduct of Operations and Maintenance Training. The contractor shall execute new equipment training (NET) for the AN/TPQ-53 Radar Operator Course and the AN/TPQ-53 Radar Maintainer Course. The structure, content, and standards of this course will be identical to the courses developed by Lockheed Martin and shall include manual leveling and manual orientation tasks. NET will occur at an Army installation, prior to a unit’s deployment. Upon completion of each course session the contractor shall provide and after action report which will include the course roster, student evaluations of the instructions and report of any issues or concerns. <br> <br>j. Command Center and Field Support <br> <br>1. Command Center. The contractor shall establish and maintain a Command Center that operates 24 hours a day, 7 days a week. The Command Center will provide the following services: help desk/call center, repair program coordination, inventory control, data analysis, report generation, and change management control. <br>The contractor shall supply any required engineering support to resolve problems arising in the field beyond the scope of the FSRs. The contractor will be responsible for providing the space, infrastructure, and all equipment necessary to operate the Command Center. <br>2. Forward Repair Activity Test Sets (FRATS). FRATS shall be employed to perform repairs of specific LRUs at the designated government Forward Repair Areas (FRA). The FRATS will support the repair to the sub-assembly level or SRU level for the signal data processor assembly, exciter/receiver assembly and octapack. A FRATS Users Manual will be supplied in contractor format. Sanitization procedures and Information Assurance (IA) requirements will not be required for this equipment. The Army shall provide calibration capability for the FRATS equipment and all required facilities and workspace for the FRATS equipment located at the FRAs. <br>3. Field Service Representatives. The FSRs will support sustainment activities at the locations where AN/TPQ-53 radars are employed by combat units. The FSRs will be responsible for maintenance of the radar system to ensure the required 95% Ao is met; conduct all supply chain operations in support of radar maintenance; collection and supply of all required data to support government reporting requirements, and reporting of any issues or concerns to the Command Center. <br> <br>FSRs are specialized and require a comprehensive 6-month training and certification program. When possible, FSRs are used on a regional support basis, however, when operating in remote locations, a 1 each FSR to 1 each AN/TPQ-50 radar ratio is instituted. The planning assumption is an Army requirement for 12 each AN/TPQ-53 radars to be operational at any given time. <br> <br>The contractor shall provide one Journeyman FSRs per deployed radar with an additional in-country FSR for leaves, sickness, and attrition for a total of 13 Journeyman FSRs. Each FRA deployed in an active theater of operations will have one lead FSR assigned. The AN/TPQ-53 Command Center will have adequate FSRs assigned to support 24/7 operations. The contractor will provide five Journeyman FSRs to support 20 radars at peacetime locations. The contractor shall provide the FSR program management, training, certification, and support. <br> <br>These Journeyman FSRs shall support sustainment activities at the locations where AN/TPQ-53 systems are employed, or as requested by the government. The FSRs will be responsible for: <br> <br>(a) Maintenance of the radar to ensure the required Ao. <br> <br>(b) All supply chain operations in support of radar maintenance. <br> <br>(c) Collection and supply of data to support government reporting requirements. <br> <br>(d) Loading software and firmware updates. <br> <br>(e) Operatingnon-deployed systems. <br> <br>(f) Performing data collection and reduction (with Detection Load Analysis Tool (DLAT) Remote Control Display Unit (RCDU) utility tool when available). <br> <br>(g) Reporting of issues or concerns. <br>(h) Providing over-the-shoulder sustainment training of previously trained operators. <br> <br>Lead FSRs will be located in the FRA, or the Command Center. Lead FSRs will support sustainment activities at in-country FRA locations and in the Command Center. The lead FSRs are responsible for: <br> <br>(a) Supervision of all field FSRs. <br> <br>(b) Troubleshooting and repair of failed octapacks, SDPs, and exciter/receiver units. <br> <br>(c) Inventory control of all required spares in each FRA. <br> <br>(d) Response to emergency requirements as needed. <br> <br>(e) Assisting field FSRs as required. <br> <br>(f) Maintaining FRA workspace and associated/assigned equipment. <br> <br>Deployed FSRs will be transported to, from, and between Forward Operating Base (FOBs) and FRAs utilizing existing military infrastructure. FSR transportation within FOBs and FRAs will be the responsibility of the contractor. <br> <br>The contractor shall provide transportation for FSRs supporting the non-deployed radar systems. In cases where civilian vehicles are not permitted (during unit training events, etc.) the contractor will rely upon transportation by the owning unit or Army logistics agencies. <br> <br>The government will be responsible for all FSR workspaces in the theater of operation, services for deployment and redeployment processing, movement in and out of theatre, emergency medical care, postal service, phone service, religious service and internet access at the work site. When the FSR is not embedded with a deployed unit the government will be responsible for living arrangements and movement between FOBs, FRAs and the planned worksite location. The government will provide a Letter of Authorization (LOA) for each FSR authorizing these services. The government will assist the contractor with obtaining the appropriate work visa for if needed. <br> <br>In the event of the outbreak of hostilities, war, armed conflict, insurrection, civil or military strife in a geographic area or country which is being serviced in accordance with this contract or in the event of any imminent danger of enemy attack, the contractor shall be relieved of the requirement for continuing services in that area during the period of hostilities. The contractor shall be entitled to an equitable adjustment for costs and expenses associated with any emergency evacuation of such personnel to a place of safety and any costs incurred to replace such personnel. <br> <br>4. FSR Training. The contractor shall provide standardized training for FSRs. Newly hired FSRs will complete a training regimen upon hire. Training course will focus on two major areas; radar operation and radar maintenance. The program of instruction is at the discretion of the contractor. The contractor shall provide on-going training as additional training topics are identified by the contractor. The status of FSR certification and/or completed training will be made available to the government semi-annually, or upon request. <br>k. Maintenance Reporting. The contractor shall collect and report radar maintenance data. This data will be provided in a weekly status report to the Communication Electronics Command (CECOM) master technician in theater, and compiled and submitted monthly to Product Manager (PM) Radars. This report shall contain the operational readiness rate calculated for the fleet, operational readiness rate calculated for the fleet of deployed systems, operational readiness rate calculated for each system, mean time between failure (MTBF) for each failed item, and a description of each failure item. Reports are not to be shared outside of U.S. government channels. All reports shall be transmitted in accordance with the current Security Classification Guide. <br>All maintenance faults or issues, both hardware and software, shall be reported by the Command Center to PM Radars within 24 hours of discovery. <br>Daily maintenance logs shall be maintained by the FSR, and provided to the Command Center and PM Radars on a weekly basis. These maintenance logs shall indicate the PMCS and fault repair maintenance tasks performed, to include the time required to perform the maintenance or repair tasks and the IETM reference for each. The maintenance logs will help the material developer refine procedures, validate the required resources, and validate the durations of time assigned to maintenance functions as part of the maintenance allocation chart (MAC). <br>The contractor shall copy PM Radars on all Secure Internet Protocol Router (SIPR) traffic pertaining to the status, support, or activities associated with fielded AN/TPQ-53 radars. The contractor shall also copy PM Radars on all un-edited or un-filtered FSR written reports pertaining to the status, support, or activities associated with AN/TPQ-53 radar provided to the Command Center. <br> l. System Support Package Updates. The contractor shall provide quarterly updates to the IETM and the operator smart book distributed to NET course students. These updates will include changes encompassing the non-armored prime mover and armored prime mover configurations, as well as the current changes to the latest delivered system configuration hardware and software baselines. These IETM and smart book updates will be provided to the government quarterly. <br>m. System Refurbishment/Re-fit. Re-fit includes returning the system to 10/20 standards; deep-cleaning; and paint touch-up. For planning purposes refurbishment/re-fit costs are estimated at $100K per system, multiplied by 18 systems per year. <br> <br>n. Reliability and Maintainability. The contractor shall update the Reliability and Maintainability (R&M) Program Plan as necessary. A formal Failure Reporting, Analysis and Corrective Action System (FRACAS) program will be conducted. The contractor shall include a designated government representative in all FRACAS and Failure Modes, Effect, and Criticality Analysis (FMECA) program activities. The goal of the FRACAS program is to identify failure trends, initiate corrective actions and update the fielded MTBF and/or mean time between system aborts (MTBSA) values used in the spares procurement calculations. The R&M Program Plan shall reflect system design changes that may occur as a result of the migration of the Mission Essential Group (MEG) & Sustainment Operations Group (SOG) to the 5-ton medium tactical vehicle (MTV) variant that utilizes the Army’s Long Term Armor Strategy (LTAS) configuration. The R&M Program Plan shall be made available to the government. <br> <br>Responses to this Sources Sought Announcement. Responses will consist of an unclassified white paper that is no more than 20 pages in length. In the white paper, the contractor shall address the technical approach, estimated cost, and schedule constraints associated with each of the aforementioned tasks. The contractor shall clearly identify assumptions on which the response is predicated. As a minimum, identify any required GFE or government furnished information (GFI) on which the effort is predicated; and all required government support anticipated. Also identify and discuss plans and risks associated with reuse, or dependency on any other awarded contract. <br>Company information will be verified via the Central Contractor Registration database. Responses to this RFI must be unclassified and should not exceed 10 pages in length, be prepared on 8.5 x 11 inch paper, double spaced with fonts no smaller than 10 point, and one inch margins. Each page of the submission shall contain the document identifier in the document header. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint . If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. Respondents should ensure labeling of information contained as proprietary. <br>All interested firms are encouraged to respond to this notice by providing the information specified herein, on or before 1700 hours on Friday, 27 July 2012. Telephone or email requests for additional information will not be honored. Any UNCLASSIFIED questions regarding this RFI may be posted to Federal Business Opportunities (FEDBIZOPS). Any additional questions may be forwarded to Ryan McWilliams (Contract Specialist) e-mail: ryan.mcwilliams.civ@mail.mil; Lauren McGibbon (AN/TPQ-53 Radar, Project Lead) e-mail: lauren.r.mcgibbon.civ@mail.mil. <br> <br>Contracting Office Address: <br>U.S. Army Contracting Command <br>ACC-APG <br>CCAP-CCC <br>Attn: Mr. Lawrence Holton, Contracting Officer <br>Bldg 6001, Combat Drive <br>Aberdeen Proving Ground, MD 21005 <br> <br>Place of Performance: <br>TBD <br>
Place of Performance: ACC-APG – Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD 21005-1846 US URL:https://www.fbo.gov/notices/ec478dfd923a0e425f010207f54e50d9
OutreachSystems Article Number: 120808/PROCURE/0736
Matching Key Words: writ*; copy; technical; operating; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Polk, MICC – Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000

U–Technical Surveillance Training W9124E12T0036 090712 Kyle Heid, 337-531-7821 MICC – Fort Polk THIS PRE-SOLICITATION (W9124E-12-T-0036) HAS BEEN CANCELLED IN ITS ENTIRETY. THE NEW SOLICITATION WILL BE POSTED UNDER W9124E12B0004. <br> <br>The Mission & Installation Contracting Command, (MICC) at Fort Polk, Louisiana will issue a Request for Quotation (RFQ) with intent to award a firm-fixed price 100% Small Business set-aside contract for technical surveillance training. The contractor shall provide five (5) days of surveillance training, for 12 students, seven (7) times during the base period of performance of 24 September 2012 to 23 September 2013, for a total of 35 days for the Special Operations Training Division (SOTD). Training will be conducted simultaneously at two different locations, Shreveport, LA., New Orleans, LA., Fort Polk, LA or Alexandria, LA. At the conclusion of each training class, students/trainees must be able to exhibit tactical and technical proficiency through written exams and practical exercises. Each student must be able to maintain a minimum of an 80% academic score for each of the focus areas (i.e. Technical Surveillance, surreptitious entry etc) for both written exams and practical exercises. The applicable NAICS code is 611430. Solicitation will be issued on or about 9 August 2012 with an offer due date on/about 7 September 2012. <br> <br>The solicitation and any amendments will be posted and available for review and download at the Army Single Faced Industry (ASFI) website as well as FedBizOpps as no paper copies will be issued. Faxes are not authorized. Interested parties should review their Commercial and Government Entity Code (CAGE code), be registered in the Central Contractors Registration (CCR) and Online Certification and Representation Application (ORCA). This notice does not obligate the Government to award a contract. FAR Part 12 and 13 procedures will be used for this procurement. POC for this action is Kyle L. Heid, kyle.heid@us.army.mil, phone 337-531-7821.
Set-Aside: Total Small Business Place of Performance: MICC – Fort Polk Directorate of Contracting, PO Drawer 3918 Fort Polk LA 71459-5000 US URL:https://www.fbo.gov/notices/532c8778e97146e935283403279bdcb2
OutreachSystems Article Number: 120808/PROCURE/0813
Matching Key Words: writ*; technical; 

FedBizOpps – Specials Notes

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

U–PARACHUTE DEMONSTRATION TEAM TRAINING W9124812T0066 Michelle Petterson, 270-798-7810 MICC – Fort Campbell This is solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation documents and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The NAICS code is 481219 and the small business size standard is $7M. NOTE: This solicitation is restricted to small business firms. The MICC Installation Contracting Officer, Fort Campbell, KY, has a to provide aircraft Provide aircraft, jump zone and pilot for parachute jumps/training for the 101st Airborne Division Parachute Demonstration Team, Fort Campbell, KY for a base period of twelve (12) months with two 12 month option periods, subject to availability of funding (see Bid Schedule). Items to be acquired are: Line Item 0001, Provide Aircraft and Pilot; Line Item 0002, Quarterly Fuel Adjustment. Offerors shall only quote prices and quantities for items that are available for delivery by 01 September 2012. Offers may be sent submitted via e-mail to the following address: edward.c.gosline.mil@mail.mil Vendors shall include CAGE Code, DUNS and TIN with their quote. Quotes are due 25 August 2012, 4:00 p.m. (CT). Supporting documentation must be furnished in sufficient detail to demonstrate the ability to comply with the requirements. Point of contact for questions regarding this solicitation should be directed to LTC Ed Gosline, at (270) 798-7129; edward.c.gosline.mil@mail.mil or Kevin Day, email: kevin.j.day.civ@mail.mil, fax 270-798-7548
URL: https://www.fbo.gov/notices/4b17f13fa406de95b364a180b0d54c51
OutreachSystems Article Number: 120817/SPECIAL/1421
Matching Key Words: state!ky; 

FedBizOpps – Surplus

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

99 — Sale of Used Motor Oil and Sale of Used Antifreeze QRP12-0012 082012 Daniel Pearman, QRP Manager, Phone 5026245673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil – Jennifer J Stubbs, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email jennifer.j.stubbs.naf@mail.mil First I would like to wish a good afternoon to everyone and hopes that everyone had a great weekend. I would also like to let everyone know that Fort Knox QRP has Used Motor Oil and Used Antifreeze for sale.
If everyone would please open the attached sale solicitation/agreement and then please respond  by fax or email. Sign, date, and enter all of the required information on the agreement when you send your bid by email or fax. I would also appreciate if everyone would please initial on the line provided at the lower left hand corner so that way I will know that everyone has understood all the information given.
If there are any questions please do not hesitate to call either Daniel G Pearman or Jennifer J Stubbs at (502) 624-5026.

All bids are welcome.
Thank you very much,

Jennifer J Stubbs
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Address- Bldg 94 Dixie St
Fort Knox, KY 40121

Daniel Pearman
QRP Program Manager

Place of Performance: 94 Dixie Street Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP12-0012/listing.html
OutreachSystems Article Number: 120814/SURPLUS/1106
Matching Key Words: state!ky; 

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

99 — Sale of Used Cooking Oil QRP12-0011 081412 Daniel Pearman, QRP Manager, Phone 5026245673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil – Jennifer J Stubbs, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email jennifer.j.stubbs.naf@mail.mil First I would like to wish a good afternoon to everyone and hope that everyone is having a great day. I would also like to let everyone know that Fort Knox QRP has Used Cooking Oil for Sale. <br />Please open the attached sale solicitation/agreement and then please respond by fax or email. Sign, date, and enter all of the required information on <br />the agreement when you send your bid by email or fax. Also, I would appreciate if everyone could please initial in the appropriate place at the bottom left hand corner, in order for me to know that everyone understands everything that is written within the contract. <br />If there are any questions please do not hesitate to call either Daniel G Pearman or Jennifer J Stubbs at (502) 624-5026.
All bids are welcome. <br />Thank you very much, </p>
<br />Jennifer J Stubbs <br />Shipping, Sales, and Receiving Clerk <br />Fort Knox Qualified Recycle Program <br />Phone- 502-624-5026 <br />Fax- 502-624-5672 <br />Address- Bldg 94 Dixie St <br />Fort Knox, KY 40121 </p>
Daniel Pearman <br />QRP Program Manager </p>
Place of Performance: 94 Dixie Street Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP12-0011/listing.html
OutreachSystems Article Number: 120808/SURPLUS/1183
Matching Key Words: state!ky; 

FedBizOpps – Awards

Department of the Army, Army Contracting Command, MICC, MICC – Fort Leavenworth, MICC – Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417

T–CSI-Historical Writing Team
W91QF412R0014 Ruth ‘Nickey’ Brown, 913-684-1615 MICC – Fort Leavenworth W91QF4-12-C-0011 $801,481.92 080912 0001-2002 CENTURION HISTORICAL SERVICES (808590900)
307 N BROADWAY
LEAVENWORTH, KS 66048–1849 CSI-Historical Writing Team

URL: https://www.fbo.gov/notices/ec027eb3eb366b1bd8171614da63b20f
OutreachSystems Article Number: 120811/AWARDS/1051
Matching Key Words: naics!711510; 

 

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 W. Drue Norman, Contract Specialist, Phone 817-850-8387, Fax 817-574-2342, Email drue.norman@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0512Y_GS-07F-0513Y $125,000 080912 541-3_541-4F_541-4B Trivision, Inc. , 3856 Dulles South Ct, Suite M , Chantilly, VA 20151-1035 US Kamran Lutfi 703-956-6925
URL: https://www.fbo.gov/notices/18f944dfbb6ca9959d15ed30871f0ab4
OutreachSystems Article Number: 120810/AWARDS/1062
Matching Key Words: naics!512110; 

 

Other Federal Procurement’s  Small

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

T — Production of Manatee Manners Videos SOL F12PS00999 Description The RFQ documents is available electronically on the Federal Business Opportunities web site at http://www.fbo.gov or FedConnect web siteat http://www.fedconnect.net under RFQ Number F12PS00999. Paper copies WILL NOT be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site for any updates/amendments. Note: Prospective offeror’s must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. SAM registration requires applicants to have a DUNS number, which can be obtained free of charge from Dun and Bradstreet at (800) 333-0505. There will be a pre-proposal phone conference on August 30, 2012 at 10:00 AM EST. Interested contractors must RSVP to jamese_promise@fws.gov to receive call-in information. All questions in reference to this solicitation will be answered at that time only. Overview Reference number: F12PS00999 Issue date: 08/16/2012 Response due: 09/06/2012 10:00 AM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: FWS, DIVISION OF CONTRACTING AND GR 1875 CENTURY BOULEVARD SUITE 310 ATLANTA, GA 30345-3310 Place of Performance: Contact: Jamese Promise Phone: Fax: Email: jamese_promise@fws.gov Vendors conference: 08/30/2012 10:00 AM Location: Phone Conference Details: To RSVP for preproposal phone conference, please send an email to jamese_promise@fws.gov by 08/27/2012 so that I can email you call-in information. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120817/SMALL/8709
Matching Key Words: video*; film?; produc*; conference?; you; web; site?; business*; production?; 

USABID Bids and Local Purchases

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

R – MASTER PLAN FOR ACQUISITION/DISPOSITION OF VACANT/ABANDONED PROPERTIES. RFP-2831-0-2013/TN DUE 17-SEP-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: 120820/BID/0011
Matching Key Words: age:state!ky; state!ky; 


Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com

R – Request For Information for Video and PSA Services SOL null Document Title: Request For Information for Video and PSA Services Document Status: OPEN Version: 00000 Estimated Value (US$): Not Available Estimated Units: Not Available Open Date: 08/17/2012 12:50PM Close Date: 08/24/2012 02:00AM Amendment Deadline:   Last Changed Date: 08/17/2012 01:53PM Comm-PASS Category: Professional Services / HUMAN RESOURCES-Media Issuing Organization: Massachusetts Department of Transportation -MassDOT RMV( Formerly Registry of Motor Vehicles) / Massachusetts Department of Transportation (Formerly Registry of Motor Vehicles) Procurement Type: Restricted To Use By Defined Entities Only Applicable Procurement Law: Not applicable to this document. For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Search Key Words: RMV, Videos, MassDOT, Registry Description: The MassDOT RMV Division is Requesting Information (RFI) for development andproduction of videos/PSAs. Related Solicitation Number: Not Available For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120820/BID/0107
Matching Key Words: video*; produc*; production?; 

 

Washington – General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300

T – Postsecondary Promotion Video Production SOL Ref #: 13RFP-186 The Washington Student Achievement Council is soliciting proposals from firms interested in producing 2 short videos and a series of 4 to 6 short instructional videos for the Web. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120817/BID/0756
Matching Key Words: video*; produc*; web; production?; instruct*; 

 

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

R – RESEARCH STUDY AND STRATEGIC PLAN FOR ABANDONED PROPERTIES. RFP-2833-0-2013/TN DUE 06-SEP-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: 120816/BID/0008
Matching Key Words: age:state!ky; state!ky; 

 

Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622

99 – LED-ENHANCED SIGNS. RFB-605-1300000136-1 DUE 05-SEP-2012 Jennifer Houchin, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120815/BID/0002
Matching Key Words: age:state!ky; state!ky; 


Transportation Cabinet, Division of Professional Services, 200 Mero Street, 3rd Floor, Frankfort, KY 40622

R – RIGHT-OF-WAY ACQUISITION SERVICES. DUE 10-SEP-2012 Phone: (502) 564-4555; Fax: (502) 564-4422; Website:http://transportation.ky.gov/professional-services/Pages/default.aspx , Procurement Bulletin Number 2013-02. Project Description: County – Nelson, Bullitt, Spencer; Route – US 31E (Bardstown-Louisville Road); Item No – 4-287.50; Description – Provide Right of Way acquisition services for the 6.534 mile realignment of US 31E in Nelson, Bullitt and Spencer counties. There are a total of 70 parcels of mixed uses including residential and agricultural. Scope of Work: The selected consultant(s) will be responsible for all of the following: appraisals; appraisal reviews; negotiations; relocation assistance; project management; and other related acquisition services. The selected consultant may be required to provide a field office for property owners to reach its personnel. a. The selected consultant agrees that upon request, staff will be available to assist in responding to FHWA or State inquiries or citations. 1. Titles & Closings – All titles, updates, closings and other legal services shall be performed by an attorney assigned by KYTC Office of Legal Services. Payment for these services shall be the responsibility of KYTC. 2. Appraisals/Appraisal Reviews – a. Complex BAV (Before and After Value) In rare instances the complexity of a property and/or appraisal problem may require specialized knowledge or increased documentation. Examples of this type of appraisal may include but not be limited to: 1. An acquisition from a university campus where the contributing value of the improvements must be documented as part of the larger parcel. 2. An acquisition from a golf course that affects one or more fairways and/or green where the appraiser may need to consult an Engineer or course designer to determine the true nature of the affect of the taking on the course. b. Standard BAV. This category will be used for most KYTC appraisals. The contributing value of all improvements must be documented. Damages may apply in the after situation and may include but not be limited to proximity, changes in topography, severed remainders, changes in highest and best use, loss of parking, etc. c. Minor BAV Used for minor acquisitions in which the amount of just compensation exceeds the maximum amount under which an MAR (Minor Acquisition Review) may be used. Improvements acquired will be minor in nature and will include but not be limited to items of landscaping, fencing and small secondary buildings (i.e. sheds). The principle building is unaffected and its contributing value may be estimated. d. BV (Before Value) Used only when the parcel is considered a total take and only the before value is needed. 3. Acquisitions – All Acquisition Parcels are completed following the procedures within the Right of Way Guidance Manual. 4. Relocations – When relocation assistance is required as part of a contract the selected Consultant shall complete an Acquisition Stage Relocation Report (ASRR) for any and all relocations being assigned. All relocations will be done in accordance to 49 CRF, Part 23, Uniform Relocation Assistance and Real Property Regulations for Federal and Federally Assisted Programs and 600 KAR 3:010 Relocation Assistance Payments of the Transportation Cabinet and the Kentucky Transportation Cabinet Relocation Assistance Guidance Manual, revised February 2011. Prequalification Requirements: To respond to this project, the proposed consultant must be currently prequalified for Right of Way Services by the Division of Right of Way and Utilities. The selected consultants must maintain prequalification as set out in the ROW Guidance Manual throughout the term of the contract. A list of firms prequalified by KYTC Division of Right of Way and Utilities for these services is available on the Division of Right of Way and Utilities webpage at: http://transportation.ky.gov/Right-of-Way-and-Utilities/Documents/2012 Pre-Qualified Right of Way Consulting Firms.pdf. 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: 120815/BID/0019
Matching Key Words: age:state!ky; state!ky; 

 

Kentucky Board of Marriage & Family Therapists, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601

R – INVESTIGATIVE SERVICES. RFP-264-1300000037-1 DUE 27-AUG-2012 Susan Ellis, Phone: (502) 564-3296; 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: 120814/BID/0005
Matching Key Words: age:state!ky; state!ky; 


Kentucky Board of Professional Geologists, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601

R – INVESTIGATIVE SERVICES. RFP-391-1300000034-1 DUE 27-AUG-2012 Susan Ellis, Phone: (502) 564-3296; 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: 120814/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Kentucky Board of Examiners of Psychology, 911 Leawood Drive, P.O. Box 1360, Frankort, KY 40601

R – INVESTIGATIVE SERVICES. RFP-210-1300000035-1 DUE 27-AUG-2012 Susan Ellis, Phone: (502) 564-3296; 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: 120814/BID/0007
Matching Key Words: age:state!ky; state!ky; 


Kentucky Board of Examiners of Psychology, 911 Leawood Drive, P.O. Box 1360, Frankort, KY 40601

R – INVESTIGATIVE SERVICES. RFP-210-1300000036-1 DUE 27-AUG-2012 Susan Ellis, Phone: (502) 564-3296; 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: 120814/BID/0008
Matching Key Words: age:state!ky; state!ky; 


Cabinet for Health & Family Services, Department for Public Health, 275 East Main Street HS1W-C, Frankfort, KY 40601

R – FY13 HIV/AIDS TECHNICAL ASSISTANCE SERVICES. RFP-728-1300000003-1 DUE 24-AUG-2012 Bobbie Davis, Phone: (502) 564-6663; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120814/BID/0010
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

R – RFP-478 LAND SURVEYOR, BOONE NATIONAL GUARD ARMORY. RFP-785-1300000061-1 DUE 21-AUG-2012 Kelly Hawkins, Phone: 502-564-4414; Website: https://emars.ky.gov/online/vss/AltSelfServicePrincipal Design Professional: Professional Land Surveyor. Project Name and Location: Professional Land Surveyor for Boone National Guard Center Topographical Survey, Frankfort, Kentucky. Project Budget: $100,000.00. The consultant team shall include, at a minimum, the following professional design Disciplines/Expertise. Disciplines/Expertise may reside in one or multiple persons/firms. The consultant team may include other expertise in addition to that listed below: Licensed Professional Land Surveyor. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120814/BID/0011
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 – PROGRAM AND PROJECT MANAGEMENT SERVICES. RFP-758-1300000021-1 DUE 19-SEP-2012 Susan Noland, Phone: (502) 564-5951; Website: https://emars.ky.gov/online/vss/AltSelfService This Request for Proposal (RFP) is being issued to establish six (6) contracts for services in the following categories: Category 1 – IT Business Consulting Services, Program and/or Project Management Services; and/or Category 2 – Application Development, Implementation and Support Services. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120813/BID/0001
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 – KHIE (KENTUCKY HEALTH INFORMATION EXCHANGE) DIRECT PROJECT DEVELOPMENT AND IMPLEMENTATION. RFP-758-1300000032-1 DUE 10-SEP-2012 Sherita Miller, Phone: (502) 564-6522; 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: 120813/BID/0002
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 – PUBLIC OFFICIALS LIABILITY INSURANCE. RFB-758-1300000132-1 DUE 07-SEP-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: 120813/BID/0003
Matching Key Words: age:state!ky; state!ky; 


New York – The City Record http://a856-internet.nyc.gov/nycvendoronline/vendorsearch/asp/Postings.asp City of New York – Mayor’s Office of Contracts; 253 Broadway; 9th Floor; New York, NY 10007 Phone (212) 788-0010 Fax (212) 788-0049

99 – VIDEO PRODUCER SOL VIDEO PRODUCER For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120813/BID/0057
Matching Key Words: video*; produc*; produce?; 

 

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

76 – Library Books Bound and Prebound SOL 39-12 Library Books Bound and Prebound For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120811/BID/0251
Matching Key Words: age:state!ky; state!ky; 


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

76 – Library Books Bound and Prebound SOL Library Books Bound and Prebound For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120811/BID/0252
Matching Key Words: age:state!ky; state!ky; 

 

Transportation Cabinet, Division of Professional Services, 200 Mero Street, 3rd Floor, Frankfort, KY 40622

R – DESIGN-BUILD CONTRACT ADMINISTRATION OF THE DOWNTOWN CROSSING OF THE LOUISVILLE-SOUTHERN INDIANA OHIO RIVER BRIDGES (LSIORB) PROJECT. DUE 24-AUG-2012 Phone: (502) 564-4555; Fax: (502) 564-4422; Website:http://transportation.ky.gov/professional-services/Pages/default.aspx Prospective proposers interested in assisting the Kentucky Transportation Cabinet (KYTC) in the design-build contract administration of the Downtown Crossing of the Louisville-Southern Indiana Ohio River Bridges (LSIORB) Project and in the review of project development and delivery activities on the East End Crossing of the LSIORB Project are hereby put on notice that they are required to submit information regarding any and all potential organizational conflicts of interest no later than 4:00 (EST) on August 24, 2012. The LSIORB Project is a federally funded highway transportation project jointly sponsored by the Commonwealth of Kentucky and the State of Indiana. As detailed in the RFP, the Commonwealth of Kentucky, by and through KYTC, is utilizing a design-build contract for the Downtown Crossing portion of the LSIORB Project. KYTC will also be reviewing and providing comment on the State of Indiana’s development and delivery of Section 4 of the East End Crossing, for which KYTC will accept operations and maintenance responsibility upon final acceptance by Indiana of their developer’s work. The Federal Highway Administration has promulgated administrative regulations governing design-build contracts at 23 CFR Part 636, which provides the basic ground rules for any design-build approach. Potential organizational conflicts of interest are addressed at 23 CFR 636.116. 23 CFR 636.116 applies to any design-build procurement, as well as any “contract for engineering services, inspection or technical support in the administration of the design-build contract.” Thus, KYTC must evaluate any potential organizational conflicts of interest for the LSIORB Project in light of the requirements of 23 CFR 636.116. KYTC now places all prospective proposers for the RFP on notice that they must submit all information concerning any and all potential organizational conflicts of interest in writing to KYTC no later than 4:00 p.m. (EST) on August 24 2012. The submittal must include all relevant facts concerning any past, present or currently planned interests which may present an organizational conflict of interest. In addition, the prospective proposers must state how their interests, or those of their chief executives, directors, key project personnel, or any proposed consultant, contractor or subcontractor may result, or could be viewed as, an organizational conflict of interest. Further, if potential organizational conflicts of interest are identified, the prospective proposer must describe any actions that can be taken to avoid, neutralize, or mitigate such conflict. Should the prospective proposer have no potential organizational conflict of interest, the prospective proposer must submit certification stating that no such conflict exists. (For a more thorough discussion of organizational conflicts of interest, prospective proposers may consult “Questions and Answers Regarding Organizational Conflicts of Interest Under 23 CFR 636.116” at http://www.kyinbridges.com/pdfs/conflict-of-interest-qa.pdf.) Based on a review of the above information, and any other reliable information available to KYTC, KYTC shall determine by September 7, 2012 whether an actual or potential organizational conflict of interest exists. KYTC shall conduct a blind review of the submittals, utilizing KYTC staff that has not previously worked on the LSIORB Project to make the determination. Such a determination shall not serve as a binding commitment from KYTC that the prospective proposer will be selected pursuant to any subsequent RFP process. In addition, such a determination shall not be considered binding on KYTC if any of the material facts regarding the prospective proposer’s past, present or current interests change, or if its proposed role in the LSIORB Project changes in any material manner. KYTC’s determination shall generally fall within three categories: (1) there is no organizational conflict of interest; (2) there is an organizational conflict of interest, but it can potentially be mitigated; or (3) there is an organizational conflict of interest and it cannot be mitigated. Upon concurrence of KYTC, prospective proposers that fall within the first two categories may submit proposals on the RFP and shall attach their potential organization conflicts of interest submittals to their proposals. Prospective proposers that fall within the third category are not eligible to respond to the RFP and any response provided to the RFP shall be disqualified from consideration. All potential organizational conflicts of interest submittals, including all supporting information, shall clearly state “CONFLICTS OF INTEREST DETERMINATION, LOUISVILLE-SOUTHERN INDIANA OHIO RIVER BRIDGES PROJECT” and shall be sent to the following address: Kentucky Transportation Cabinet, Attention: Michael Hill, P.E., Division of Professional Services, 200 Mero Street, 3rd Floor, Frankfort, KY 40622. Failure to submit information regarding any and all potential organizational conflicts of interest, or failure to submit certification stating that no such conflict exists, shall disqualify prospective proposers from submitting a proposal on the RFP. Omission of material facts shall also disqualify prospective proposers from submitting a proposal on the RFP. Up to four (4) working days prior to the submission deadline, a prospective proposer may submit specific questions about the conflicts of interest submission requirements in writing via e-mail or post to Michael L. Hill, P.E., Director, Division of Professional Services, at the address above or at Michael.Hill@ky.gov. 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: 120810/BID/0008
Matching Key Words: age:state!ky; state!ky; 

 

Finance & Administration Cabinet, Division of Real Properties, Bush Building, 3rd Floor, 403 Wapping Street, Frankfort, KY 40601-2607

R – BUCKHORN LAKE STATE RESORT PARK – OPERATION OF AUTOMATED TELLER MACHINE. RFP-785-1300000058-1 DUE 14-SEP-2012 Scott Aubrey, Phone: (502) 564-2205; 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: 120809/BID/0001
Matching Key Words: age:state!ky; state!ky; 


Finance & Administration Cabinet, Division of Real Properties, Bush Building, 3rd Floor, 403 Wapping Street, Frankfort, KY 40601-2607

R – JENNY WILEY STATE PARK – OPERATION OF AUTOMATED TELLER MACHINE. RFP-785-1300000057-1 DUE 07-SEP-2012 Scott Aubrey, Phone: (502) 564-2205; 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: 120809/BID/0002
Matching Key Words: age:state!ky; state!ky; 

Kentucky State Procurement  

City of Georgetown, City Clerk, City Hall, 100 N. Court Street, Georgetown, KY 40324

R — CONSULTING SERVICES FOR HEALTH AND WELLNESS BENEFIT PROGRAMS. DUE 29-AUG-2012 Website: http://www.georgetownky.gov/index.php?option=com_rfp The City of Georgetown is seeking Proposals for consulting services for its health and wellness benefit programs until August 29, 2012 at 2:00 P.M. PREVAILING LOCAL TIME, at the City Clerk s Office, 100 N. Court Street, Georgetown, KY 40324, at which time and place the proposals will be opened. Copies of the Proposals may be obtained at the Georgetown City Clerk s Office, Monday through Friday, 8:00 a.m. to 4:00 p.m., or may be downloaded from the City of Georgetown website: www.georgetownky.gov. All inquiries regarding the proposal shall be submitted in writing to the City Clerk by email to tracie.hoffman@georgetownky.govor, by fax to 502-863-9962. 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: 120820/KY/8711
Matching Key Words: age:state!ky; state!ky; 

 

Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623

R — EMPLOYEE HEALTH/DENTAL/VISION INSURANCE. BID #KL-13-005 DUE 19-SEP-2012 Denover Whalen, 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: 120816/KY/8681
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 – ADDENDUM. RFP-758-1300000011-2 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: 120815/KY/8589
Matching Key Words: age:state!ky; state!ky; 


Sanitation District No. 1, 1045 Eaton Drive, Ft. Wright, KY 41017

R — STRATEGIC PLANNING CONSULTING SERVICES. DUE 31-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 a competitively negotiated contract for STRATEGIC PLANNING CONSULTING SERVICES. Proposals will be received until August 31, 2012 at 10:00 A.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 http://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. SD1 reserves the right to reject any and all proposals, award a contract on the basis of initial offers, 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: 120815/KY/8615
Matching Key Words: age:state!ky; state!ky; 


Transit Authority of River City (TARC), 1000 West Broadway, Louisville, KY 40203

99 — POLYESTER FILTER MEDIA. RFQ P-2489 DUE 23-AUG-2012 Mike Ratchford, Phone: (502) 561-5199; Website: http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ 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: 120815/KY/8637
Matching Key Words: age:state!ky; state!ky; 


Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209

R — PIANO TUNING. BID #6649 DUE 23-AUG-2012 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx 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: 120815/KY/8638
Matching Key Words: age:state!ky; state!ky; 


Kentucky Educational Development Corporation, 904 West Rose Road, Ashland, KY 41102-7104

69 — INTERACTIVE CLASSROOM COMPONENTS. PV-IC-2012 DUE 13-SEP-2012 Phone: (606) 928-0205; Email: kpcmemberservices@kybuy.org; Website: http://www.kedc.org or http://www.kybuy.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: 120815/KY/8642
Matching Key Words: age:state!ky; state!ky; 

Lexington Center Corporation, 430 West Vine Street, Lexington, KY 40507

R — COMPREHENSIVE LIABILITY AND PROPERTY DAMAGE INSURANCE. DUE 31-AUG-2012 The Lexington Center Corporation, a non-profit, non-stock corporate agency and a component unit of the Lexington-Fayette Urban County Government, is requesting proposals from qualified Insurance Agencies/Companies for Comprehensive Liability and Property Damage Insurance covering both the Lexington Center and its operating lessees. A copy of the detailed request for proposal can be obtained by contacting Neal Werner, Director of Business Affairs, at (859) 233-4567, extension 3270. Written Proposals based on Lexington Center s request for proposal will not be accepted after August 31, 2012. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120813/KY/8529
Matching Key Words: age:state!ky; state!ky; 


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

R — NACE 3 CONSULTANT. BID #12-133 DUE 29-AUG-2012 Website: http://www.lwckyplanroom.com/goodsandservices Louisville Water Company is requesting bids for performing native and polarized pipe-to-soil potential measurements, anode testing at test stations and soil resistivity measurements for the 2012 Cathodic Protection Installation Project. The scope of work also includes polarized pipe-to-soil measurements, anode testing at test stations and soil resistivity measurements for prior year Cathodic Protection projects. 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: 120813/KY/8554
Matching Key Words: age:state!ky; state!ky; 

 

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

R — COMMUNITY METRICS. RFP-2830-0-2013/TN DUE 21-AUG-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website: http://www.louisvilleky.gov/Finance/purchasing.htmThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120810/KY/8495
Matching Key Words: age:state!ky; state!ky; 


Western Kentucky University, Bowling Green, KY

R — MASTER LEASE – ADDENDUM #1. 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: 120810/KY/8503
Matching Key Words: age:state!ky; state!ky; 

 

Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209

99 — GLASS, PLASTIC & GLAZING COMPOUNDS. BID #6640 DUE 29-AUG-2012 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx 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: 120809/KY/8475
Matching Key Words: age:state!ky; state!ky; 

 

 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: