Business and Career Opportunities Bids and Purchases

August 29, 2012

Business / Career

FedBizOpps – Procurements

Department of Veterans Affairs, VA Heartland Network, Department of Veterans Affairs Heartland Network, Department of Veterans Affairs;Network Contracting Office (NCO) 15;4101 S 4th Street Trafficway;Leavenworth KS 66048

69–HOSPITAL 1ST RECEIVER VA25512Q1251 081312 ANDREW LACY PURCHASING AGENT 4101 S 4TH STREET TRAFFIC WAY LEAVENWORTH, KANSAS 66048-5055 913-946-1972 Supervisory Purchasing Agent The Department Of Veterans Affairs, NCO 15 Contracting Office intends to release a commercial solicitation to obtain Training Videos for OSHA and Decontamination Training, fot the VA Medical Center in Saint Louis, Missouri. The Medical Center is located at 915 N Grand Blvd. The NAICS code is 512120, with a size standard of $29 Million dollars. The solicitation number is VA255-12-Q-1251. All other contract details including full specifications will be included in the Request for Quotes, which will be released on August 23, 2012. The close date will be on August 28, 2012. Any contractor who wishes to receive a copy of this RFQ may submit a request in writing. The NCO 15 Contracting Office address is: VA Heartland Network 15, Network Business Office, Contracting Office, 4101 S. 4th Street Traffic way, Leavenworth, KS 66048-5055. Attention: Andrew Lacy, Supervisory Purchasing Agent. The email address is andrew.lacy2@va.gov. The phone number is 913-946-1972. The fax number is 913-946-1998. This is RFQ set aside for smallbusinesses.
Place of Performance: 63125-4181 URL: https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25512Q1251/listing.html
OutreachSystems Article Number: 120825/PROCURE/0540
Matching Key Words: video*; train*; business*; 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 — RFID INVENTORY CALIBRATION TRACKING SYSTEM H92244-12-T-0309 090712 Danyiele F. Peterson, Phone 7578932713, Email danyiele.peterson@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0309, and a firm fixed price contract is contemplated. 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 Industrial Classification Code (NAICS) code is 334290 with a business size standard of 750 employees.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) has a requirement to procure the following:

Section B – Schedule of Supplies and Services

CLIN 0001, Description: Radio Frequency Identification (RFID) Calibration Tracking System in accordance with the following specifications below; Qty: 1, Unit of Issue: Lump Sum;

Section C – Specifications

The contrator shall provide a complete turnkey solution including all components and software to accomplish the requirements as provided in this specification.
The Radio Frequency Identification (RFID) Calibration Tracking System shall allow for the following functions:
1. Track up to 5,000 assets maintained in the inventory.
2. Tracking shall consist of identication of whether each asset is in its designated location or whether an approved user has checked that item out.
3. The system will maintain a record of the check in/checkout status of each item and which approved user has checked out that asset.
4. The system shall allow for a semi-annual inventory of all items in the tracking database.

HARDWARE REQUIREMENTS

The system shall be hardwired and stand alone, with no connection to any external networks. There will be no external transmissions (i.e., wireless networking) between system components. The system shall include all hardware and software required to meet the requirements listed in this system specification.

The system will continuously monitor one laboratory exit point. The exit point is a doorway that is 3 foot wide by 7 foot tall. There is a 2 foot 9 inch by 3 foot clearance over the doorway. The mounting location is drywall construction. The RFID scanner shall be mounted above the doorway and the scanner will be capable of capturing the items being removed and the user that removed those items. The system will also capture video of the exit point each time an item is removed from the lab. It is not necessary to record video when the item is returned to the lab.

In addition to the RFID scanner at the exit, the system shall include a monitor that is interfaced to the inventory system. This shall permit a user to see what items are being checked out to him/her. If an instrument is being checked out, the calibration due date shall be displayed on the terminal and an alarm shall go off if the item return date is after the cal due date.

The system shall be configured with one portable handheld reader be used during the semi-annual inventory. The reader shall be powered from batteries and have internal memory capable of reading information from 5000 items. The reader shall be capable of operating for a minimum of one hour on one set of batteries prior to requiring replacing or recharging. The reader shall also be capable of reading both RFID tags and barcodes.

The system shall track the location of all items (by room, row, shelf, drawer or another user defined designation) and shall also track the calibration status of all instrumentation. The software shall be capable of providing a list of upcoming calibration due dates in one month increments and shall provide the capability of outputting a calibration report listing all items sorted by cal due dates, cal lab last used, and the cost of the last calibration.

The system shall be capable of outputting a report at any time of all items currently checked out including the item identification (description, model number and serial number), the person who checked out the item and the date it was checked out. The system shall also allow the user the option to enter the location the item was sent to and the expected return date.

The system shall be expandable in the future to include:
• Up to an additional 2 handheld readers
• Up to an additional 3 RFID scanners that can be installed over other doorways

RFID Tags
The RFID tags shall be passive self adhesive tags that have a unique ID number and barcode printed on the tag.

The system shall be provided with the following tags:
• 1000 label style RFID tags
• An assortment of on/off metal rugged RFID tags with read ranges from 1 foot to 24 feet.

Each tag shall have a unique ID Number.

SOFTWARE REQUIREMENTS

• All reports described below shall be capable of being printed (to a user provided USB printer) or to be converted to a file capable of being read by Excel or Word. The system shall allow for all reports to be stored to the external storage medium to transfer to other systems.

• Must be capable of reading an existing inventory set up in Excel. The software shall import column names and all item data. The vendor shall be provided with a copy of this spreadsheet and the system will be delivered with this data already in the systems database.

• The system shall record the tracking history of each item. This history will be preserved through the life of the item. Once the item is disposed of, the system will maintain a complete history including all information of that item and the date that it was disposed of. The initial system storage (memory) shall be a minimum of 2TB or capable of storing up to 5,000 items and maintain tracking data assuming the item is checked out and in once per week over a ten year period, whichever is larger.

• The software shall track both inventory items and users approved to remove the items. If an item is removed from the area (as read by the portable handheld reader or doorway scanners) by someone who is not an approved user, a system alarm shall sound. The alarm shall be silenced by an administrator defined length of time or by the administrator silencing the alarm.

• When pulling up data on an item, all data shall be displayed including a user provided picture of the item (jpg format).

• When an item is checked back in, the system will automatically delete the video of the checkout event.

• The system shall provide the user with the ability to backup the inventory and entire history to an external storage medium on a user defined interval (daily, weekly or monthly). The software shall include an easy to use option for this function. The Government will provide the storage medium compatible with the system configuration.

• Allow for a parent/child relationship to be defined between inventory components. This shall allow for individual items (children) to be contained within a kit (parent). Both the parent and the children shall have RFID tags and the software will provide the capability to read all RFID tags and inform the user that all kit items are there, or that one/some items are missing.

• When performing an inventory, the system must be capable of identifying the following information at each location equipment is stored in:
1. Items found
2. Items missing
3. Items found, but not expected

System Administrator Capabilities:
• The database shall allow for the addition of additional database fields to be added and shall allow for the deletion of any field.
• Shall be capable of modifying the tracking history of any item.

System User Capabilities:
• To be able to open the database and sort by any column. This can be accomplished by exporting the database to a file capable of being read by Excel.
• The user shall not be capable of entering new items, deleting any item or modifying any database data.

Training shall be provided to four Government personnel immediately after the system is installed.

Delivery date: 30 DAYS ARO

Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia, 23461-2299
FOB: Destination

CLAUSES INCORPORATED BY REFERENCE:
FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-7 Central Contractor Registration Feb 2012
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Apr 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt 1 Changes – Fixed Price Alt 1 (Apr 1984) Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007
DFARS 252.211-7003 Item Identification and Valuation Jun 2011
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998

Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil.

All FAR Representation and Certifications shall be submitted through http://www.sam.gov.

FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION)

(a) Definitions. As used in this clause-

“Central Contractor Registration (CCR) database” means the retired primary Government repository for Contractor information required for the conduct of business with the Government.

“Commercial and Government Entity (CAGE) code” means-

(1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or

(2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an “NCAGE code.”

“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.

“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.

“Registered in the SAM database” means that-

(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database;

(2) The Contractor’s CAGE code is in the SAM database; and

(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record “Active”. The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.

“System for Award Management (SAM)” means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes-

(1) Data collected from prospective federal awardees required for the conduct of business with the Government;

(2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and

(3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office.

(b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

(2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4.

(3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM.

(c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.

(1) A contractor may obtain a DUNS number-

(i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office.

(2) The Contractor should be prepared to provide the following information:

(i) Company legal business name.

(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.

(iii) Company physical street address, city, state and Zip Code.

(iv) Company mailing address, city, state and Zip Code (if separate from physical).

(v) Company telephone number.

(vi) Date the company was started.

(vii) Number of employees at your location.

(viii) Chief executive officer/key manager.

(ix) Line of business (industry).

(x) Company Headquarters name and address (reporting relationship within your entity).

(d) Reserved.

(e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing.

(f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(g)(1)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day’s written notification of its intention to-

(A) Change the name in the SAM database;

(B) Comply with the requirements of subpart 42.12 of the FAR; and

(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer.

(ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.

(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor’s SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.

(h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.

(End of Clause)
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:
(i) Technical – Offeror shall provide supporting documentation (product literature/specification sheets) to demonstrate that it meets the requirements of this solicitation.

(ii) Delivery – Offeror shall specify delivery time in its offer.

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

(iv) Price – Offerors shall provide a detailed price quote. All line items will be reviewed for price reasonableness.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.217-7 Option for Increased Quantity — Separately Priced Line Item (Mar 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 365 days (1 year) after contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 April 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 Ana Downes, telephone (757) 893-2722.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. 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: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil.

Quotes must be received no later than 03:00 PM. Eastern Standard Time (EST) on 07 Sep 2012. Quotes received after this time frame will not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0309/listing.html
OutreachSystems Article Number: 120825/PROCURE/0676
Matching Key Words: video*; produc*; train*; you; website; business*; documentation; event?; instruct*; commercial?; 


Department of Veterans Affairs, VA Strategic Acquisition Center, VA Strategic Acquisition Center, U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408

R–Audit Assessment of VA Training Policies, Principles and Procedures VA798S12I0040 083112 Contract Specialist Latoya Wiliamson Latoya.williamson@va.gov Contract Specialist DRAFT PERFORMANCE WORK STATEMENT
Assessment of VA Training Policies, Principles and Procedures
1.0 Introduction
The Department of Veterans Affairs (VA) has established policies, principles and procedures related to the determination of training requirements, training event development, trainee selection, and outcome measures. These policies, principles and procedures supplement those in the Federal Travel Regulation (FTR). As defined in the FTR, conferences include meetings, retreats, seminars, symposiums, or events that involve attendee travel.
2.0 Scope
The purpose of this task is to provide a thorough review of VA’s training policies, principles and procedures that govern: 1) requirements determination, 2) training approach selection, 3) trainee selection, and 4) outcome measurement. The assessment shall include the adequacy of VA’s current controls over training requirements determination and approach, trainee selection, effectiveness measures, and whether those policies, principles and procedures are implemented effectively and consistently throughout the Department.
This task order includes the following task areas/labor categories: Task Areas: Program and Project Management Support and Studies and Analysis. Labor Categories: Program Project Manager, Program Analyst, Subject Matter expert, Editor, Admin Support.
3.0 Task Statement
This task statement includes the task areas necessary to support a thorough assessment of VA Training Policies, Principles and Procedures.
The contractor shall provide all required labor and supplies to perform the work required and produce the specific deliverables within the performance period stated in this Performance Work Statement (PWS). The contractor shall provide a thorough review of VA’s policies, principles and procedures that govern the training requirements determination process, methodologies that determine the approach to delivering the necessary training, processes for selecting employees for training, and performance management and measurement authorities and execution. The assessment shall include the adequacy of VA’s controls over training programs and how those procedures are implemented throughout the Department. The contractor will coordinate its activities, through the VA executive sponsor and COR.
1. Task 1: Project Management Plan (Task Area: Program and Project Management Support)
Within ten calendar days from notice of contact award, the contractor shall provide a Project Management Plan (PMP) that addresses how each PWS task and deliverable will be accomplished to include accountability and responsibility for each task and deliverable; management organization and staffing for the project; and risk identification and mitigation.
The contractor shall provide a weekly summary of activities conducted in support of this PWS. The report shall cover week-end, status of deliverables, accomplishments, planned activity for the next week, and any other items that need the customer’s attention.
Task 1 Deliverables:
” Project Management Plan
” Weekly Activity Report
2. Task 2: Policy, Principle and Procedure Review. (Task Areas: Program and Project Management Support, Training, and Policy Analysis)
The review shall identify existing policies, principles and procedures that govern training requirements determination, training approach selection, trainee selection and outcome measurement, to include and any recent changes and revisions, implemented for VA, as well as government-wide. The contractor shall perform an assessment of possible “weak points” in VA’s policies, principles and procedures.
Task 2 Deliverables:
” Assessment of VA Training Policy, Principle and Procedure. Estimated assessment length to be less than 10 pages.
3. Task 3: Training Best Practices (Task Areas: Program and Project Management Support, Training, Policy Analysis, and Performance Measurement.)
The review shall address possible field of practice benchmarks and best practices in establishing, managing and overseeing training requirements determination, training approach selection, trainee selection and outcome measurement to include, but not be limited to: identifying applicable industry standard policies, principles and procedures; identifying appropriate governance and oversight, and assessing whether a lead office within VA should be designated or established for reporting and oversight of VA training event activity.
Task 3 Deliverables:
” Assessment of VA vs. benchmark standard training best practices. Estimated assessment length to be less than 10 pages.
4. Task 4: VA Training Program Review (Task Areas: Program and Project Management Support, Training, Policy Analysis, and Performance Measurement.)
The review shall include a survey of training programs held throughout the Department, including web based, national, and local training, to determine compliance with policies, principle, and procedures. The review shall assess how well the surveyed training programs adhere to both the intent and specifics of the existing policies, principles, procedures and “best practices, ” as outlined below.
Analysis will be conducted on records, both paper and electronic media. In the event the contractor identifies a need to conduct interviews with VA employees, the contractor shall coordinate with the Contracting Officer’s Representative (COR) prior to commencement. Requests for interviews shall be put in writing and include the name of the individual identified and the data required. At no time shall the performance of this contract interfere with any current VA activities.
A list of training will be provided by the VA at time of contract award. Documents contained in VA databases relating to the training including preplanning correspondence, contracts or purchase agreements, and invoices, attendee assessments will be made available after the contractor identifies the selected conferences for review. In the course of the review, should additional information be required, this shall be identified to the executive sponsor and COR in writing. If the required data is not provided within 2 business days, the contractor shall notify the contracting officer so the data can be provided.
Task 4 Deliverables:
” Assessment of VA Training Program. Estimated assessment length to be less than 25 pages.
General Task Order Requirements
Period of Performance: The initial period of performance shall be 90 days from contract award date. The contractor shall complete the work required under this PWS in 90 days or less unless otherwise directed by the Contracting Officer (CO). Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO.
DELIVERABLES OR REPORTING REQUIREMENTS
Type of Contract: This contract is firm fixed priced deliverable for the base period in accordance with the Performance Work Statement.
Formal deliverables and reports for this task order shall be consistent with the deliverables and reporting requirements included in the Performance Work Statement. Weekly Task Reports are to be provided to the COR and Monthly Status Reports (MSRs) be provided to the COR and the CO.
Proposals: The contractor shall submit a technical proposal not to exceed 20 pages.
The technical proposal should address in detail how the contractor proposes to accomplish each of the PWS tasks and provide an appropriate work breakdown structure. The technical proposal shall be writtenin easily understood language and indicate the contractor’s past experience in each of the task areas. Resumes of personnel that the contractor designates as key personnel shall be included and will not be considered as part of the page count. The contractor’s cost proposal shall provide the cost for each of the tasks and work breakdown structure.
General Experience Requirements. Contractor staff shall be fully qualified and have the level of experience necessary to accomplish the requirements of this PWS. In addition, Contractor personnel shall be acceptable to the Government in terms of personal and professional conduct, and in technical knowledge. Furthermore, Contractor personnel are expected to be proficient using office automation equipment and software, and have sufficient written and verbal communication skills to support VA. Should any Contractor personnel be determined to be unacceptable in terms of technical competency or unacceptable personal conduct while on-site or while working on contract activities, the Contractor shall immediately remove and replace the unacceptable on-site personnel at no additional cost to the Government. Contractor personnel are to serve in a support role; final decisions regarding VA business will always be made by Government personnel.
SECURITY
The contract employee level of background investigation required for this effort is NACI.
NON-DISCLOSURE AGREEMENTS
All contractor personnel must execute Non-disclosure Agreements (NDAs) before obtaining access to procurement sensitive information.
COR NOMINEE
Gary S. Walters
Enterprise Program Management Office (ePMO)
1100 1st St. NE
Washington DC 20002
(202) 632-7299
gary.walters2@va.gov
Specific Task Order Metrics – The contractor’s performance will be evaluated based on the following metrics:
Performance Requirements Summary (PRS)
Desired
Outcome Required
Service Performance
Standard
Monitoring
Method Incentives/Disincentives
for Meeting or not Meeting the Performance Standards
Conforming Services PWS Section 3 Services shall be rendered per the Schedule of Deliverables within the period of performance.
The services shall meet the requirements as outlined in Section 3 of the Contract, Performance Work Statement 100% inspection
The COR will monitor quality of services according to the established criteria in this contract.
The COR will record start date and completion dates and provide agreement for each conforming service via by electronic mail. Past performance evaluation.
The Government will not pay for services that do not conform or do not meet performance standards, or have not been properly rendered.
The Contractor shall be given an opportunity to correct non-conforming services at no cost to the government if the services are non-conforming or the contract requirement is unacceptable.
A reduction in payment of (1%) will be made each calendar week beyond the deliverable due date until the acceptable conforming service or contract requirement is received.
The vendor shall not invoice until email confirmation from the COR accepting the service has been provided.
All Deliverables (see Schedule of Deliverables) See PWS Section 3 All deliverables outlined in Section 3 of the Contract and sections 3.1-3.4 of the PWS are to be delivered per the Schedule of Deliverables within the period of performance.

The deliverables shall meet the requirements as outlined in section 3 of the Contract and sections 3.1-3.4 of the PWS.
Each deliverable is delivered with 95% accuracy (less than 5% of the document requires revision) as determined by the COR. 100% inspection
The COR will record the receipt date of the deliverables as well as their quality according to the established criteria in this contract.
Past performance evaluation.
If any deliverable is received after the due date with no prior written approval by the COR, a (1 %) penalty will be assessed each week beyond the deliverable due date until the acceptable conforming deliverable is received.
If any deliverable is delivered with less than 95% accuracy as determined by the COR, a (1 %) penalty will be assessed.
The contractor shall re-perform at no cost to the government if any deliverable is unacceptable.
No payment will be made until applicable acceptable deliverable is received.
The vendor shall not invoice until email confirmation from the COR accepting the deliverable has been provided.
Evaluation Criteria: The contractor’s proposal shall be evaluated using the following guidelines:
Technical
 quality outweighs all other factors combined.
Task Order Award Meeting
The contractor shall not commence performance on the tasks in this PWS until a project kick-off meeting with the VA Project Team is held (no later than five days after contract award) or the COR advises the contractor that a kickoff meeting has been waived.
Schedule of Deliverables
All contractor-provided work products are to be furnished within the specified delivery dates (see below). Any changes to delivery dates must be discussed with the COR and requested in writing to the CO. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay and the impact on the overall project. The CO shall then review the facts and issue a response in accordance with applicable regulations.
Schedule of Deliverables (AD -Contract Award Date)
Paragraph Item Description Quantity Delivery Date
3.1 Task 1 Project Management Plan Two hard copies and one electronic version 10 calendar days after AD
3.1 Task 1 Weekly Activity Report One electronic version COB each Friday
3.2 Task 2 Assessment of VA Training Policy, Principle and Procedure Two hard copies and one electronic version Interim report within 45 calendar days from AD, Final report within 90 days from AD
3.3 Task 3 Assessment of VA vs. benchmark standard training best practices Two hard copies and one electronic version Interim report within 45 calendar days from AD, Final report within 90 days from AD
3.4 Task 4 Assessment of VA Training Program Two hard copies and one electronic copy. Interim report within 45 calendar days from AD, Final report within 90 days from AD
Set-Aside: Service-Disabled Veteran-Owned Small Business URL: https://www.fbo.gov/notices/f464626e62e2f9a29feeec6f9acdc564
OutreachSystems Article Number: 120825/PROCURE/0701
Matching Key Words: writ*; copy; technical; standard; 

Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070

R — RECOVERY–R–PROJECT NUMBER 116941, KENTUCKY LOCK&DAM, TN R, KY W912P5-10-D-0010-0013 083112 Isaac J. Taylor, 615-736-5679 USACE District, Nashville RECOVERY – PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): AVPOL INTERNATIONAL LLC, W912P5-10-D-0010

This task order will be issued for temporary personnel support services–one Secretary II at the Kentucky Lock Resident Office in Grand Rivers, KY
Place of Performance: Kentucky Lock Resident Office 193 Taylor Park Road Grand Rivers KY 42045-0002 US URL: https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-10-D-0010-0013/listing.html
OutreachSystems Article Number: 120824/PROCURE/0120
Matching Key Words: state!ky; 


Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

U–FIRE INSPECTOR I TRAINING VA77712Q0344 083012 William Singleton CONTRACT SPECIALIST 314.894.6656 x65108 CONTRACT SPECIALIST 
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 13.106, 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 provisions and clauses incorporated herein are those in effect through Federal Acquisition Circular 2005-23, effective June 12, 2008. The Department of Veterans Affairs Medical Center/Employee Education Resource Center, St. Louis, MO proposes to enter into a firm fixed price, competitivecommercial contract. This solicitation is unrestricted and The North American Industry Classification System (NAICS) is 611430 and the small business size standard is $7.0 million. The purpose of this contract is to provide specific training for Veterans Health Administration (VHA) Firefighters to enable them to pass the certification examination for International Fire Service Accreditation Congress (IFSAC) and the National Board on Fire Service Professional Qualification (Pro Board) Fire Inspector I/II. RESPONSES ARE DUE THURSDAY, August 30, 2012 by 4:00pm Eastern Time. E-Mail to: William.Singleton2@va.gov or fax to (314) 892-2010
STATEMENT OF WORK
2012 Fire Inspector I for VHA Firefighting Personnel
Workshop to be delivered at 7 Veterans Affairs Medical Centers
1. SCOPE
The purpose of this contract is to provide specific training for Veterans Health Administration (VHA) Firefighters to enable them to pass the certification examination for International Fire Service Accreditation Congress (IFSAC) and the National Board on Fire Service Professional Qualification (Pro Board) Fire Inspector I or II depending on need.
This requirement will be awarded with a base and 4 option years. Please submit pricing for all 5 years.
a. Background
The Veterans Health Administration has identified a need for VHA Firefighters to be certified in Fire Inspector I per IFSAC /Pro Board Accreditation.
b. Objective
Upon completion of this course, participants will successfully demonstrate the knowledge, skills and attitudes/abilities needed to obtain IFSAC/Pro Board Accreditation certification for Fire Inspector I.
Supporting objectives should include, but are not limited to:
” Necessary coursework, practical exercises, review and support for firefighters attending the course to successfully pass the IFSAC/ Pro Board certification examination for Fire Inspector I.
” These workshops will be instructed using both the Life Safety Code – 2012, and its referenced fire prevention code (NFPA 1 – 2012).
2. CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (COTR)

Madelyn Phillips, M.A. HRD
Project Manager
Little Rock Employee Education Resource Center
2200 Ft. Roots Drive, 138-E Building 11
North Little Rock, AR 72114
Phone 501.257.4197
FAX 501.257.4190
E-mail: madelyn.phillips@va.gov
3. SPECIFIC TASKS

a. Provide qualified and competent instructor for a 5-day (at least 35 clock hours) on-site instruction at designated sites:
” Martinsburg, WV- Fire Inspector I
” Ft. Meade, SD- Fire Inspector I
” Northport, NY- Fire Inspector I
” Coatesville, PA- Fire Inspector I
” Castle Point , NY- Fire Inspector I
” Lyons, NJ- Fire Inspector I
” Ft. Harrison, MT- Fire Inspector I
b. Instructional content and examples must be relevant to the certification requirements of Fire Inspector I.
c. The course must be highly interactive with engaging presentations and practical examples designed to reinforce major teaching points.
d. The content of course presentation must be current and relevant to current certification requirements of IFSAC /Pro Board certification in Fire Inspector I.
e. The instructor must facilitate relevant discussions, skill-based exercises and realistic simulations of content.
f. The instructor will administer the IFSAC/Pro Board examination to course participants and provide those with passing scores the necessary paperwork and certifications to apply for their IFSAC/Pro Board accreditation for Fire Inspector I.
g. Provide course evaluation for all participants and forward the results to the COTR and VHA Fire Department Program Manager.
h. Vendor must provide Life Safety Code – 2012, and its referenced fire prevention code (NFPA 1 – 2012) code reference books to be utilized during this training course.
4. CRITERION OF PERFORMANCE
This contract period is anticipated to begin on as soon as possible after the contract is signed and end no later than December 31, 2012 or upon completion of the course deliveries. The contractor will conduct the classes at the designated locations from 8:00 a.m. to 4:30 p.m. (ET) with at least one 20-minute break in both morning and afternoon and at least 60-minute lunch break at mid-day.
5. DELIVERABLES

The course listed below will be deliverable per contract at the location specified in 3.a. At the conclusion of the course in each location, participants will be provided with a course evaluation and a certificate of completion by the vendor. Vendor may provide loaner code reference books to be utilized during this training course.

Name of Course Date of Course(s) # of Students Cost of Class
Fire Inspector I
Ft. Meade, SD TBD up to 24 at each TBD
Fire Inspector I
Northport, NY TBD up to 24 at each TBD
Fire Inspector I
Martinsburg WV TBD up to 24 at each TBD
Fire Inspector I
Lyons, NJ TBD up to 24 at each TBD
Fire Inspector I
Ft. Harrison, MT TBD up to 24 at each TBD
Fire Inspector I
Coatesville, PA TBD up to 24 at each TBD
Fire Inspector I
Castle Point, NY TBD up to 24 at each TBD

6. EVALUATION FACTORS
Participants shall evaluate the course immediately after it is completed. The evaluation results will be shared with the COTR within five days after the course is completed so that questions and concerns may be dealt with in a timely manner.
7. SECURITY REQUIREMENTS
The contractor will have no access to Privacy Act information other than station and name of participants.
8. LEVEL OF EFFORT

An expert level of labor is expected for all class hours (approximately 60 class hours per conduct).
9. PLACE OF PERFORMANCE
The class will be presented at the determined locations listed above VAMC or other locations mutually agreed upon.
Scheduling delivery of the course will be at the convenience of the local VHA Fire Chiefs if the stated dates are not convenient for local personnel.
10. SPECIAL CONSIDERATION
The trainer for the Fire Inspector I training course must perform at the expert level. She/he must have previous experience teaching Fire Inspector I training courses and have ability to meet schedule.
In addition to the code enforcement text books; these workshops will be instructed using both the Life Safety Code – 2012, and its referenced fire prevention code (NFPA 1 – 2012).
All reference materials must be comprehensive in structure and presentation format. The cost of workshop must include all course materials, certificates, trainer, travel, and lodging, per diem as necessary and other related cost.
SECTION 508 – ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) STANDARDS
The Section 508 standards established by the Architectural and Transportation Barriers Compliance Board (Access Board) are incorporated into, and made part of all VA contracts, solicitations and purchase orders developed to procure Electronic and Information Technology (EIT). These standards are found in their entirety at http//www.section508.gov. A printed copy of the standards will be supplied upon request. The contractor shall comply with the technical standards at 36 CFR 1194.22 Web-based Intranet and Internet Information and Applications, 1194.24, Video and Multimedia products, and 1194.31, Functional Performance Criteria in performing this order. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2, 52.204-7 Central Contractor Registration, 52.212-3 Offeror, Representations and Certification-Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c) (2)(xii) and VAAR 852.270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers.

All Contractors MUST be registered and in good standing with the following:
CCR (www.ccr.gov)
ORCA (orca.bpn.gov)
D&B (www.dnb.com) *Must have SQR rating of 6 or better
Business
 Partner Network (www.bpn.gov)
Vets 100 (www.vets100.com) ) *If veteran owned business
Vet Biz (www.vetbiz.gov) *If veteran owned business
CONTRACTORS ARE ENCOURAGED TO REGISTER AT the eCMS Vendor Portal to do business with VA:
https://www.vendorportal.ecms.va.gov/eVP

URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77712Q0344/listing.html
OutreachSystems Article Number: 120824/PROCURE/0164
Matching Key Words: video*; produc*; train*; web; site?; education*; business*; instruct*; commercial?; 


Department of Veterans Affairs, Tampa VAMC, James A. Haley Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Network Contracting Activity 8 (NCA 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637

U–Web-Based Instruction VA24812I2647 082912 william.hilliard@va.gov Contract Specialist The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 8), James A. Haley Veterans Hospital, Tampa, FL is currently seeking any company that can provide the following items or equal:
Promoting Veteran Adoption of VA Patient-Facing Platforms using Game-Motivated Web-Based Instruction. This project will adapt existing promotional and instructional materials for VA Veteran-facing platforms (ex. My HealtheVet, Mobile, Kiosks, Home Tele-health, etc.) to a game-motivated instructional website to inform Veterans and their caregivers about these services and how to access and use these services. This site incorporates instructional learning modules and game-based motivations (gamification) approaches. It should be extensible, to adapt future instructional modules. This product is not accessing Veteran’s data, nor interacting with VA patient-facing platforms. The contractor shall complete the work in 365 calendar days or less from date of award.
Deliverable One: A detailed work plan and briefing will be conducted virtually (ex. Skype, VTEL or MS Communicator). The VA team will provide existing instructional and promotional materials about VA virtual services and resources for learning modules. The VA team will go over the site-wide requirements that are necessary for the website and contractor will demonstrate their ability to meet these requirements. These include: Contractor will work with VA team to refine their existing wireframed design and use cases to build a web-based learning application to motivate veterans to learn about their health care options in the VA. Learning modules will be developed to instruct Veterans about these topics, incorporating interactive features to motivate the Veteran’s learning. Features from games will be used to motivate Veterans, i.e. “Gamification”. This includes ribbons, medals and promotions. A forum will be created to add more interaction among the community. Guides and screen casts will also be created to walk Veterans through online resources. Contractor will explain their plan for managing new learning modules. The site is designed for extreme accessibility. This includes: 508 compliance, a preference for icons over text, audio playback of text content, cross browser compatibility (including Safari, Firefox and IE 7+) and no Adobe Flash. Alternative web technologies (such as HTML5 and/or JavaScript) will be used for developing website interactivity and presenting rich media (e.g. videos). The site will have three virtual personalities, hereafter avatars, which the Veteran will interact with. These avatars (presented as images or video) will be present on mission pages, as well as others, to talk back to the Veteran. These avatars include a sergeant, an officer and a healthcare worker and will have separate voices and static images. They will be used to create a more social and interactive feel as they guide the Veterans through the missions. The website will be designed for new modules to be added in the future as new VA technologies and benefits become available to Veterans.
The content and the learning application will be developed with industry standard web and database development technologies in human-readable formats (i.e. non-obfuscated), will be 508 compliant, with web analytic software incorporated (ex. Piwik). Media will use standard web formats: images (png, gif or jpg), video (mpg, mp4) and audio (mp3,aac).
Deliverable Two: Signed-off functional design plan (including wireframes) signifying an understanding between the contractors and the VA team. Contractor will work with VA team, using the VA’s existing wireframe as a template, to develop a finalized wireframe addressing the projects needs. This “sign-off” will be achieved in a final review meeting, after previous planning meetings, and represented as an email acknowledgement from the VA team.
Deliverable Three: Three competing “look and feel” options, each fully developed and demonstrated on two hypothetical webpages of the final website, will be developed by the contractor for the VA team to choose between for the final site’s look and feel. These options will be different and informed by conversations with the VA team. Small adjustments by the VA team to a selected look and feel are expected. The “look and feel” should include example ribbons and medal artwork, demonstrative of future artwork to be delivered.
Deliverable Four: The VA team will signed-off on the learning module outlines created by the contractor (or similar representation of learning module design used by the contractor and agreed to in the opening meeting) and both will agree to the topics of 5 step-by-step guides (or “wizards”). We anticipate 15 4-5 minute length learning modules covering 3-5 topic areas, presented in the kickoff meeting. We anticipate 5 screen capture videos to be incorporated in the plan and 3 types of interactive learning experiences (ex. drag and drop, text entry, etc.) to be used in the learning modules. The guides will address commonly used functionality of the VA’s online resources and will be provided by the VA team.
Deliverable Five: A scoring plan will be developed by the contractor and VA team incorporating rewards for completing tasks on the site, for example: ribbons, medals and rank. A scoreboard will be developed so Veterans can compare themselves in relation to peer users (using overall performance metrics). Artwork will be associated with each reward. Methods to incorporate social media and popularize the system will be incorporated in this plan (i.e. print a paper certificate when a high-level reward is achieved).
Deliverable Six: A forum section of the website will be designated, allowing Veteran users to discuss topics and communicate, and a plan for implementation will be presented to the VA team. Off the shelf solutions are expected to be used, which adhere to our site-wide requirements in addition to providing the following functionality to be demonstrated to the VA team:
Able to “pin” important posts to the top of a forum topic. Able to like/dislike a post, mark a posted question as answered and de-emphasize bad posts so they disappear (through a dislike function). Able to see a poster’s log of posts as well as their track record in terms of number of posts and like/dislike level.
Deliverable Seven: The contractor will provide a working prototype of the website to support the VA team’s user testing. A meeting will be held between contractor and the VA team where VA team is walked through the prototype and its features. This should take the form of a Cognitive Walkthrough, to identify issues that could impact a Veteran’s ability to use the site. The outcome of this Cognitive Walkthrough will be an initial issues list for the contractor.
Deliverable Eight: The VA team will produce an identified issues list to the contractors at one month after contractor delivery of the working prototype, whichever is later. This list will by ranked by issue severity. Contractor must make a best-effort to address identified issues on this list. The final list of changes will be mutually agreed upon by the contractor and the VA team, It is anticipated that contactor will deliver new updates for VA feedback during the remaining months of the project.
Deliverable Nine: The contractor will deliver the new website on a portable storage media (such as a USB flash drive), as well as instructions for deploying it on an IT infrastructure. They will assist the VA with any installation issues. All assets used in the system will be delivered to and owned by the VA. This includes raw audio, raw video, images, database structure, code, project save files, etc. The final delivery will also include a confirmation walkthrough of the complete instructional website, including completion of changes agreed upon in deliverable eight, and hosting solution for the website (both web and database) for a period of three years.
Optional Deliverable One: Contractor will deliver modules, with associated media and source files in-line with the above requirements, to VA team for delivery. As with the mandatory tasks of Section D, the VA team is expected to review the design and prototype of these modules, with at least a month of time for user testing to provide feedback to the contractor before the final deliverable. Additional artwork for the rewards should be included as well as support for adjusting the scoring system.
The government will determine on a SR basis what positions are considered key personnel. The contractor shall identify, by name, the key management and technical personnel who will work under this task order at the time the work is being negotiated. If a key person becomes unavailable to complete the SR, the proposed Substitutions of key personnel shall be made only as approved directed by the Contracting Officer and the COTR. The contractor shall submit a resume of qualifications for the COTR and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. Team personnel proposed by the contractor should possess some of the following knowledge and/or skills: Instructional education or eLearning experience; Graphic artists; Desirable: Experience with Gamification or game-based learning motivations (edutainment); Desirable: Veterans healthcare systems
The applicable NAICS for this item is 611430. Interested firms shall include a brief capability statement (include product specifications/brochures for equal items), complete contact information (company name, POC, email, phone), size status (large business, small business, SDVOSB, VOSB, Hub Zone 8(a), Woman Owned Small Business, etc), and GSA/FSS schedules if applicable. Also, please confirm if your company uses FedBid or is willing to use FedBid.
All responses to this sources sought notice shall be submitted to the following email address: william.hilliard@va.gov. Please do not call or leave voice messages. The closing time/date for responses is 1100 AM, 29 Aug 2012.
This sources sought notice is for market research purposes only. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. The Government will not pay for any information submitted under this notice.
URL: https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24812I2647/listing.html
OutreachSystems Article Number: 120824/PROCURE/0763
Matching Key Words: edutainment; 


Department of the Interior, U. S. Geological Survey, USGS – All Offices, 12201 Sunrise Valley Drive, Reston, VA 20192

R--Technical Writer 0040038229 061512 Name: Wesley Harris, Title: Contract Specialist, Phone: 7036487369, Fax: , Email: wharris@usgs.gov; CANCELLATION NOTICE:Bids are being solicited under solicitation number 0040038229. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to http://www.FedBid.com and reference Buy No. 356332_01.
Place of Performance: Reston , VA 20192 20192 US URL: https://www.fbo.gov/spg/DOI/USGS/USGS/0040038229/listing.html
OutreachSystems Article Number: 120824/PROCURE/0862
Matching Key Words: writ*; technical; 


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 purpose of this amendment is to change phone conference date and provide answers to questions that were asked IRT to this solicitation.
Telephone conference is changed to August 28, 2012 at 10:00am EST. Interested contractors must RSVP NLT August 24, 2012 at 3:00pm EST to jamese_promise@fws.gov to receive call-in information.
Q & A:
1. Please clarify the scope of this project based on how much footage needs to be newly shot vs. the amount of past footage that will be provided.
The USFWS can provide up to 20% of the still photos or film footage. The contractor will be reposible for providing the remaing footage either through filming it themselves or by obtaining it through private orcommercial photographers who have suitable footage.
2. With regard to past performance, are you looking for past performance with experience with manatees. or past experience with video production.
No manatee experience needed.
3. Is there a budget range identified for this project?
$15,000 – $30,000.
4. Will you be providing transportation within/around the preserve. i.e boats, atvs, etc. or does the vendor need to provide all transportation?
We would provide water transportation while on Refuge.
5. How much underwater footage currently exists? and how much new underwater footage will need to be shot.?
See question 1.
6. How much arial footage exists? and how much new arial footage will need to be shot?
No additional aerial footage will be needed (other than what we currently have).
7. Does each languaged version need subtitling in that version’s language? And does the english version need subtitling?
Subtitles would be needed in the versions language. English version would need English subtitles.
8. Will we be able to see a copy of the current manatee manners video before submitting a bid?
Go to http://www.fws.gov/crystalriver/ to see the current version
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00999/listing.html
OutreachSystems Article Number: 120824/PROCURE/0886
Matching Key Words: video*; film?; produc*; conference?; you; business*; production?; commercial?; filming; naics!512110; 

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

R — PHASE 1 DEVELOPMENT AND IMPLEMENTATION OF THE NOAA OFFICE OF NATIONAL MARINE SANCTUARIES (ONMS) VESSEL INFORMATION MANAGEMENT SYSTEM (VIMS) AT MONTEREY BAY NATIONAL SANCTUARY (MBNMS) ABOARD THE NOAA RESEARCH VESSELS MANTA AND FULMAR. NCND6000-12-02997SRG 083012 Suzanne A Romberg-Garrett, Phone 303-497-5110, Email suzanne.garrett@noaa.gov COMBINED SYNOPSIS/SOLICITATION
PHASE 1 DEVELOPMENT AND IMPLEMENTATION OF THE NOAA OFFICE OF NATIONAL MARINE SANCTUARIES (ONMS) VESSEL INFORMATION MANAGEMENT SYSTEM (VIMS) AT MONTEREY BAY NATIONAL SANCTUARY (MBNMS) ABOARD THE NOAA RESEARCH VESSELS MANTA AND FULMAR.
(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 is NCND6000-12-02997SRG

(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 541490. The business size standard is $7.0 million.

(V) This combined solicitation/synopsis is for purchase of the following commercial products:
CLIN 0001 – PHASE 1 DEVELOPMENT AND IMPLEMENTATION OF THE NOAA ONMS FOR VIMS AT MONTEREY BAY NATIONAL SANCTUARY (MBNMS) ABOARD THE NOAA RESEARCH VESSELS MANTA AND FULMAR.

(VI) Description of requirements is as follows:
SEE STATEMENT OF WORK BELOW.

(VII) Period of performance will be September 28, 2012 through September 27, 2013.

(VIII) FAR 52.212-1, Instructions to Offerors — Commercial Items (FEB 2012), applies to this acquisition.

Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-3163 no later than 4:00 p.m. MST, August 27, 2012.

(IX) FAR 52.212-2, Evaluation – Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on the Capability to meet the Statement of Work Requirements and Price Factors.

1) Capability (70%). The four subcategories below are used to evaluate capability to meet the requirements of the Statement of Work under SCOPE PARAGRAPH 3.2 System Development and support the minimum experience or background requirements of contractor personnel:
a. Past Performance – Responsible work experience in a related field (20%). Please provide examples of work history in narrative with dates and times. This is evaluated poor (less than 1 years), good (1 to 5 years, outstanding (more than 5 years directly significant to the requirement)

b. Experience – Responsible work experience tracking information about, or similar to, small boat operations, personnel, and maintenance (20%). This is evaluated as good (experience) or poor (no experience).

c. Technical Knowledge (20%). Please provide examples of interface(s) that are designed to be easily used by a wide range of users and associated outputs. This is evaluated as good (relevant examples) or poor (examples not relevant).

d. References (10%). Please provide 2 references including Contact name, Company, phone, and email. Minimum 2 provided and then the rating is Acceptable/Not Acceptable.

2) Price (30%). The Government intends to award a firm-fixed price purchase order on an all or none basis.

(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 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 (JULY 2012) applies to this acquisition. The following clauses under subparagraph (b) apply:
(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012)
(12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).
(26) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAY 2011) (E.O. 13126).
(28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
(29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
(39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d).
(47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).

(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 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 address: http://www.arnet.gov (End of Clause)
52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011)
52.214-34, Submission of Offers in the English Language (Apr 1991)
52.214-35, Submission of Offer in U.S. Currency (Apr 1991)
52.216-7, Allowable Cost and Payment (Jun 2011)
52.217-8, Option to Extend Services (Nov 1999)
52.242-15, Stop Work Order (Apr 1989)
52.246-16, Responsibilities For Supplies (Apr 1984)

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)

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 performance in accord with the terms of the contract.
(End of clause)

1352.201-72 CONTRACTING OFFICER’S REPRESENTATIVE (COR) (APR 2010)
(a) TO BE PROVIDED 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:
Phone Number: TO BE PROVIDED
Email: 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)

OBSERVANCE OF LEGAL HOLIDAYS AND SITE CLOSURE INFORMATION:
The Contractor hereby agrees to observe the following Federal holidays, plus any other day off work designated by Federal Statute, by Executive Order, or by Presidential proclamation:
New Year’s Day Labor Day
Martin Luther King’s Birthday Columbus Day
President’s Day Veteran’s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day

When any holiday falls on a Saturday, the preceding Friday is observed; when any holiday falls on a Sunday, the following Monday is observed. All personnel assigned to this contract shall limit their observation of holidays to those set forth above.
In each instance, the Contractor agrees to continue to provide sufficient personnel to perform requirements of any critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or the MIC. In the event of a site dismissal or closure due to weather, emergency or other circumstances, the contractor is instructed to contact the Manager In Charge (MIC) or Alternate MIC for guidance.
(End of provision)

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)

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

(XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. Mountain Standard Time on MST, August 30, 2012. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-3163 and the email address is Suzanne.Garrett@noaa.gov.

(XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Garrett@noaa.gov or fax (303) 497-3163.

STATEMENT OF WORK
FOR
DEVELOPMENT OF AN ONMS VESSEL INFORMATION MANAGEMENT SYSTEM

1.0 BACKGROUND

The NOAA Office of National Marine Sanctuaries (ONMS) has a fleet of small research and law enforcement boats (up to 100 feet overall length) located at various ONMS facilities throughout the United States and American Samoa. These small boats are critical elements of the ONMS research, law enforcement, education, and outreach missions/requirements efforts. Tracking and management of information relative to each vessel and assigned personnel is needed for missions/operations, maintenance and repair, personnel and vessel assignments, scheduling, budgeting, procurement and contract administration, equipment allocation, compliance and reporting requirements.

Development of the ONMS Vessel Information Management System (VIMS) will be accomplished in two or more phases. Phase One will include development of the prototype VIMS, installation and operation aboard two ONMS research vessels. Full function on-line access to the system will also be provided at up to six additional locations for management review purposes. As a separate action(s), subsequent phases will incorporate lessons learned during preceding phases, improve the software application, and provide for installation and operation at additional National Marine Sanctuaries, National Marine Monuments, ONMS Regional Offices and ONMS Headquarters, and aboard all ONMS vessels.

2.0 SCOPE

This Statement of Work (SOW) contains the Phase 1 requirements to develop the ONMS VIMS, install aboard two ONMS research vessels, and at up to 6 additional locations for ONMS management review during the development process, and to operate the VIMS for a period of one-year. Work can be accomplished at a Contractor’s proposed facility subject to NOAA approval. The intent is to procure services to create and operate custom software used for management of Sanctuary vessels with a one-year base.

3.0 TASK REQUIREMENTS

This section defines the minimum work and general requirements required by the ONMS in execution of this SOW.

3.1 General Requirements. During performance of this SOW, the Contractor shall adhere to the following requirements for all work efforts.

• Any Contractor personnel designing, developing, installing, operating and maintaining the ONMS VIMS will be required to meet the appropriate levels of Commerce and NOAA IT Security requirements. Contractor will coordinate with ONMS IT Manager to meet requirements.

• The Contractor shall provide all software and connectivity required to complete the ONMS VIMS Phase 1.

• The Contractor will provide personnel who are qualified for the software applications and IT systems involved.

• Appropriate use of video teleconferencing in lieu of travel is encouraged with approval and coordination with NOAA.

3.2 System Development and Support. System development and support will follow the steps below:

3.2.1 Conduct a project and database requirements review meeting to identify and prioritize initial Phase 1 requirements, working with ONMS.

3.2.2 Develop initial design of interface and reports (outputs).

3.2.3 Create database with integrated calendar (software) for two Sanctuaries and two vessels, and determine possibility of integrating with existing ONMS applications.

3.2.4 Conduct a project, database, interface and integration review meeting with ONMS.

3.2.5 Compile ONMS review comments and make revisions.

3.2.6 Provide a demonstration of the software to ONMS.

3.2.7 Compile ONMS demonstration review comments and make revisions.

3.2.8 Complete initial implementation roll-out at both sites and aboard two vessels, loading documents, testing and modifying, as necessary.

3.2.9 Provide a second demonstration of the software to ONMS.

3.2.10 Compile ONMS demonstration review comments and make revisions.

3.2.11 Deploy software and provide User Training, Software Documentation and Vendor Support.

3.2.12 Conduct a project, database, interface and integration review meeting with ONMS, after 3 months of operation.

3.2.13 Compile ONMS review comments with Vendor activities information and make VIMS revisions.

3.2.14 Conduct a third demonstration of the revised system and provide revised VIMS documentation.

3.2.15 Provide scoping estimate for Phase 2 deployment to additional designated sites and vessels.

3.2.16 Operate system and maintain help desk support through entire period of performance.

3.3 User Training. The Contractor shall provide User Training to personnel identified in the NOAA Functionality Requirements, Subsection 4.1.15 below.

4.0 GOVERNMENT FURNISHED INFORMATION/EQUIPMENT

NOAA shall make available the two vessels as required, and provide a craft information book (CIB) or detailed inventory of each vessel, to support the tasks defined in this SOW.

Additional information on the VIMS requirements is provided below, organized as NOAA functionality requirements, software features, database parameters and standard report types.

4.1 NOAA Functionality Requirements

Functionality requirements are listed below.

4.1.1 System

• Software must be installed centrally on a server platform without the need to manage virtual desktops for access.
• Platform must be developed using current generation Microsoft software tools and programming languages.
• Client software must be fully accessible using Microsoft Internet Explorer in a native fashion and not via third party products.
• The system must be accessible without installation of client components on the desktop.
• Must by fully supported in a Microsoft SQL Server 2008 Environment.
• The system should allow for separate production, training, and pre-deployment environments without the need for additional licensing or hardware.
• Solutions based on classical client server/machine architecture that requires software to be loaded on any client system will not be considered .

4.1.2 Security Administration

• The system should require a standard internet connection and TCP/IP connection for all users with authorized access.
• The system must be ActiveDirectory compliant and implement single sign on capabilities.
• The system should provide access from outside of localized firewalls by authenticated users in accordance with accepted security standards.
• The system must have implement role-based security that can be managed by business supervisors using integrated tools.
• System security must manage permissions by user and user groups.
• System should allow permissions to be applied using a hierarchical grouping of increasing functional detail to quickly modify or manage access groups.
• For users without access to system functions menus, screen controls and data should not be visible to the user.
• The system will meet Department of Commerce and NOAA Chief Information Officer security requirements.
• The system will be password protected.
• The system will have the capability to transition to Common Access Card (CAC) card readers for user access, per the phased approach.

4.1.3 Data Management

• System data should be stored in a normalized relational database.
• The system should provide data validation by providing messages and hints that allow users to correct invalid data upon entry.
• The system should provide the capability to tailor and configure functions such as workflow changes, base coded fields, and software extensions.
• System controlled values and coded fields should be provided using dropdown boxes or searchable popup windows.
• Data should be searchable on a configurable variety of fields using wildcard searches.
• Query results should be sortable on one or more fields or groups of fields.
• The system should provide integrated tuning tools that keep data access performance and fragmentation from degrading over time.
• The system should allow for daily scheduled backups from a centralized location.
• When operated offline, the system should query for a backup if a daily scheduled backup has not been completed.
• The system must support validation routines that ensure data integrity and clearly indicate violations to the end user.
• Data presentation must make use of drill down/through capabilities for related information.
• The system should maintain audit trails for data changes by login user and server date/time.

4.1.4 Vessel Asset Registry/Inventory

• The software must track vessels from each sanctuary in a centralized database.
• The software must implement a hierarchical structure for defining vessels and its components:
o Overall Vessel;
o System;
o Sub-system; and
o Components

Note: All vessels have components. Not all vessels have sub-systems. The hierarchical structure must accommodate these differences.

• When defining vessels the software must provide search, sort, and catalog features for the following vessel attributes:
o Vessel Type;
o NOAA Contract Number;
o NOAA Hull Number;
o Builder Hull Number;
o CIB Issue Date, Specification, and Revision;
o Overall Dimensions (length, beam);
o Deck Dimensions (length, beam); and
o Draft Dimensions (departure, arrival, and air).
• The software must catalog vessel systems logically and be broken down into increasing detail for individual components.
• The software must support work breakdown system (WBS) and ship work breakdown structure (SWBS) coding standards for each level of vessel definition.

Note: Not all vessels have a craft information book (CIB), so this attribute will require selectable null descriptors, or will be an optional selection.

4.1.5 Documents

• The system must allow schematics, drawings, documents, pictures, images, videos, url links, and technical orders, as electronic files, to be attached to each defined component of the vessel.
o Documents (doc, txt, pdf …etc);
o Images (jpg, png, bmp, tif, gif …etc);
o Drawings (dwg, dxf, vsd, vdx …etc); and
o Videos (asf, avi, mov, mp4, mpg, wmv …etc).
• The system must provide a means for document configuration control.

4.1.6 Operations

• The software must allow usage hours to be collected during maintenance activities, including:
o Engine Run Hours;
o Equipment Operation.
• The software must remind user when operational meters have not been read or usage not tracked within a reasonable period of time.
• Escalation procedures and functionality must be a systemic feature.
• The software must allow individual systems to be separately tracked for usage.

4.1.7 Preventive Maintenance

• The software must provide preventive maintenance (PM) schedules based upon calendar days, operational usage and/or both. PM schedules must automatically calculate based upon the completion of the last time the preventive maintenance task was performed.
• The software must support an unlimited number of scheduled tasks for each vessel system based upon a mix of calendar days or operational usage.
• The software must support maintenance tasks for one system or component that are based upon the operational usage of another system or component.
• The software must support additional and deletion of portable equipment items [Items shared between boats, sites and regions] to and from a specific boat, but retain the information in the system for continuity of PM actions at other regions, sites or boats.
• Visual display of schedules must be in calendar format similar to Microsoft calendar format. The visual display must list pending maintenance schedules, unscheduled maintenance tasks, and tasks already scheduled to allow operators to properly manipulate the schedule based upon availability of materials, crew, and equipment.
• Calendars must be available that filter tasks based upon the sanctuary, vessel, crew supervisor, and individual based upon user login. For instance, a view should be provided that shows all tasks for a sanctuary and a view that allows a supervisor to manage their entire crew.
• The software must allow assignment, cancellation, scheduling, deferring and completion functions directly from the calendar using a contextual, drag-and-drop user interface.
• The software must allow, incorporate, and retain user notes input during the performance of any maintenance task.

4.1.8 Budgeting

• The software must support task based budgets based upon projected costs for:
o Labor;
o Materials;
o Equipment; and
o Miscellaneous.
• The software must use a cost center accounting model where maintenance costs are associated with each vessel and can be rolled up to each sanctuary and the respective region.
• The software must support budgeted costs compared to actual costs for each task performed.
• Task budgets should be standardized with adjustment factors to allow comparison between all fleet vessels.

4.1.9 Work Management

• Work tasks must be broken up into activities that provide checklists for completion of the overall task.
• Each task must maintain an operational log for the history of the task, including:
o Scheduling/rescheduling;
o Assignment/reassignment; and
o Completion/reopen.
• Software must support tasks and activities tied to specific vessel systems, components, and/or combination of both.
• When an activity is performed the history must reflect on which components it was performed.
• Software should support images and documents associated with the performance of a task.
• Cost categories must include labor, material, equipment, and miscellaneous costs.
• Costs are to be fully burdened.
• When recording labor costs, software must support multiple discipline work and labor rates associated with the task.
• Technician must be able to select all system components in which maintenance was performed when completing a task.
• Tasks must be able to be partially completed while retaining history that there are remaining activities to be performed.
• The system must allow manager to view all of their direct reports, work schedules, and assigned activities.

4.1.10 Reporting

• All report generation will be viewable by individual/specific sanctuaries, regionally or nationally via a dashboard for users and management based on access and user control rights.
• Reports must be available using industry standard 3rd party report writing tools.
• Software must integrate with SQL Reporting Services for reporting directly from within the software.
• Reports must be rendered to the following formats:
o Portable Document Format (pdf);
o Microsoft Word (doc); and
o Microsoft Excel (xls)
• Users with the appropriate access should be able to quickly create reports for on-screen viewing or export to Microsoft office products using an intuitive user interface that can be stored for easy retrieval based upon user access.

4.1.11 Software Lifecycle

• The software must have a continual upgrade/enhancement release schedule to provide updates semi-annually with a Service and Maintenance Agreement, and provide for ongoing Microsoft compliance with future Server, SQL Server, and desktop OS product availability.
• The software must have online, HTML based support and reference documentation available to the end user.
• Provider must have experience managing multiple installations, software version controls, multiple release migrations, and a minimum of 5 years of product support.
• Software updates and maintenance should be scheduled with the agency and remotely deployable after hours by the vendor.

4.1.12 Software Licensing

The software must be licensed for the Agency in an unlimited, perpetual, enterprise fashion. (No incremental fees based upon increasing number of users.), and for multiple servers with the ability to install additional environments for training and pre-production.

4.1.13 Helpdesk Support

• The Provider must provide and support:
o Telephone support at least 5 days per week, 8-10 hours per day minimum;
o The ability to ‘self-report’ issues and problems and check status via a customer access web portal;
o The ability for remote, real-time, collaborative support sessions to occur online; and
o Trouble resolution/escalation procedures.

4.1.14 Vendor Past Performance

Vendor shall have documented past performance in the successful deployment, support and maintenance of not less than 10 large scale enterprise-wide asset management projects or contracts. Past performance may include federal, state and local government agencies or commercial customers.

Vendor shall have documented past performance providing high level help desk support with adequately trained personnel and the use of industry standard tools such as Remedy or equivalents that provide support for trouble tickets, call and issue logs, resolution and reporting for end customers.

4.1.15 Users

• The VIMS will have capacity and capability for simultaneous multiple users at multiple sites, including:
o Administrator(s) – technical leads (i.e., VIMS lead, IT lead);
o Manager(s) of VIMS (sees all data) – non technical lead(s);
o Regional lead(s) – non technical;
o Site lead(s) – Site superintendent/deputy providing oversight (non-technical); and
o Site vessel lead(s) – Vessel Operations Coordinator (VOC)/Other (data entry person for site).

4.1.16 Interface

• The interface will be designed and developed with the following:
o Ease of use for wide range of users (i.e., it is easily used by a wide range of non-technical staff);
o Based on initial requirements identified by ONMS;
o Capability to add additional features per phased approach;
o Capability to transition to Cloud-based versus server-based, per phased approach;
o On-line interface;
o Off-line capability; and
o Reconnectivity and alert when internet access or signal is restored

4.2 NOAA Software Features

4.2.1 VIMS Content

• Content to include following types of information:
o Inventory of vessels per region and site location;
o Inventory of equipment, systems, and safety gear per vessel;
o Maintenance tasks per equipment, system, and safety gear;
o Scheduling on central calendar (maintenance, operations, inspections);
o Track costs of Maintenance, Personnel, Operations (fuel) per vessel;
o Track completion of maintenance tasks;
o Document storage (e.g., engineering drawings, pictures, standardized forms, etc.);
o Casualty reporting CASREPS;
o Cruise plans (pre cruise);
o Cruise reports (post cruise);
o Equipment tracking, such as equipment that can be shared between boats (e.g., ROVs, dive equipment, sensors, etc.).

4.2.2 Users

• The system will have the capability and capacity for multiple users at multiple sites, including:
o Administrator(s) – technical leads (i.e., VIMS lead, IT lead);
o Manager(s) of VIMS (sees all data) – non technical lead(s);
o Regional lead(s) – non technical;
o Site lead(s) – Site superintendent/deputy providing oversight (non-technical); and
o Site lead(s) – VOC/Other (data entry person for site)

4.2.3 Interface

• Interface attributes are as follows:
o Ease of use for wide range of users (i.e., it is easily used by a wide range of non-technical staff);
o Based on initial requirements identified by ONMS;
o Capability to add additional features per phased approach;
o On-line interface; and
o Off-line capability.

4.2.4 Output

• The design and development of attributes and functionality described below will be based upon the requirements in this SOW Section 4, and the results of consultations, meetings and system demonstrations described in SOW Section 3.0:
o Report (e.g., reports/outputs for OP&M, maintenance records, maintenance scheduling, CASREPs, inspection reports, cruise plans, cruise reports, etc.); and
o Query

4.2.5 Training and Installation

• Training sessions for ONMS key users is required.
• Installation of application will be required and means will be dependent on application.

4.3 Database Parameters

4.3.1 Operations, Personnel and Maintenance (OP&M)

The OP&M costs for purposes of database parameters include costs for operations, personnel, maintenance and repair, as listed below.

• Operations Costs:

o Equipment- Life rafts, life vests, first aid kits, lights, emergency equipment, GPS, electronics, radios, charts, mooring lines, fenders, turn out gear, diapers;
o Food- Food and drinks including potable water, bulk, bottled or packaged, filtration or treatment;
o Fuel- Fuel/lubricants;
o Mission costs- Scientific or mission-specific equipment, consumables – paper, specific manning, batteries, ice;
o Slip fees, boat facilities- Slip fees, berthing, boat facilities lease – if these are annual costs please put the amount in the month when it is paid; and
o Vehicle and trailer- All costs associated with vehicle and trailer specifically for small boat.

• Personnel Costs:

o Crew contracts- Salaries and overheads
This information can be obtained from labor estimates, contracts or memoranda of agreement (MOAs).§
If these are annual costs, the respective amounts are to be posted in the month paid.§
o Training- Examples include the following:
First aid;§
Cardiopulmonary resuscitation (CPR);§
NOAA Component Course;§
Fast Rescue;§
Advanced Coxswain;§
Standards of Training, Certification and Watch Keeping ( STCW);§
Marine Mammal Ship Strike Avoidance;§
Inspection;§
Lifeboat; and§
Travel costs specific to training.§
o Workshops and Focused Meetings.

• Maintenance Costs:

o Parts – Vessel parts and supplies, including paint, coatings and lubricants
o Planned Services (contract or procurement) – Services for maintenance and repair.
o Dry docking, Yard Packages- Dry dock fees and regular maintenance packages
o Emergency Maintenance- For repairs or maintenance due to extenuating circumstances (emergency) that would not be normally done this year (Unprogrammed).
o Engineering Changes- A change done to the vessel that was required to improve mission capabilities and was not required for the safe and effective operation of the vessel

• External Funding.

Funding is from sources other than from the NOAA Office of National Marine Sanctuaries. Sources may include universities, institutes, other NOAA Line or Program Offices, other federal, state or tribal agencies, Non-Governmental Organizations (NGOs), and partners (e.g., National Marine Sanctuary Foundation). External funding amounts may have already been included in the itemized OP& M above, but are separated here for tracking and reporting purposes. Funding is tracked by source, amount, date of receipt and any imposed conditions.

• Days at Sea (DAS)

Days at Sea includes Mission Days at Sea, Partner Days at Sea, Maintenance/Training Days at Sea, VIP or OCE Sanctuary Tours and Vessel Demonstrations, and Total Days at Sea. Days at Sea will either be recorded as whole days or partial days. Parameters are provided below.

o Mission Days at Sea. Days actually on missions. For mission days not done or completed due to cost limitations, a deferred field needs to be developed, and the days (whole or partial) is put in the related deferred field.
o Partner Days at Sea- Included within Mission Days at Sea. For separate tracking and reporting purposes, Partner Days at Sea includes those days utilized by Partners and others (e.g., universities, institutes, other NOAA Line or Program Offices, other federal, state or tribal agencies, NGOs). On a given voyage or mission day, joint with ONMS or without ONMS participation, there may be more than one partner and others aboard, so all are to be identified and relative mission precedence documented.
o Maintenance Days at Sea. Maintenance Days at Sea includes days that the vessel is either in use (e.g., transiting to a boat yard) or out of service for maintenance and repair activities.
o Training Days at Sea is only those days used and dedicated for training purposes. It does not included deadline time for when the crew is unavailable for other training purposes.
o Outreach and Education Sanctuary Tours and Vessel Demonstrations Days at Sea – Included within Mission Days at Sea. For separate tracking and reporting purposes, Outreach and Education Days at Sea include those days so dedicated. Outreach and Education efforts may include federal, state, tribal and community leaders, representatives and members, as well as students, partners and other concerned citizens. Organizations and entities, as well as mission purpose, general voyage route, numbers of passengers and any special accommodations are to be included in the database.
o Total Days at Sea. Sum of mission, maintenance and training DAS.

• Cost Summary

Parameters are provided below.

o Total operations costs- Sum of operations costs;
o Total personnel costs- Sum of personnel costs;
o Total maintenance costs- Sum of maintenance costs;
o Total OP&M costs- Sum of operations, personnel, and maintenance costs; and
o OP&M Cost Per Day (DAS Only) – OP&M costs divided by total days at sea.

4.3.2 Maintenance – Maintenance database parameters are listed below.

• Maintenance Procedure Lists – List of all procedures for each separate boat linked to the respective procedures documents.
• Maintenance Procedure Documents – Includes approximately 20 to 200 documents per boat, standard form, annotatable by users.
• CASREPs/CASCORs- Casualty report (CASREP) and casualty correction (CASCOR) documents (CASCOR), standard form.
• ECRs- Engineering Change Requests (ECRs), Unique to circumstance or conditions aboard each boat, standard form
• Configuration Item Lists- One per boat, standard form, Approximately 50 to 200 line items per boat.
• Yard Lists and Estimates- List of recommended maintenance or repair actions with estimates generated from inspections, One per boat per year, drop in file.
• Yard Statements of Work (SOWs) – SOW generated from yard lists and inspections, One per boat per year, drop in file.
• Yard Summaries- One per boat per year, drop in file .
• NSBP Inspection Reports & Responses- Requirement of the NOAA Small Boat Program (NSBP), One set each per boat per year, drop in file .
• Lifting Gear Inspection and Test Reports – One per boat per year, drop in file.
• Vessel Performance Test Reports – One per boat, drop in file.

4.3.3 Portable Equipment Tracking [Items shared between boats, sites and regions] – Parameters include:

• Equipment Item- Name of the item;
• Equipment Description- Describe the item;
• Home Site- Home site for equipment item;
• Status – Home-site, in-transit or on-loan;
• Current User – Name of current user, tied to a pull-down menu.
• Current Location – Name off current location, tied to a pull-down menu.

4.3.4 Document Storage – Parameters include:

 Standard Forms – Location to access standard forms (e.g., configuration management, incident/accident reporting, letter to guests, vessel naming protocol, vessel sale procedures, training and certifications, excessing government property), total of 300MB in 300 files per boat, standard forms to be downloadable and either fillable or templates;
• Ship Drawings – Ship drawings and related transmittal or descriptive documents, total of 150MB in 150 files per boat;
• Ship Manuals – Approximately 150MB in 150 files per boat, drop in files;
• Vessel Photographs – Digital pictures of ONMS boats, total of 300MB in 300 files per boat;
• Vessel Videos – Digital movies of ONMS boats, total of 100MB in 50 files per boat; and
• Vessel Fact Sheets – Total of 10MB in 10 files per boat.

4.3.5 Boat Scheduling / Cruise Plans / Cruise Reports

• Task schedules are to be presented in graphic calendar form, allowing entry, editing, and deletion of items in pop-up tables.
• Scheduled items can be revised by the drag-and-drop method.
• Cruise plans will be created within the program in a standard format.
• Cruise reports will be created within the program in a standard format derived from cruise plans.

4.4 Standard Report Types

Standard report types are listed below.

4.4.1. Maintenance.
Report actions, labor costs, and material costs for any user defined time frame grouped by the following parameters:
• Component
• System
• Boat
• Site
• Region
• ONMS

4.4.2. Drills
Report actions for any user defined time frame grouped by the following parameters:
• Type
• Boat
• Site
• Region
• ONMS

4.4.3 Inspections
Report actions for any user defined time frame grouped by the following parameters:
• Type
• Boat
• Site
• Region
• ONMS

4.4.4 Repairs
Report actions, labor costs, and material costs for any user defined time frame grouped by the following parameters:
• CASREP’s and CASCOR’s (emergency repairs)
• Component (emergency and non-emergency repairs)
• System
• Boat
• Site
• Region
• ONMS

4.4.5 Yard Work
Report actions, labor costs, and material costs for any user defined time frame grouped by the following parameters:
• Component
• System
• Boat
• Site
• Region
• ONMS

4.4.6 Configuration Items

4.4.6.1 Boat Configuration Items. Report lists of boat configuration items arranged by SWBS and grouped by any or all of the following parameters:
• Part number
• Model number
• Model name
• Brand
• Component type
• Subsystem type
• System type
• Boat
• Site
• Region
• ONMS

4.4.6.2 Portable Equipment Configuration Items [Items shared between boats, sites and regions]. Report lists of portable equipment configuration items arranged by SWBS and grouped by any or all of the following parameters:
• Part number
• Model number
• Model name
• Brand
• Component type
• Subsystem type
• System type
• Boat
• Site
• Region
• ONMS

4.4.7 Crew Labor
Report actions, labor costs for any user defined time frame grouped by the below listed parameters.
• List of crewmembers:
o Name or number
o Position
• Work performed by:
o Component
o Subsystem
o System
o Boat
o Repair task
o Site
o Region
o ONMS
o Mission, underway
o Mission, Mobilization and Demobilization
o Maintenance task
o Training

4.4.8 Fuel and Lubricating Oils
Report material costs and source for any user defined time frame grouped by the following parameters:
• Component (for oils only)
• Boat
• Site
• Region
• ONMS
• Mission (This is provisional, but desired)

4.4.9 Consumable Materials
Report material costs and source for any user defined time frame grouped by the following parameters:
• Item, boat materials
• Item, foodstuffs
• Boat
• Site
• Region
• ONMS
• Mission (This is provisional, but desired)

4.4.10 Mooring Facilities
Report costs and source for any user defined time frame grouped by the following parameters:
• Permanent
• Temporary
• Mission
• Boat
• Site
• Region
• ONMS

4.4.11 Vessel Transportation
Report costs and source for any user defined time frame grouped by the following parameters:
• Trailer, towed
• Truck
• Temporary permits
• Marine vessel, as cargo
• Site
• Region
• ONMS

4.4.12 Operations (Corresponding to the graphic schedule)
The operations will correspond to those inputted for visual display of schedules in calendar format. Report status for any user defined time frame grouped by the following parameters:
• Maintenance
• Repairs
• Yard work
• Mission, mobilization and demobilization
• Mission, underway
• Crew aboard
• Boat
• Site
• Region
• ONMS

5.0 DELIVERABLES

The contractor shall deliver the following deliverables in accordance with the defined requirements for each deliverable. Deliverables shall be electronically submitted to the COR via email as Microsoft Word or PDF documents. The Contractor shall ensure any electronic files submitted to the COR are free of any viruses when sent.

5.1 Monthly Progress Report. No later than the 5th business day of each month, the Contractor shall deliver a Monthly Progress Report summarizing services provided, actual costs, and problems encountered.

5.2 Phase 2 Scoping Estimate. No later than 15 business days after completion of the Section 3.2.12 programmatic review meeting, provide a scoping estimate for installation and operation of the VIMS at all remaining National Marine Sanctuary Offices, National Marine Monuments Offices, ONMS Regional Offices and ONMS Headquarters, and aboard all ONMS vessels.

5.3 Final Report. The Contractor shall deliver a Final Report no later than 10 business days after completion of this SOW. The Final Report shall detail work completed, problems encountered, problem resolutions, and other information necessary for VIMS operation.

6.0 PLACE OF PERFORMANCE

The Contractor shall determine the appropriate location for the work tasks subject to NOAA approval. The Contractor is responsible for obtaining access to any applicable NOAA sites. Work performed at Contractor facilities shall adhere to industry standards and NOAA regulations. Government facilities including ports may be used for staging the vessel as necessary by NOAA and approved by the COR.

7.0 PERIOD OF PERFORMANCE

All work within this SOW must be completed by September 27, 2013.

8.0 TRAVEL

Travel is required and authorized in support of this SOW. Travel will be scheduled and conducted in accordance with the applicable Federal Travel Regulations (FTR) administered by the General Services Agency (GSA). Travel expenses under this task order shall be in compliance with the FTR. Up to two one-person trips (installation and training) could be required.

9.0 INVOICING
Invoicing will be submitted monthly to NOAA no later than the 15th calendar day of each month for the preceding month, or the first business day before the 15th.

10.0 IT SECURITY

For mobile application, web application and/or software product development, appropriate planning needs to be included during the assessment of needs, requirements, development and testing.
• The developer must select and document secure baseline/ checklist (see National Checklist Program below) for the application/ software being developed to address IT security issues.
• The developer must document any deviations/exceptions from selected secure baseline. This secure baseline best practice must be implemented throughout development of product.
• The developer must perform a full source code review and application code scanning for vulnerabilities must be conducted. Any identified source code review deficiencies or scanner identified vulnerabilities must be mitigated and any other generated supporting documentation including the raw vulnerability scanner reports must be provided. This applies to all source code updates which must undergo a full source code review, full source code scanning and mitigation of vulnerabilities with the appropriate documentation provided to the government for each update demonstrating this security requirement has been met. Source code must be provided to the government for each product update, enhancement and/or security flaw remediation.
• If the solution includes a network operating system (i.e., Windows, Linux, etc) or web server (i.e., Apache, Microsoft IIS, etc) then all components (application, web server and network operating system) must have security checklist implemented and documented. System development lifecycle management of the application, web server and network operating system is expected. The government will provide, upon request, the current secure benchmarks being used for existing technologies to ensure compatibility. This applies to all updates must undergo vulnerability scanning, secure baseline compliance scanning and mitigation of vulnerabilities with the appropriate documentation provided to the government for each update demonstrating this requirement has been met.
• The developer must ensure the solution doesn’t contain in spyware, malicious software, coding flaws or programming backdoors to circumvent the application functionality or the security of the application as described by the government. The solution must not access data stored on the device or request end user information without following all government (including OMB) requirements. The solution must not transmit stored data from the installed device without clearly notifying, fully describing the required data being transmitted and receiving the government’s approval.
• More requirements identified below.

For database development, appropriate planning needs to be included during the assessment of needs, requirements, development and testing.
• The databases must implement secure baseline\ checklist (see National Checklist Program below) for each database and perform databases) vulnerability scanning for vulnerabilities.
• The databases weaknesses as identified from any scanner identified vulnerabilities must be mitigated and any generated supporting documentation including raw vulnerability scanner reports and documented security checklist with deviations, if deviations exist, must be provided. This applies to all updates must undergo vulnerability scanning, secure baseline compliance scanning and mitigation of vulnerabilities with the appropriate documentation provided to the government for each update demonstrating this requirement has been met.
• If the solution includes a network operating system (i.e., Windows, Linux, etc) then both (database and network operating system) must have security checklist implemented and documented. System development lifecycle management of the database and network operating system is expected. More requirements identified below.

IT security issues for the application/ database/ network operating systems must ensure secure management of user credentials (storing, transmitting, authenticating of user password must be encrypted). If the contractor solutions is using a contractor developed or government furnished application/ database/ network operating systems, the contractor must:
• The contractor is required to meet the DOC IT Security Program Policy (ITSPP) (http://home.commerce.gov/CIO/ITSITnew/IT_Security_Program_Documentation.html). This policy will be provided to the contractor at the start of the project. This is a confidential document and is restricted to only authorize personnel working on this activity.
• The application/ database/ network operating system must implement password complexity as defined by DOC ITSPP CITR-009 Password Management (requirements provided to contractor at kickoff meeting).
• This applies to all updates must undergo vulnerability scanning, secure baseline compliance scanning and mitigation of vulnerabilities and provide the appropriate documentation to the government for each update demonstrating this requirement has been met.

Contractor personnel will receive NOAA email address accounts in order to communicate with ONMS personnel. These accounts will follow ONMS account management policies as outlined by the NOAA6602 System Security Plan (SSP) and supporting NOAA6602 NIST80053-Rev3 compliant Account Management Policies. Contractor personnel receiving accounts will be required to undergo yearly NOAA IT Security Awareness Training.

All electronic provided information by the contractor must undergo malicious software scanning using a commercial anti-virus and anti-spyware software to ensure the information is free of known malicious software. The contractor must work with the COR prior to sending the information to establish a secure method for transfer. One option could be a file encrypted with a password using a product like WinZip. The contractor must encrypt any sensitive information that will be sent electronically (i.e., email), sensitive information includes but not limited to:

• All information describing the implementation, configuration, settings, etc for solution being developed,
• The source code and database schema,
• The vulnerability scanning, secure baselines scanning, mitigation results,
• The secure baseline deviations,
• Internet Protocol, subnet mask and similar identification.

National Checklist Program Repository (available: http://web.nvd.nist.gov/view/ncp/repository). The National Checklist Program (NCP), defined by the NIST SP 800-70 Rev. 1, is the U.S. government repository of publicly available security checklists (or benchmarks) that provide detailed low level guidance on setting the security configuration of operating systems and applications (a variety of applications including but not limited to databases, web servers, networking devices, virtualization, etc). The contractor is required to implement a secure baseline for all technologies being implemented by their solution and any deviations to the standards that are required for their solution.

The contractor must provide all supporting documentation (examples include: user and administrator manuals, readme, frequently asked questions, etc); secure baseline settings with deviations/exceptions or a reference to obtain the necessary material which describes the security capabilities, the design and development processes and the testing and evaluation procedures used by the product or services being provided for this acquisition. The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes all product or service updates and enhancements as they are implemented.

The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes all product or service updates and enhancements as they are implemented.

The Contractor must provide sufficient document demonstrating the software being provided complies with Office of Management and Budget Memorandum M-07-I8 entitled ensuring New Acquisitions Include Common Security Configurations. For Windows applications, the provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). The standard installation, operation, maintenance, updates and/or patching of software shall not alter the configuration settings from the approval FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default “program files” directory and should be able to silently install and uninstall. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.

The contractor includes the necessary product support and supporting documentation for the hardware and/or software that allows the sanitization (following NIST Special Publications 800-88 Guidelines for Media Sanitization) of the hardware and/or software upon the disposal of the product. The contractor solution must provide the government with a method to fully remove all aspects of the software from any devices the software has been installed.

The contractor must ensure that the product being purchased complies with the Homeland Security Presidential Directive 12 (HSPD-12) requirements from FAR 4.1302 stating: (a) In order to comply with FIPS PUB 201, agencies must purchase only approved personal identity verification products and services. (b) Agencies may acquire the approved products and services from the GSA, Federal Supply Schedule 70, Special Item Number (SIN) 132-62, HSPD-12 Product and Service Components, in accordance with ordering procedures outlined in FAR Subpart 8.4.

The contractor must ensure that the product being purchased complies with Internet Protocol Version 6 (IPv6) requirements from FAR part 11.002 (g) stating: when acquiring information technology using Internet Protocol, the requirements documents must include reference to the appropriate technical capabilities defined in the USGv6 Profile (NIST Special Publication 500-267 – http://www.nist.gov/itl/antd/usgv6.cfm) and the corresponding declarations of conformance defined in the USGv6 Test Program (http://www-x.antd.nist.gov/usgv6/index.html). The applicability of IPv6 to agency networks, infrastructure, and applications specific to individual acquisitions will be in accordance with the agency’s Enterprise Architecture (see OMB Memorandum M-05-22 dated August 2, 2005).

Disclosure of the information/data, in whole or in part, by the contractor can only be made after the contractor receives prior written approval from the Contracting Officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the contractor shall obtain a written determination from the Contracting Officer.

The contractor will only supply software, product license and will not require the use of any contractor owned equipment. The contractor will not have remote access to any government owned equipment.

The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes the security capabilities, the design and development processes and the testing and evaluation procedures used by the product or services being provided for this acquisition.

The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes all product or service updates and enhancements as they are implemented.

The product or service supporting documentation could be the user and system administrator guides, which is documents the functional properties of the security controls employed to permit the analysis and testing of the security controls.

The contractor shall complete an IT Security Questionnaire (titled: Information and Information Systems Security Requirements for Acquisitions) prior to this task order being awarded. The IT Security Questionnaire was developed following National Institute of Standards and Technology (NIST) Special Publications (SP) 800-53 Revision 3, “Recommended Security Controls for Federal Information Systems and Organizations”. The government shall evaluate the contractor’s response to the questions and determine the potential contractor’s IT security risk to the Government. If the Government determines the IT Security risk to be acceptable, the Authorizing Official will document their acceptance in a risk acceptance memo. The risk acceptance memo is available upon request.

The Certification and Accreditation (C&A) or Assessment and Authentication (A&A) requirements of Clause 48 CFR 1352.239-72 do not apply, and a Security Accreditation Package is not required.

1352.239-72 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (APR 2010)

(a) Applicability. This clause is applicable to all contracts that require contractor electronic access to Department of Commerce sensitive non-national security or national security information contained in systems, or administrative control of systems by a contractor that process or store information that directly supports the mission of the Agency.
(b) Definitions. For purposes of this clause, the term “Sensitive” is defined by the guidance set forth in the Computer Security Act of 1987 (P.L. 100-235), including the following definition of the term:
(1) Sensitive information is “… any information, the loss, misuse, or unauthorized access to, or modification of which could adversely affect the national interest or the, conduct of federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (The Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense or foreign policy.”
(2) For purposes of thi
OutreachSystems Article Number: 120823/PROCURE/0152
Matching Key Words: writ*; copy; technical; standard; 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–BULK CANNED AND BOTTLED BEVERAGES. W9124D-12-B-0020 083012 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox The Mission and Installation Contracting Command (MICC) – Fort Knox intends to issue an invitation for bid (IFB) for supply of bulk canned and bottled beverages for the Ireland Army Community Hospital, Fort Knox, Kentucky. This IFB will be unrestricted. NAICS 312111 (size standard: 500 employees) applies to this procurement. The period of performance is 1 October 2012 through 30 September 2013, with four one-year option periods.

Invitation for bid (IFB) will be posted to the Federal Business Opportunities website, FedBizOpps (www.fbo.gov) on or about 30 August 2012. The bid due date will be specified within the IFB. All responsible sources may submit a bid. Contractors must download the solicitation from the website.

All amendments to the IFB will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments.

A mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the System for Award Management (SAM.gov) (https://www.sam.gov) to be eligible for award of a contract.

All questions must be submitted in writing via e-mail to Barbara.j.mattingly2.civ@mail.mil.

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/feb3cb49f83c32a39a749f44fc381d9f
OutreachSystems Article Number: 120823/PROCURE/0820
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 — NB730040-12-03372 Smart Grid Technical Writer NB730040-12-03372 090612 Willie W. Lu, Phone 3019758259, Email willie.lu@nist.gov – Chon S. Son, Contracting Officer, Phone 301-975-8567, Email chon.son@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION
FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-60

The associated North American Industrial Classification System (NAICS) code for this procurement is 711510 with a small business size standard of $7M. This acquisition is set aside for small business.

STATEMENT OF WORK
Project Title: Technical Writer/Editor, Smart Grid Program

DESCRIPTION OF TASK

Background

The Smart Grid is a key component of the Obama Administration’s energy plan and its strategy for U.S. innovation. By integrating digital computing and communication technologies and services with the power-delivery infrastructure, the Smart Grid will enable bidirectional flows of energy and two-way communication and control capabilities. A range of new applications and capabilities will result. Anticipated benefits range from real-time consumer control over energy usage to significantly increased reliance on solar and other sources of clean renewable energy to greatly improve reliability, flexibility and efficiency of the entire grid.

The Energy Independence and Security Act of 2007 (EISA) set development of the Smart Grid as a national policy goal, and it assigned the National Institute of Standards and Technology the “primary responsibility to coordinate development of a framework that includes protocols and model standards for information management to achieve interoperability of Smart Grid devices and systems …”

To date NIST has issued the first release of a Smart Grid interoperability framework and roadmap for its further development. It has also launched a Smart Grid Interoperability Panel (SGIP) to assist NIST in carrying out its EISA-assigned responsibility, including working with regulatory bodies on evaluating and implementing standards in this and subsequent releases of the NIST interoperability framework.

A public-private partnership, the SGIP is designed to provide “a more permanent process” to support the evolution of the interoperability framework and further development of standards, according to the report. With NIST, the report explains, the panel will “identify and address additional gaps, assess changes in technology and associated requirements for standards, and provide ongoing coordination” of standards organizations’ efforts to support timely availability of needed Smart Grid standards.

Nearly 700 organizations have joined the SGIP. Over 1,742 individuals from membership organizations have signed up to participate in the panel’s technical activities.

Engaging, timely communications with stakeholders for the NIST Smart Grid program is an essential necessary element for the program to achieve its goals. These stakeholders are extremely diverse and include President Obama, the Secretary of Energy and other senior-level federal officials; state and local electrical power regulators and companies; elected officials; electronic and IT equipment manufacturers; and consumers.

To ensure that stakeholders are fully informed about the very wide range of activities affecting development of standards and deployment of Smart Grid infrastructure components, the NIST Smart Grid program requires professional communications services from a contractor with demonstrated technical knowledge of the fields of physical science (especially energy research), electronics, and information technology, as well as proven ability to translate complex technical materials into engaging Web sites, reports, and other communications products intended for a broad public audience.

GENERAL REQUIREMENTS

The Contractor shall have at least five (5) years of experience in journalist writing and editing. It is desirable for the Contractor to be familiar with technical details of the Smart Grid program and/or the energy, physics, electronics, computer science disciplines. The Contractor must be able to work with multiple stakeholders and to prioritize workload to meet frequent deadlines.

The Contractor shall provide full-time communications services, both written documents (to be submitted electronically) and advice for managers. The Contractor must be able to attend meetings and read research results which describe the physical sciences, engineering, physics, electronics, energy, computer science, or information technology, and to gather information in the above disciplines and to synthesize them into other written materials. The Contractor shall produce text and accompanying graphics for the Smart Grid Program Website, reports, fact sheets, announcements, newsletter articles, and other writtenand/or multimedia materials describing the Smart Grid Program and related activities.

The Contractor must produce all written materials in clear, readable, engaging, and understandable Standard English in a journalistic style appropriate for an audience of college educated laypersons.

All property, data and information provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. All written material produced under this contract become the property of the U.S. Government and as such will be in the public domain.

The Contractor will be required to attend weekly meetings at NIST headquarters in Gaithersburg, MD, and to travel to selected meetings of the Smart Grid Interoperability Panel, which will be held in the United States, but may be on the West Coast, Mid-West, or East Coast. NIST expects that this will be between 3-5 meetings per year.
The Contractor must perform the requirements of this Statement of Work, and in doing so must provide, for example, their own office supplies, phone service, writing software, and other support equipment or tools.

The Contractor shall not respond to any media inquiries. The Contractor shall immediately relay any/all inquiries from the media to the Technical Information Contact and/or Contracting Officer. The Contractor shall not grant or give interviews, comments, or any other response without the knowledge and approval of the NIST Director of Public Affairs.

SPECIFIC TASKS

The Contractor shall:

1. Develop text and accompanying relevant graphics describing NIST’s Smart Grid Program activities for publication on the NIST Website;

2. Provide approximately four (4) fact sheets describing specific programs or topics areas related to the Smart Grid that help the Program meet its communications and strategic goals;

3. Provide approximately twenty (20) announcements or newsletter articles that describe accomplishments of the Smart Grid Program, SGIP, or others involved in Smart Grid activities to stakeholders such as policy makers, regulators,’ standards development organizations, manufacturers or consumers;

4. Serve as the editor for an electronic newsletter (4-6 pages) in conjunction with the SGIP Communication, Education, and Marketing Committee;

5. Provide a description of communications plans and tactics keyed to the Smart Grid Program’s major strategic goals;

6. Provide editing for short reports or correspondence on an occasional, as-needed basis;

7. Attend weekly meetings (approximately 1 1/2 hours) of the Smart Grid Program at NIST in Gaithersburg, MD, and provide a summary (usually 2 pages) of each meeting of Smart Grid stakeholders, including highlights and action items;

8. Attend selected meetings of the SGIP, to gather information to be included in fact sheets, newsletter items, and other materials;

9. Provide at least three (3) ghost written magazine articles, op-eds, speeches or other materials for the MIST National Smart Grid Coordinator that help achieve Smart Grid Program communications goals; and

10. Provide phone communications advice, on an as-needed basis, pertaining to current and/or upcoming projects for Smart Grid Program managers designed to help the program meet its strategic goals. These iterations should be summarized in a monthly report.

DELIVERABLES AND DELIVERABLE DATES

Standards for Acceptance of Deliverables: The Contracting Officer’s Technical Representative (COR) will provide comments on each deliverable within 5 calendars days from receipt of a given deliverable. The Contractor shall make any needed changes to the deliverables within 5 calendar days from receipt of electronic or written comments from the COR.

The Contractor may invoice the Government monthly for work submitted, and will be compensated for work that is compliant with the performance standards set forth in this requirement.

Deliverable Due Date
1 Text and relevant graphics for the Smart Grid website (Section 3.a) Dates mutually agreed upon by the Contractor and the COR.
2 Fact sheets (Section 3.b) Dates mutually agreed upon by the Contractor and the COR.
3 Announcements or newsletter (Section 3.c) Dates mutually agreed upon by the Contractor and the COR.
4 Edit a Quarterly newsletter (Section 3.d) Quarterly – Dates mutually agreed upon by the Contractor and the COR.
5 Descriptions of communications plans and tactics (Section 3.e) Dates mutually agreed upon by the Contractor and the COR.
6 Editing for short reports (Section 3.f) Occasional, as needed basis. Dates mutually agreed upon by the Contractor and the COR.
7 Weekly SGIP Meeting minutes (Section 3.g) Email within 2 business days after completion of the meeting
8 Attend selected Meetings of the SGIP to gather information (Section 3.h) Dates/locations to be determined.
9 Ghost written magazine articles, op-eds, speeches or other materials (Section 3.i) Dates mutually agreed upon by the Contractor and the COR.
10 Summarize communications advice in a monthly report (Section 3.j) Due by the fifth day of the next month.

PERFORMANCE

Period of Performance

The date of award through September 30, 2013.

Place of Performance

Performance will be at the Contractor’s facility, with the requirement to attend weekly meetings which will be held on site at NIST, 100 Bureau Drive, Gaithersburg, MD 20899.

Additionally, the locations for required travel for attendance at the SGIP meetings will be determined and coordinated between the NIST COR and the Contractor.

PERFORMANCE REQUIREMENTS SUMMARY

All materials prepared by the Contractor will be reviewed by the designated experts within the Smart Grid program and/or the chairman, or designee, of the SGIP or other Smart Grid task groups as appropriate. Acceptable quality will include the following measures:

No more than 10 percent of the written product shall be deemed factually inaccurate by subject matters experts reviewing the text;

No more than one rewrite is required to meet the agreed to style, format requirements, flow, and readability required for the NIST Web site, SGIP panel newsletter or other specific formats.

Performance will be monitored by the assigned Smart Grid Program COR to ensure that acceptable levels of writing quality as described above have been achieved.

TRAVEL

NIST will pay for the Contractor’s air fare or other transportation expenses, and travel costs to attend selected meetings of the SGIP or other meetings important to the Smart Grid effort as determined by the Smart Grid Program COR. NIST will not pay for travel to the NIST headquarters.

Travel shall be conducted, and be reimbursed in accordance with the Federal Travel Regulation (FTR), and will not exceed the maximum per diem rate (meals and lodging), and transportation costs, for the travel locale, in effect at the time of travel.

GOVERNMENT FURNISHED PROPERTY, DATA, AND/OR INFORMATION

The contractor shall attend Smart Grid Program meetings at NIST headquarters in Gaithersburg, MD at least once a week, but will be able to telecommute for most of the work week. The ability to call into these meetings can be allowed, but it will be expected that the contractor attend at least four of these meetings at the NIST headquarters.

The contractor shall provide their own office supplies, phone service, writing software and other support equipment or tools required.

RIGHTS

This contract describes a “work made for hire.” All written material produced under this contract become the property of the U.S. government and as such will be in the public domain.

SUBMISSION INSTRUCTIONS

Prospective Contractors must submit the following via electronic quotation to Willie Lu at willie.lu@nist.gov no later than Thursday, September 6, 2012 at 2:00 pm EST.

Technical Volume I – The offeror shall submit the following as a part of Technical Volume I:

File 1 – Resume
File 2 – Three (3) to Five (5) lay language, journalistic writing samples which describe research results in the disciplines of physical science, engineering, electronics, energy, computer science, or information technology.
File 3 – Professional References, which are considered Past Performance (see information below).

Volume II – Business Volume:
A firm fixed price per each deliverable stated in Statement of Work Deliverables and Due Date Section.

BASIS FOR AWARD

AWARD WILL BE MADE TO THE PARTY WHOSE SUBMISSION OFFERS THE BEST VALUE TO THE GOVERNMENT, NON-PRICE (OR TECHNICAL), PRICE, AND OTHER FACTORS CONSIDERED. THE GOVERNMENT WILL EVALUATE INFORMATION BASED ON THE FOLLOWING EVALUATION CRITERIA: 1) RESUME 2) WRITING SAMPLES 3) PAST PERFORMANCE, AND PRICE. THE NON-PRICE FACTORS, WHEN COMBINED, ARE MORE IMPORTANT THAN PRICE. PAST PERFORMANCE AND PRICE WILL BE EVALUATED ONLY ON SUBMISSIONS DETERMINED TO BE TECHNICALLY ACCEPTABLE IN ACCORDANCE WITH THE NON-PRICE EVALUATION CRITERIA.
EVALUATION OF NON-PRICE FACTORS WILL BE CONDUCTED USING THE INFORMATION SUBMITTED BY THE CONTRACTOR IN THE QUOTATION.

PAST PERFORMANCE WILL BE EVALUATED TO DETERMINE THE OVERALL QUALITY OF THE SERVICE (FOR EXAMPLE, ABILITY TO MEET DEADLINES, RECEIVING/ACTING ON EDITS, ACCURACY, GRAPHICS/VISUAL SKILLS, AND RELIABILITY ON OTHER SUCH PROJECTS) PROVIDED AND PRODUCTS PRODUCED BY THE CONTRACTOR. EVALUATION OF PAST PERFORMANCE WILL BE BASED ON THE REFERENCES PROVIDED IAW FAR 52.212-1(B)(10) AND/OR THE PROSPECTIVE CONTRACTOR’S RECENT AND RELEVANT PROCUREMENT HISTORY WITH NIST OR ITS AFFILIATES. PROSPECTIVE CONTRACTORS SHALL PROVIDE A LIST OF AT LEAST THREE (3) REFERENCES TO WHOM THE SAME OR SIMILAR SERVICES HAVE BEEN PROVIDED. THE LIST OF REFERENCES SHALL INCLUDE, AT A MINIMUM: THE NAME OF THE REFERENCE CONTACT PERSON AND THE COMPANY OR ORGANIZATION; THE TELEPHONE NUMBER OF THE REFERENCE CONTACT PERSON; THE CONTRACT OR GRANT NUMBER; THE AMOUNT OF THE CONTRACT AND THE ADDRESS AND THE TELEPHONE NUMBER OF THE CONTRACTING OFFICER IF APPLICABLE; AND THE DATE OF DELIVERY OR THE DATE SERVICES WERE COMPLETED.

Evaluation Criteria will include:

1. demonstrated experience writing about research results in the physical sciences, electrical engineering, and information technology in an engaging style for lay readers;

2. quality of the written samples provided as measured by the degree to which the samples represent interesting text that is well organized, clear, easy to read, concise and appropriate for a given format;

3. feedback from professional references on the reliability of the contractor in meeting deadlines, producing text that meets the assigned need, and being responsive to editors’ requests for revisions.

The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition:

52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (1) 5.203-6 Restrictions on Subcontractor Sales to the Government; (8) Utilization of Small Business Concerns; (16) 52.219-28 Post Award Small Business program Rerepresentation; (17) 52.222-3 Convict Labor; (18) 52.222-19 Child Labor – Cooperation with Authorities and Remedies; (19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212); (22) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (and (30) 52.232-33, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. 52.227-17 Rights in Data – Special Works. The following Department of Commerce (CAR) clauses Department of Commerce Clauses apply to this acquisition: 1352.201-70 Contracting Officer’s Authority; 1352.201-72 Contracting Officer’s TechnicalRepresentative (COR); 1352.209-70 Organizational Conflict of Interest; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.231-71 Duplication of Effort; 1352.233-70 Agency Protests; and 1352.227-70 Rights in Data, Assignment of Copyright.

Set-Aside: Total Small Business Place of Performance: Contractor facility, and/or NIST 100 Bureau Dr. Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB730040-12-03372/listing.html
OutreachSystems Article Number: 120822/PROCURE/0116
Matching Key Words: naics!711510; writ*; technical; standard; 


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

R — Establishing & Applying Formal Metrics to Evaluate PLM Standardization Frameworks SB1341-12-RQ-0709 083112 Joshua D. Holliday, Phone 3019758497, Email joshua.holliday@nist.gov – Chon S. Son, Contracting Officer, Phone 301-975-8567, Email chon.son@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION
FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is being issued using Simplified Acquisition Procedures.

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $14M. This requirement is 100% set-aside for small business.

All interested Contractors may provide a quote for the following:

Background Information:

We live in the information age. Data has become an essential asset for most every-day situations and business interactions. The need to share data, to generate information, and create new knowledge from that data is common to all fields of research and all economic activity whether it is financial data, product data, health data, or disaster data, managing that data is a critical, and sometimes costly, process. To manage data well, we must understand that it has a life cycle composed of several steps including definition, instantiation, transformation, validation and archival. When not properly defined, data might become incomplete, inconsistent or, even worse, unusable. Requirements for data evolve and we must define new data or update existing data over the entire data life cycle. This has become an important issue and a technological challenge, as it is hardly possible to define, in advance, information structures that meet requirements you do not yet know.

This is particularly true in domains such as manufacturing where information exchange involves many actors and data are shared across multiple functions and software applications. In these situations, each function has its own needs and each application has its own input/output requirements. As a result, it becomes hard to find a common information structure for representing data. The challenge is even bigger when a temporal aspect has to be considered since it requires the ability to extend the information structure dynamically over time. One area within the manufacturing domain that we have identified with these characteristics is Product Lifecycle Management (PLM). PLM involves many global actors using a myriad of software applications that perform a series of product management functions that can last from weeks to decades.

In order to support the evolutive aspect of PLM information, it is crucial for PLM frameworks to provide mechanisms enabling dynamic representation of information. This project will evaluate representative PLM frameworks on their support for dynamic representation of information, within different scenarios. To perform this evaluation, formal metrics will be developed in adequacy to the requirements identified within the different scenarios.

Objectives:

The objective of this contract is to provide the Government with an analysis of current standardization frameworks, how they compare, and their relative suitability for specific application contexts. The results of this project will build the foundation for the improvement of current frameworks and for the definition of new ones.

Scope of Work:

In the scope of this contract, the contractor shall investigate, define and use formal metrics for the evaluation of PLM standardization frameworks. The investigation shall focus on the frameworks and on their application contexts. The definition shall focus on the factors that affect the application of the frameworks within the contexts and on the identification of the metrics to evaluate those factors. The usage shall focus on the assessment of the metrics for each framework and for each context.

Tasks:

The Contractor shall perform the following tasks:

Task 1: Context Identification
Product Lifecycle Management (PLM) is performed with a tremendous number of frameworks corresponding to diverse contexts. For the purpose of this project, the Contractor shall identify relevant contexts for evaluation. The contexts identified shall be aligned with on-going NIST efforts, and shall be selected with consultation of NIST SIMCA Program manager and staff.

Task 2: PLM Standardization Framework Selection
The Contractor shall identify current and under-development standards that enable interoperability among heterogeneous and proprietary application systems used to manage and store product data along the product life cycle. The standards will be aligned with the previously identified contexts. The Contractor shall consider both file-based and web services-based interoperability. The Contractor shall consider both normative and de-facto standards, in-use and novel approaches. For each standard, the Contractor shall identify its standardization framework, i.e., its content and its structure. For the purpose of this project, the Contractor shall select the standardization frameworks that are sufficiently different in terms of technology, scope, domain, and architecture. Examples of the frameworks include Future STEP, PLCSLib, and ISO 15926.

Task 3: Metrics Development
The Contractor shall identify which factors affect the usage and adoption of the frameworks within the contexts recognized in Task 1. Examples of the factors include coverage, extensibility, exchange effectiveness, support for long-term data retention and implementation barriers. The Contractor shall develop metrics to evaluate the frameworks with respect to the factors identified. The metrics shall also be, as much as possible, independent from each other, so that they can be aggregated without taking into account a factor twice. Metrics shall be in the form of yes/no criteria, quantities, or classes. Other types of metrics shall be introduced by the contractor. For each metric the Contractor shall provide the metric’s rationale, definition, statements of objectivity and ease of measurement.

Task 4: Metrics Aggregation
The Contractor shall establish an approach to aggregate the metrics for each context. The approach shall facilitate assigning a single score for the suitability of each framework for each context. The single score shall account for the relative weight of each metric with respect to a particular context.

Task 5: Metrics Application
The Contractor shall assess the metrics for each framework and shall apply the approach defined in Task 4 to measure the suitability of the frameworks in the selected contexts.

Deliverables:

Task Description Due Date
Task 1.a A presentation to the project leader containing the list of identified contexts and the motivation behind their selection. 1 month after award
Task 1.b A brief written report documenting the choice of the contexts and their description. 1 month after award
Task 2.a A presentation to the project leader containing the list of selected frameworks and the motivation behind their selection. 2 months after award
Task 2.b A brief written report documenting the selection of the frameworks and their description. 3 months after award
Task 3.a A brief written report documenting the definition of the metrics and the rationale behind their selection. 5 months after award
Task 3.b A paper, co-authored with NIST, describing the contexts of evaluation, the standardization frameworks and the metrics that have been defined. The paper shall be of high quality, suitable for submission to a peer-reviewed conference. 8 months after award
Task 3.c A presentation to the project members summarizing the contexts of evaluation, the standardization frameworks and the metrics that have been defined. 4 months after award
Task 4.a A presentation to the project leader describing the approach defined to aggregate the metrics for each context. 6 months after award
Task 4.b A brief written report documenting the approach. 7 months after award
Task 5.a A brief written report documenting the assessment of the metrics for the selected frameworks in the identified contexts. The report shall also contain recommendations for the improvement of current frameworks and for the definition of new ones. 9 months after award
Task 5.b A paper, co-authored with NIST, describing the application of formal metrics to evaluate PLM standardization frameworks. The paper shall be of high quality, suitable for submission to a peer-reviewed journal. 12 months after award
Task5.c A presentation at a relevant standard implementers meeting in which the final results of the Statement of Work are demonstrated. 11 months after award
Task5.d A seminar to the NIST staff, reviewed with project members in advance, in which the final results of the Statement of Work are demonstrated. 10 months after award

Reporting Requirements:

This work crosses standards-making body boundaries and therefore coordination between this project and several other organizations is required. The Contractor shall work with the Engineering Laboratory, Systems Integration Division, Systems Engineering Group to identify specific coordination points with the following stakeholders as needed, such as:

• ISO TC184 SC4 Industrial Data Future Architecture project and ISO 15926 standard
• OASIS PLCS TC.

Input shall be gathered from these stakeholders and project status, reports and demonstrations shall be made available to them.

Contractor Minimum Qualifications:

The Contractor shall have at least a PhD degree in computer science, engineering, or related field or four (4) years of experience as a PhD candidate in computer science, engineering, or related field. The Contractor shall also have:

• At least three (3) years of experience in STEP standards usage
• Three (3) years of experience implementing and documenting PLCS software toolkit
• Experience in creating and querying OWL ontologies using SPIN and semantic web technologies
• Three (3) years of experience in the application of metrics to evaluate PLM standards
• Three (3) years of experience in information modeling for product data representation
• Prior publications in the area of PLCS, PLM, and STEP.

Period of Performance:

The period of performance shall be from October 1, 2012 through September 30, 2013.

Place of Performance:

All work, with the exception of travel, shall be performed on-site at NIST, Gaithersburg, MD. Work shall be performed the hours of 8:00 AM to 5:00 PM, Monday through Friday, with the exception of Federal holidays or other official closures.

Travel:

The Contractor shall plan to travel to the following during the performance of this contract:

• Travel to relevant conference to present research: One (1) trip, 2 to 3 days
• Travel to standards committee meetings, such as PDES, Inc. or TC 184-SC4: Two (2) trips, 8 days total.

Government Responsibilities:

The Government will be responsible for review and approval of reports, standards committee submissions, software tools and similar matter generated under this contract.

Government Furnished Property:

The Government will provide the Contractor with office space, computing resources, and access to NIST facilities for the contractor.

All property, data and information provided by the Government in the performance of this contract remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government.

References:

The Contractor shall use as basis of its work the most recent versions of the selected frameworks. A list of potential references is given below. This list is not intended to be complete or mandatory:

• FutureSTEP
• PLCSLib
o PLCS Web Services report – Eurostep and Boeing
• ISO 15926 – Industrial automation systems and integration-Integration of life-cycle data for process plants including oil and gas production facilities
o “An Upper Ontology based on ISO 15926” Rafael Batres, Matthew West, David Leal, David Price, Yuji Naka
• OAGIS
o Open Application Group Integration Specification
http://www.oagi.org/dnn2/
• Open Services for Lifecycle Collaboration – OSLC
http://open-services.net/
• OMG Product Lifecycle Management Services
http://www.omg.org/spec/PLM/
• “DEXML: A FIRST STEP TOWARD A UML BASED IMPLEMENTATION FRAMEWORK FOR PLCS” Sylvere Krima, Joshua Lubell, Roch Bertucat, Sudarsan Rachuri, Sebti Foufou
http://www.nist.gov/el/msid/dexml.cfm

Provisions and Clauses:

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

Provisions:

52.212-1, Instructions to Offerors – Commercial Items
52.213-3, Offeror Representations and Certifications – Commercial Items

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

Clauses:

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

52.204-10 Reporting Subcontracting Awards
52.219-6 Notice of Total Small Business Set Aside
52.219-28 Post Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-19 Child Labor – Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restriction on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration.

52.233-4 Applicable Law for Breach of Contract Claim
1352.201-70 Contracting Officers Authority
1352.201-72 Contracting Officers Representative (COR)
1352.208-70 Restrictions on Printing and Duplicating
1352.209-73 Compliance with the Laws
1352.209-74 Organizational Conflict of Interest
1352.233-70 Agency Protests
1352.233-71 GAO and Court of Federal Claims Protests
1352.245-70 Government Furnished Property
1352.246.70 Place of Acceptance
1352.270-70 Period of Performance

Instructions to Offerors:

Central Contractor Registration:

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

Due Date for Quotations:

Offerors shall submit their quotations so that NIST receives them not later than 03:00PM Eastern Time on Friday, August 31, 2012. Fax quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.

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

Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Joshua Holliday, Contract Specialist on 301-975-8497.

Quotation Instructions:

The offeror shall submit the following:

A. Technical Approach (No page limit):

The offeror shall provide a written, detailed technical approach for how it proposes to satisfy the requirements of the Statement of Work (SOW). The offeror’s technical approach shall demonstrate a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the SOW. The technical approach shall include information on the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the SOW.

B. Contractor Minimum Qualifications (No page limit):

The offeror shall demonstrate that they meet the stated contractor minimum qualifications. The Contractor shall have at least a PhD degree or four (4) years of experience as a PhD candidate in computer science, engineering, or related field. The Contractor shall also have:

• At least three (3) years of experience in STEP standards usage
• Three (3) years of experience implementing and documenting PLCS software toolkit
• Experience in creating and querying OWL ontologies using SPIN and semantic web technologies
• Three (3) years of experience in the application of metrics to evaluate PLM standards
• Three (3) years of experience in information modeling for product data representation
• Prior publications in the area of PLCS, PLM, and STEP.

C. Past Performance (No page limit):

The offeror shall provide at least two (2) past performance references for similar contracts/orders for which the offeror has performed as a prime Contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past three (3) years by governmental entities (federal, state, or local) or by non-governmental entities.

D. Price Quotation:

The offeror shall submit a separate firm-fixed price quotation.

Basis for Award Determination/Evaluation Criteria:

A contract will be issued to the contractor whose quotation is determined to offer the best value to the Government after consideration of all evaluation factors.

Best value is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis among price and non-price factors.

The basis for the award will be a detailed, integrated evaluation by the Government on the basis of how well the quotations satisfy the evaluation criteria specified herein. Accordingly, the Government may award any resulting contract to other than the lowest priced Offeror or other than the Offeror with the highest technical merit rating.

The Government has the right to determine whether two or more technical quotations are ‘substantially equal’ or whether any differences in technical weighting are “significant” for the purposes of evaluating the overall merit of quotations. Between quotations of substantially equal technical merit, price will become a more significant factor. Between competing quotations, the Government is not willing to pay significantly more for a minor technical difference, nor is the Government willing to forego a significant technical difference in exchange for a small price differential.

Each quotation will be evaluated against the factors described below. An Offeror’s failure to address any factor may be considered indicative of the offeror’s lack of understanding of the Government’s requirements and may result in the quotation being determined unacceptable.

Non-cost/Price factors A through C are listed in descending order of importance. Non-cost factors A through C, when combined, are considered more important than Factor D (Price).

A. Technical Approach:

The technical approach shall be the most important item in the evaluation of the offeror’s capability to perform the desired services. The Government will evaluate the offeror’s proposed technical approach to determine if it presents sufficient information to reflect a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the contract. The Government will evaluate the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the Statement of Work (SOW). The offeror must demonstrate complete understanding of the SOW by providing an original and clear statement of the purpose, intent, and requirements of the project.

B. Contractor Minimum Qualifications:

The Government will evaluate the offeror’s contractor minimum qualifications on whether or not their qualifications/experience will provide the necessary skills to complete the tasks as detailed in the SOW. As detailed in the instructions to offerors, the Contractor shall have at least a PhD degree or four (4) years of experience as a PhD candidate in computer science, engineering, or related field. The Contractor shall also have:

• At least three (3) years of experience in STEP standards usage
• Three (3) years of experience implementing and documenting PLCS software toolkit
• Experience in creating and querying OWL ontologies using SPIN and semantic web technologies
• Three (3) years of experience in the application of metrics to evaluate PLM standards
• Three (3) years of experience in information modeling for product data representation
• Prior publications in the area of PLCS, PLM, and STEP.

C. Past Performance:

The Government will evaluate the offeror’s past performance information and, if appropriate, its proposed subcontractors’ past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three (3) years. In assessing the offeror’s past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical approach portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information.

D. Price:

The Government will evaluate whether the quoted price is fair and reasonable in relation to the solicitation requirements, and consistent with the offeror’s proposed Technical Approach. Prices that are determined to be either unreasonably high or unrealistically low in relation to the proposed work may indicate the offeror’s lack of understanding of the requirement and may result in the overall quotation being considered unacceptable.

Offerors must provide sufficient details to support proposed prices.

Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0709/listing.html
OutreachSystems Article Number: 120822/PROCURE/0118
Matching Key Words: writ*; technical; standard; 


General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PQA), 819 Taylor St., Rm. 12B01 Fort Worth TX 76102

R — Art in Architecture for the Convent and Juarez-Lincoln Land Ports of Entry, Laredo, Texas NTX00007-NTX00009-Art 101012 Barbara L Varley, Phone (817) 978-7086, Email barbara.varley@gsa.gov – Trevor A. Simon, Contract Specialist, Phone 817-978-0122, Email trevor.simon@gsa.gov ; Tp; The General Services Administration (GSA) Art in Architecture Program commissions American artists (citizens and Lawful Permanent Residents or Permanent Workers of the United States) to create publicly scaled and permanently installed artworks for federal buildings nationwide.

GSA announces an opportunity for two federal art commissions in conjunction with the modernization of the historic Convent Avenue Land Port of Entry and the addition of a vehicle processing facility to the Lincoln Juarez Land Port of Entry – respectively known as Bridge I and Bridge II – in Laredo, Texas.

Laredo is the one of the oldest border crossing points along the U.S. – Mexico border and the nation’s largest inland port of entry. Bridge I is the only pedestrian crossing between the downtown areas of Laredo and Nuevo Laredo, Tamaulipas, Mexico. Pedestrian and vehicular traffic at the port has increased significantly over the years and the trend is expected to continue. The modernization project will reconfigure and expand the pedestrian and vehicular processing areas to provide greater operational efficiency for Customs and Border Protection (CBP), while being sensitive to this culturally significant and National Register eligible building located within the San Augustin de Laredo Historic District.

Bridge II offers crossing for privately owned and limited-commercial vehicles, specifically passenger buses. Approximately 150 buses are inspected at the port daily and up to twice that many during peak travel periods. Travelers who arrive by bus must disembark for processing and re-board once complete. The existing facility was not designed for such use and bus passengers are afforded little protection from the elements during processing. The new facility will provide increased security and allow CBP to more efficiently process large volumes of bus passengers in an environment that is more hospitable to the traveler’s experience.

GSA generally allocates one-half of one percent of the estimated construction costs of new or modernized federal buildings for art commissions. The art budget for the Convent Bridge I project is currently estimated to be $85,000. One or more artists will be awarded a fixed-price contract for a commission.

The art budget for the Juarez Lincoln Bridge II project is currently estimated to be $165,000. One or more artists will be awarded a fixed-price contract for a commission.

Artists who wish to be considered for this and all future GSA art commissions must submit application materials to GSA’s National Artists Registry (Registry). The Registry constitutes the qualified list of artists for this and all GSA commissions. Instructions on how to join the Registry are available on the following Web site:
http://www.gsa.gov/artinarchitecture

All artists who wish to be considered as candidates for a commission for either project at the U.S. Land Port of Entry in Laredo, Texas, must have their application materials submitted and received by GSA by 3:00 PM Eastern Time, Wednesday, October 10, 2012. Artists’ submissions received after the deadline will not be considered for this project, but will be eligible for consideration on future GSA commissions alongside the other artists on the Registry. Artists already on the Registry need not resubmit, but may elect to update their information prior to the deadline.

GSA evaluates artists based on the following criteria: the media, materials, content, style, and scope of the artist’s past work, along with the artist’s past performance and experience with commissions or projects similar to the one described in this synopsis. Short-listed artists will be contacted and asked to submit additional information including a statement that he or she can perform the work associated with the GSA commission within the identified budget. GSA will count the combined weight of all the selection criteria as significantly more important than price.

At a minimum, the scope of services for this commission will require: collaboration with the lead designer selected for the building project; development of preliminary and final concepts; fabrication of the artwork; participation in meetings and conservation reviews as necessary; and the installation of the artwork at the project site.

URL: https://www.fbo.gov/spg/GSA/PBS/7PMA/NTX00007-NTX00009-Art/listing.html
OutreachSystems Article Number: 120822/PROCURE/0121
Matching Key Words: naics!711510; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 6650 Telecom Drive Suite 100, Indianapolis, IN 46278

T–AUDIO AND VIDEO PRODUCTION PR20067920 082912 Name: David Myers, Title: Contract Specialist, Phone: 3176144581, Fax: , Email: david.myers2@dhs.gov; This is a combined synopsis/solicitation forcommercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is PR20067920 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110 with a small business size standard of $29.50M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2012-08-29 12:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Multiple shipping information. Place of Performance: Multiple shipping information. Multiple Multiple URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20067920/listing.html
OutreachSystems Article Number: 120822/PROCURE/0139
Matching Key Words: video*; produc*; business*; production?; commercial?; naics!512110; 


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

U — TRAINING H92244-12-T-0299 091012 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0299, 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 611692 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 Off-Road Vehicle Operator Course of Instruction – See Section for Specifications
(Vendor must provide a detailed cost breakdown of the quote) Qty – 1 lump sum

Section C Specifications
NSWDG has a requirement for fast paced navigation training for nine (9) personnel that already possess an intermediate to advanced level of knowledge. The course shall be one week in length and taught by veteran off-road instructors who have firsthand operational and competitive experience in off-road competitions. The course of instruction will cover the following subjects and have all the following equipment available for training:
Day and Night Off-Road Driving
• Over 600 miles total distance consistently covering new terrain
• Unimproved terrain through high desert mountains, low desert and deep sand dunes covering altitudes from sea level to 7500′ msl
• Convoy profile utilizing Night Vision Goggles to include all terrains noted above during night driving

Day and Night Off-Road Recovery
• High Desert Mountains, low desert and deep sand dunes
• Winching, snatching, sand ladders

Day and Night Battle Damage Assessment Repair
• Trouble shooting diagnosing and Field expedient repair

Vehicle Preventive Maintenance
• Pre and Post operation inspections
• Vehicle Setup w/ proper tool kits and spare parts

Terrain navigation training that covers:
• Various terrain planning and negotiation, to include Falcon view navigation route planning and driving
• Fuel conservation

Vendor must be able to provide the following:
• No additional cost for insurance
• Student to Instructor with vehicle ration of 2:1
• All applicable classroom training materials including vehicle equipment

Training to be conducted in the Nevada and Arizona Area

Instructors must have at least three years experience working with Special Operations Forces

Vendor shall provide students with course information materials for future study and review.

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 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) Aug 2012
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 along with the quote.

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

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the trainingprogram details for evaluation, and supporting documentation that the instructors meet the requirements of this RFQ. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. The contractor shall provide the government with instructor qualifications. The contractor shall provide a detailed breakdown of the course price including travel costs, equipment costs, etc…

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

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

FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Feb 2012
FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984

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

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson (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 10 Sep’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 URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0299/listing.html
OutreachSystems Article Number: 120822/PROCURE/0144
Matching Key Words: film?; produc*; train*; you; website; business*; documentation; event?; instruct*; commercial?; 


Department of the Air Force, Air Force Reserve Command, 439 CONF/LGC, 250 Airlift Drive Westover ARB Chicopee MA 01022-1507

69 — CAPS-Portable Indoor/Outdoor Video Based Firing Range Training System F5N3SF2180A001 091212 Daniel F. George, Phone 4135572550, Email daniel.george@westover.af.mil This is a combined synopsis/solicitation for commercial supply 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 Solicitation Number is F5N3SF2180A001. The North American Industry Classification System (NAICS) Code is 512110, Motion Picture and Video Production with a corresponding small business size standard of $29.5M. This acquisition is 100% set aside for small business concerns.
The 439th Airlift Wing is in need of a CAPS (OR EQUAL) Portable (indoor/outdoor use) video based firing range training system. This system to provide: a) firearms judgment training system; b) realistic trainingsituations; c) allow users to train in realistic scenario with primary duty weapons, live ammunition or simulation & non-lethal weapons. Manufacturer can develop base specific video scenes to enhance realism and student familiarization.
The Contractor shall provide all personnel, equipment, materials, supervision, transportation, labor, and other items and services necessary to the deliver and train personnel.
All proposals will be considered. Any resultant award will be made to the lowest priced offeror providing a technically acceptable offer as outlined in the solicitation. The Government anticipates a firm fixed price contract. The following Federal Acquisition Regulations (FAR) and its supplements (DFARS and AFFARS) provisions and clauses apply to this acquisition; 252.204-7004, Required Central Contractor Registration, 52.212-1, 52.232-33 Payment by Electronic Funds Transfer, and 252.232-7003, Electronic Submission of Payment Requests.

To receive an award of contract the offeror must be registered in the “System for Award Management (SAM)” that can be accessed at the website https://www.sam.gov/portal/public/SAM/. For additional information and assistance go to https://www.fsd.gov/app/answers/detail/a_id/148. Offers shall be submitted no later than 10AM (EST) on Wednesday September 12, 2012, to the 439th Contracting Flight, ATTN: Services and Supplies Branch, 250 Airlift Drive, Westover Air Reserve Base, Chicopee, MA, 01022, or by E-mail to daniel.george.6@us.af.mil. PHONE CALLS ARE DISCOURAGED. Any questions regarding this proposal request MUST be submitted in writing to daniel.george.6@us.af.mil.

Set-Aside: Total Small Business Place of Performance: Westover Air Reserve Base Chicopee, MA 01022 US URL: https://www.fbo.gov/spg/USAF/AFRC/439LSSLGC/F5N3SF2180A001/listing.html
OutreachSystems Article Number: 120822/PROCURE/0625
Matching Key Words: video*; produc*; train*; website; business*; production?; commercial?; naics!512110; 


Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220

99 — SNOW AND ICE REMOVAL SP4705-12-T-0019 092112 Antoinette J. Gregg, Phone 7037671189, Email Antoinette.Gregg@dla.mil COMBINED SYNOPSIS/SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This is a Request for Quote (RFQ) and the solicitation number is SP4705-12-T-0019. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as unrestricted. The NAICS code is 488490 and the size standard is $7,000,000.00.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-60 effective 26 July 2012, Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2012-45. The complete text of any of the clauses and provisions are available electronically from the following site:http://www.farsite.hill.af.mil.

The DLA Contracting Services Office intends to procure acquisition on behalf of DLA Europe and Africa to provide snow and ice removal outreach professional services for DLA Installation Support for Europe & Africa located in Kaiserslautern, GE.

Contract Line items:
0001 -Snow and Ice Removal

Description of Requirements:
The contractor shall remove snow and ice on paved areas in accordance with the specifications and as outline in the statement of need along with attachments 1 and 2. Date (s) and place (s) of delivery and FOB Point:
0001 N/A DLA Germany
FOB: Destination

Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and addendum 52.212-1 ADDENDUM – INSTRUCTIONS TO OFFERORS – – COMMERCIAL ITEMS (JUN 2008)(b)(2) Proposal shall be received no later than 21 September, 2012 9:00 A.M (Eastern Standard Time). Fax responses and email response will be accepted. Submit offers to the address located in Block 9 on Page 1 of SF 1449. Advance copies of the response can be email at Beverly.j.williams@dla.mil. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line.
(b)(12) Submit one (1) original copy of the technical proposal and one (1) copy of the technical proposal. Within the copy, remove all mention of the contractor’s name.
(4) Technical Proposal: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in the Performance Work Statement. Proof of any certifications mentioned within the resume must be included in the technical proposal for the person being proposed to perform the required services.
(8) Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins.
(10) Past Performance: Offers shall include the resume of the person(s) proposed to provide the required services as within the Performance Work Statement. Resume(s) shall describe the proposed personnel’s credentials. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information, identify any government contract number, type of services provided, a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within three days of the issuance date of this solicitation, to Antoinette J. Gregg, at email address: antoinette.gregg@dla.mil.(End of Provision);52.212-2 Evaluation-Commercial Items (JAN 1999) LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION
The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal.

(2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (3)Delivery: Offerors must meet the required delivery date. or if POP: Offerors must be able to start performance on the required period of performance.(4)Responsibility: Offerors must meet the standard for FAR 9.104.; 52.212-3 Offeror Representations and Certification-Commercial Items (APR 2012);52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2012); 52.219-28 Post-award Small Business Program Rerepresentation APR 2009; 52.232-17 Interest (OCT 2010);52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012); 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution DLAD (AUG 2004).
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 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991).

The resulting contract will be firm-fixed price. The period of performance will be for one six (6) month period. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable.

Offerors must be submitted via one of the following methods by 9:00 AM ET, September 21, 2012:Email to: antoinette.gregg@dla.mil; Fax to: 703-767-1172 Attn: Antoinette Gregg or Mail to : DLA Contracting Services Office, ATTN: Antoinette J. Gregg, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060.

To be eligible for award of a Government contract, contractors must be properly registered in the Government’s Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award.

Place of Performance: DLA GERMANY KAISERSLAUTERN, 1 DE URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-T-0019/listing.html
OutreachSystems Article Number: 120822/PROCURE/0752
Matching Key Words: writ*; copy; technical; standard; 

Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE MS-4010 Washington DC 20549

99 — The purchase of custom framing, exhibit design and installation or wall/gallery hanging system design and installation. SECHQ112R8003 083012 Julia Gallmon, Contract Specialist, Phone 202-551-8023, Email gallmonj@sec.gov – Regina Mumford-Rush, Contracting Officer, Phone 202-551-7463, Email mumford-rushr@sec.gov This is a combined synopsis/solicitation for the purchase of custom framing, exhibit design and installation or wall/gallery hanging system design and installation (SOW attached), in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is SECHQ112R8003 and is issued as a request for proposals (RFP). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. This requirement is 100% Set-Aside for Small Business Concerns IAW FAR 19.502-2(b); the associated NAICS code is 453920; and the applicable small business size standard $7.0M. Respondents should follow the contract line item number (CLIN) structure detailed in the pricing schedule which is posted as an attachment entitled Pricing Schedule. The anticipated period of performance for this requirement is a five (5) year from September 20, 2012 – September 19, 2017 FOB: Destination. US Securities & Exchange Commission, 100 F Street NE, Washington DC 20549-2000.

All questions concerning this posting are due to the primary and secondary point of contact via e-mail no later than 12:00pm (EST), August 24, 2012.

All offers can be submitted electronically via e-mail, or mailed to the US Securities and Exchange Commission, 100 F Street NE, Washington DC 20549 to the primary and secondary point of contact.

The following FAR provisions apply: 52.212-1 Instructions to Offerors (Feb 2012) applies to this acquisition. The technical quote submission shall be limited to (10) one-sided pages. All offers must be for all items, as stated, partial offers will not be considered. 52.212-2 Evaluation of Commercial Items (Jan 1999) applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
;Technical Approach (address the requirements of the SOW)
Delivery (Ability to deliver large number (50 to 70) of framed certificates within  less than two weeks)
Past Performance
Price

Technical, delivery, past performance, when combined, are equal when compared to price.

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). 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. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. Offerors must submit a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications Commercial (Apr 2012) with its offer unless the offeror has Representations and Certifications entered into the ORCA database at https://orca.bpn.gov/. FAR 52.212-3 can be downloaded from the Internet: https://www.acquisition.gov/far/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the combined synopsis/solicitation, may be excluded from consideration.

All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at https://www.acquisition.gov/far/.

The following FAR clauses are applicable: FAR 52.212.4 Contract Terms and Conditions Commercial Items (Feb 2012); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (May 2012) applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6 Restriction on Subcontractor Sales to the Government (Sept 2006); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); 52.219-14 Limitations on Subcontracting (Nov 2011); 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2012); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sep 2010); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-7 Payments under Time-and-Materials and Labor-Hour Contracts (Feb 2007); 52.232-33 Payment by Electronic Funds Transfer–Central Contractor (Oct 2003). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. Evidence of valid CCR registration must be obtained before award can be made; 52.239-1 Privacy or Security Safeguards (Aug 1996); 52.217-8 Option to Extend Services (Nov1999); and 52.217-9 Option to Extend the term of the Contract (Mar 2000) are also included by reference.

52.216-19 Order Limitations (Oct 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $100.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor-
(1) Any order for a single item in excess of $35,000;
(2) Any order for a combination of items in excess of $35,000; or
(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause)

52.216-22 Indefinite Quantity (Oct 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum.” The Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum.”
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after five years of award of contract. (End of clause)

Additional Clauses:

MINIMUM AND MAXIMUM QUANTITIES

(a) As referred to in paragraph (b) of FAR Clause 52.216-22, “Indefinite Quantity” of this contract, the contract minimum quantity is establish at $100.00. The contract maximum quantity is hereby established at the total amount of $350,000.00

TASK ORDER FUNDING

Firm-Fixed Task Orders may be issued under this contract within the established contract ceiling limitation.

ORDERING PROCEDURES – TECHNICAL DIRECTION LETTERS

When necessary, technical direction letters specifying quantity and types of frames (including matting) required as set forth in the contract and the required delivery date(s) shall be given through issuance of TechnicalDirection Letters (TDLs) by the Contracting Officer Representative (COR).

Each TDL shall be in writing (preferably via e-mail) from the COR and shall include, as a minimum, the following information:

• Date of TDL
• Contract, task order and TDL number (Program Office choice of convention for TDL number)
• Specific quantity, type of frame (including matting) being ordered and a description of each frame type. This information will be provided for each frame type included in the TDL;
• A space provided for the contractor to acknowledge the order and that they accept the requested delivery dates. Contractor will send the confirmation via return e-mail.
• Each TDL issued is subject to the terms and conditions of the contract; and in no event shall technical directions constitute an assignment of new work or changes to such nature as to justify any adjustment to the firm fixed prices, framing specifications listed in the contract, contract ceiling, contract funding, or delivery terms under the contract. In the event of conflict between a TDL and the contract, the contract shall control.
• When in the opinion of the contractor a technical direction letter calls for effort outside the contract, the contractor shall notify the Contracting Officer thereof in writing, with a copy to the COR, within two business days of having received the technical direction in question. The contractor shall undertake no performance to comply with the technical direction until the matter has been resolved by the Contracting Officer through formal contract modifications or other appropriate action.
Oral technical directions are not allowed.

Amendments to a TDL shall be in writing and shall include the information set forth in paragraph b above

Any effort undertaken by the contractor pursuant to written technical directions issued other than in accordance with the provisions herein shall be at the contractor’s risk. IF THE COR ISSUES A TDL THAT EXCEEDS THE AMOUNT OF FUNDING ON THE CONTRACT, THE TDL SHALL BE CONSIDERED OUT OF SCOPE AND SHALL NOT BE REIMBURSED BY THE GOVERNMENT. THE GOVERNMENT SHALL NOT BE LIABLE FOR OUT OF SCOPE TDLs.

TYPE OF SERVICE

a. The Government and the Contractor understand and agree that any services delivered by the Contractor to the Government are non-personal services. The parties also recognize and agree that no employer-employee or master-servant relationship exists or will exist between the Government and the Contractor. The Contractor and the Contractor’s employees are not employees of the Federal Government and are not eligible for entitlement and benefits given federal employees.

b. Contractor personnel under this contract shall not:

(1) Be placed in a position where there is an appearance that they are employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer.

(2) Be placed in a position of command, supervision, administration or control over personnel or personnel of other Government Contractors, or become a part of the Government organization.

(3) Be used in administration or supervision of procurement activities.

(End of additional clauses)

The contracted services are considered professional services therefore IAW U.S. Code of Federal Regulations (CFR) Title 29 (Labor), Volume 3, Chapter V, Subtitle B, Part 541, regulated by the Wage and Hour Division of the Department of Labor, it has been determined that the Service Contract Act and associated wage determination would not apply to this acquisition.

Set-Aside: Total Small Business Place of Performance: US Securities and Exchange Commission 100 F Street NE Washington , DC 20549 US URL:https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ112R8003/listing.html
OutreachSystems Article Number: 120821/PROCURE/0615
Matching Key Words: writ*; copy; technical; standard; procedure?; 

FedBizOpps – Awards 

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Lorena Aslan, Contracting Officer , Phone 817-850-8407, Fax 817-574-2342, Email lorena.aslan@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0545Y $500000 082312 541-4B_541_1000 CARTER PICTURES, LLC, 1202 N VENICE TUCSON, AZ 857124630, Tucson, AZ 85712 US
URL: https://www.fbo.gov/notices/4f4aab892f5c616204a71899d841a727
OutreachSystems Article Number: 120824/AWARDS/1056
Matching Key Words: naics!512110; 

Defense Logistics Agency, DLA Acquisition Locations, DLA Document Services – Mechanicsburg, 5450 Carlisle Pike Mechanicsburg PA 17055

69 — job performance aids Eric Richard Hopkins, contract specialist, Phone 7176053435, Email eric.hopkins@dla.mil – Jacqueline L Michael, Contracting Officer, Phone 7176052386, Fax 7176053999, Email jacqueline.michael@dla.mil SP7000-12-C-0019 $284,767.00 082212 Twin Imaging
URL: https://www.fbo.gov/spg/DLA/J3/DAPS/Awards/SP7000-12-C-0019.html
OutreachSystems Article Number: 120823/AWARDS/1331
Matching Key Words: naics!512110; 

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Daniel Stafford, Contract Specialist, Phone 8178508278, Email daniel.stafford@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0533Y_GS-07F-0534Y $125,000 081712 541-3_541-4B_541-4F_541-1000 Videofiles, Inc., 1011 Arlington Blvd, Ste T-4, Arlington, VA 22209-3925 US
URL: https://www.fbo.gov/notices/902e2856d383f9fac417d813a7da68e8
OutreachSystems Article Number: 120822/AWARDS/1044
Matching Key Words: naics!512110; 


Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI

T–Virtual Studio and Multimedia Digital Assets N6660412R2245 Maria Gregory 401-832-7720 maria.gregory@navy.mil N66604-12-P-2245 $119,000 081012 0001-0003 Liquid Pictures 3D, Inc. (DUNS 023728615) Address: 303 Broadway Suite 104 City: Laguna Beach State: California Zip Code: 92651-1816 Country: USA No Description Provided
URL: https://www.fbo.gov/spg/DON/NAVSEA/N66604/Awards/N66604-12-P-2245.html
OutreachSystems Article Number: 120822/AWARDS/1052
Matching Key Words: naics!512110;  

FedBizOpps – Special Notes 

Department of the Navy, United States Marine Corps, Marine Corps RCO – National Capital Region, 2010 Henderson Road Quantico VA 22134-5045

99 — Conservation of artifacts M00264-12-T-0204 082712 Sakina A. Nixon , Sgt, Phone 7034321085, Email sakina.nixon@usmc.mil See Attached
Set-Aside: Total Small Business Place of Performance: Quantico, VA 22134 US URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-12-T-0204/listing.html
OutreachSystems Article Number: 120826/SPECIAL/0283
Matching Key Words: naics!711510; 

Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive – Suite 300 Egg Harbor Township NJ 08234

U — TSA – LEADERSHIP DEVELOPMENT and TRAINING, CAREER COACHING, EDUCATION and GENERAL TRAINING SERVICES, and WEB HOSTING HSTS07-12-R-RFI114 091212 Melisa E Hoffman, Contracting Officer, Phone 609-813-3373, Email melisa.hoffman@dhs.gov – Michele A Reeves, Contracting Specialist , Phone 609-813-3371, Email Michele.Reeves@dhs.gov Request for Information (RFI)
TSA – LEADERSHIP DEVELOPMENT and TRAINING, CAREER COACHING, EDUCATION and GENERAL TRAINING SERVICES, and WEB HOSTING.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.

The Transportation Security Administration (TSA) is issuing a Request for Information (RFI) to seek market research information regarding industry capabilities and potential sources in the areas of (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training. The NAICS for this procurement is 611430, Professional and Management Development Training. The Small Business Size Standard is $7 Million.

This RFI is solely intended to obtain Market Research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and 15.201(e). The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. This RFI does not constitute an Invitation for Bid (IFB), a request for Proposal (RFP), a Request for Quotation (RFQ) or an indication that the Government will contract for any of the items and/or services referenced in this notice. This RFI is for information and planning purposes and the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information that is submitted. Although “proposal” and “offeror” may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. All responses will become the property of the Government, and will not be returned to respondents. Any resulting solicitation (RFP, RFQ) for this requirement will be conducted in accordance with applicable Federal Acquisition Regulations (FAR).

On November 19, 2001, President Bush signed into law the Aviation and Transportation Security Act (ATSA), Public Law 107-71. Among the Act’s establish milestones toward achieving a secure air travel system, it also requires the Transportation Security Administration (TSA) to develop, implement, and manage training programs for the approximately 66,000 employees located at Headquarters, airports, and various field offices, across the continental United States and at various worldwide locations. A large population of TSA’s workforce is comprised of Transportation Security Officers (TSOs) located at approximately 450 airports in the United States plus its territories. As of January 1, 2012, the training, employee development and workforce engagement functional elements from various TSA Offices were realigned and centralized under the Office of Training and Workforce Engagement (OTWE) for enhanced efficiency and effective security capabilities and operations. OTWE is responsible with standardizing and integrating the development and delivery of all TSA training, employee development and workforce engagement programs, to include, but not limited to, law enforcement related training; non-law enforcement security related technical training; leadershiptraining for TSA’s supervisory and management teams; workforce engagement processes and development programs for all TSA employees; and training programs for critical transportation industry and industry partners. OTWE looks to deliver world-class, innovative, and results-oriented training programs and learning interventions designed to help TSA personnel effectively accomplish their critical missions.

In support of the TSA’s mission the organization seeks information regarding industry capabilities in the areas of (1) Leadership Development and Training, (2) Career Coaching and (3) Education and GeneralTraining.
The purpose of this Request for Information is to obtain information related to the design, development, implementation, deployment, and validation of training, learning and knowledge management interventions and programs that will be critical for TSA mission accomplishment. The Contractor shall utilize formally recognized training models such as, Analyze, Design, Develop, Implement, Evaluate (ADDIE). All programs/services/items utilized shall be 508 compliant. The Government requires website hosting of all information, courses, and materials related to these services. Additionally the Government requires assistance in the development of Curriculum Development, Learning and Knowledge Management Interventions and Programs, Structured Interviews and leadership development programs such as Senior Executive Service (SES) Candidate Development Programs (CDP), TSA Senior Leadership Development Program (SLDP) and other training.

This includes services such as, but not limited, to: a) Analysis and assessment studies designed to identify and frame mission critical training, and knowledge management requirements; b) Provide guidance for establishing the minimum acceptable level of performance for analysis, design, development, implementation, evaluation and documentation of training; c)Provide Consensus building among TSA leadership as to the goals, aims, expectations, and outcomes from its training, and learning interventions and programs; d)Development of competency models; e)Propose leadership programs competency-based courses to include in their curriculums that will aid in developing the skills necessary, per the TSA and OPM’s competencies/ECQs; f)Create competency-based assessments; g)Develop individual self assessments along with goal setting; h)Creation of job aids, performance support tools, and related paper- and web-based products that will help to maximize individual and team performance; i)Develop a strategy for training program marketing and communication; j)Provide Instructors and facilities for courses; k)the Contractor shall develop and deliver blended learning interventions and web-based training programs that will be ready for loading on the TSA information technology infrastructure; l)Convert existing classroom courses for blended learning intervention delivery; m) Produce training materials and provide logistical support (such as shipping course materials, securing training space, and interfacing with classroom training facilitators) for the successful delivery of training programs; n) Develop innovative learning interventions that will use newly developed technology and/or instructional techniques.

Leadership Development & Training

The Government requires direct support of its well-established, ongoing and future leadership development program, and the TSA Succession Plan (e.g., Department of Home Land Security (DHS) (SES) Candidate Development Program, Senior Leadership Development Program- (SLDP), Mid-Level Leadership Development Program (MLDP), Executive and Career Coaching and Development, Mentoring Program and development support, and TSA’s Resident Program, which includes but is not limited to the following:

a. Conduct a Job Analysis
b. Structured Interviews
c. Assist with the determination of Competencies to be Assessed by the Interview
d. Assist with choosing the interview Format and Developing Questions
e. Document the Development Process
f. Assist in creating interview probes
g. Writing Behavioral Interview Questions
h. Assist in Developing Rating Scales
i. Create the Interviewer’s Guide
j. Assist in the administration of Structured Interviews, including structured interview training
k. Individual and Executive Development Planning, Individual and Program Support
l. Advice and Consultation Services
m. Assessment and Training
n. Customized leadership development workshops and presentations
o. Succession and Transition Planning
p. Facilitation and Development of Individual Development Plans (IDP)/Executive Development Plans (EDP)
q. Perform Assessments (e.g., 180 and 360 degree instruments) and interpretation of assessment results.

Career Coaching:

Career Coaching Services include, but are not limited to, program management services, intake services, career development guidance, job search assistance, and career assessments. Career coaching services includes confidential individual telephonic access to career planning support, on site career planning workshops for individuals and groups, and access to a career coaching website.
Career Coaching session topics covered by Career Coaches via telephonic, email, workshop, or classroom shall include topics such as career planning, job search, executive coaching, career assessment, goal setting in support of Federal Government employee career plans, assistance in techniques to prepare the employee’s discussion of career goals with their supervisor, individual development plan assistance, career research, resume and federal application critiques, mock interviews, objective feedback on interview skills, and targeted job search strategies including using the internet. The contractor shall provide employee access to a variety of career assessment tools, at a minimum, the Myers Briggs Type Indicator (MBTI), Strong Interest Inventory (SCI), SkillScan and additional tools.

All Career Coaches are required to have Masters Degree or above in counseling or closely related credentials (i.e. Master’s or Ph.D in counseling, psychology or education with a concentration in career development) and hold current credentialed certification(s), by professional organization such as the National Career Development Association, and have at least two years experience as a career or executive coach.
This also entails professional career coaching services, at a minimum, from 8:00 AM-5:00 PM Monday through Friday (except federal holidays) in each time zone within the continental United States. Career Coaching Sessions will generally be 30-60 minutes in length. The average session (telephonic or email) over the past 30 months has been 38 minutes. Typical number of Career Coaching Sessions may range, on average, between 850 and 1,250 sessions per month. (For example, in April 2012, there were 1,038 total sessions with 93 sessions (9%) conducted with headquarters and 945 sessions (91%) with the field. The career coaching sessions by category of service in April 2012 was 24% for Career Planning Services (i.e., self assessment, goal setting, etc.); 75% for Job Search Services (i.e., resume, competencies, KSA’s, etc.) and 1% for Other Services.

TSA current site visit requirement is at least 48 per year with the below break out as follows (See Place of Contract Performance for additional information): TSA Head Quarters (HQ) 8, Region 1 will have 8 Site Visits, Region 2 will have 7 Site Visits, Region 3 will have 8 Site Visits, Region 4 will have 5 Site Visits, Region 5 will have 6 Site Visits, Region 6 will have 6 Site Visits.

The below table shows estimated Career Coaching activities, which could increase or decrease with little or no notice depending on the needs of the organization.

Career Coach Average Yearly Times
Direct Average Yearly Time – 4,107 hours
Indirect Average Yearly Time – 2,275 hours
Administrative Average Yearly Time – 2,327 hours
Total Average Yearly Time – 8,709 hours
Executive Coaching – 336 hours

The contractor shall deliver and host a 508 and FISMA compliant Career Coaching website. The career coaching website shall follow all applicable TSA and DHS policies, procedures, guidelines and standards. All TSA-owned, operated, controlled, or sponsored websites, or those websites affiliated with or operated on behalf of TSA shall be part of a .gov domain and shall be reflected in the website‘s address (URL). All materials appearing on the website may also be replicated on TSA’s career development website and downloaded and reproduced by TSA employees. The website will contain the following elements and be expanded and/or redesigned/developed as new technology and new resources become available. Information on the career coaching website shall be available 24/7.

The website shall include a description of the Career Coaching services available, biographies of the Career Coaches, and links to career planning and development resources. Career Coaching Website Topics will expand monthly, but include: Career Planning, Networking, Assessments, Knowledge, Sills, & Abilities, Federal Job Search, Federal Application Process, Frequently Asked Questions, Creating a Federal Resume, News Articles, Goal Setting, Interviewing Techniques, and Managing Job Stress.

This includes proposal of new topics, relevant to this requirement. Other new topics shall be approved in advance, in writing, by the Contracting Officer Representative (COR). The contractor shall prepare, write, and publish at least one up-to-date monthly newsletter, which will be provided on the career coaching website. An archive of past newsletters containing articles and resource tips shall be maintained and available for reading/viewing/download on the career coaching website.

Monthly deliverables require a methodology/automated system to detail monthly reports related to monthly/yearly usage and statistics, number of calls/sessions, topics, services required and supported, site visits conducted and courses delivered, and will maintain the anonymity of individual TSA employees.
Education and General Training
The Government requires world-class, innovative, and results-oriented training programs and learning interventions, across a wide range of functional, policy, and disciplines, to assist TSA personnel to effectively accomplish their critical mission. Learning interventions are defined as traditional and non-traditional learning exercises and activities. Historically, this includes 46 – 56 course offerings for 1 program during a quarter, in which the program offers 4 courses throughout TSA. The sessions generally hold anywhere between 12 – 30 individuals and are required to include from 1 to 3 instructors, depending on complexity and other factors. The qualified instructors will be expected to deploy training methods such as the below but not limited to:

a. Provide qualified Instructors for classroom training
b. Learning, coaching and guidance
c. Structured on-the-job training
d. Self-directed Learning (SDL)
e. Collaborative learning by network and face-to-face learning
f. Jigsaw instructions
g. Concept Mapping
h. Peer teaching, critiques and problem-based learning
i. Development of Competency Models
j. Provide Instructors for various training sessions
k. Curriculum Development
l. Courseware Design
m. Courses are designed on our OLC system which is a Plateau LMS system.
n. Courses range from 30 minutes to 2hrs
o. Contain Graphics, Videos, Audio and Animation.
p. Tests which are: Multiple choice, Drag and Drop, Fill in the Blank, and/or Essay

Examples of deliverables include:
a. Training evaluation;
b. Communications strategies, plans and materials (which may include print media, web-based communications, artwork, still photography, video productions, and audio productions);
c. Revision of existing e-Learning courseware.
d. Job aids;
e. Curriculum development
f. Training needs assessments;
g. e-Learning products (e.g., synchronous, asynchronous, and blended learning)
h. Participant and Instructor Guides
i. Competency Models
j. Project Management Plans; that show schedules, finances, milestones, risk assessment, risk mitigation plans for the overall program performance
k. Mission critical requirement analysis and evaluation reports designed to identify TSA training, learning interventions, and knowledge management requirements and assess their accomplishment
l. Formal training programs designed to be delivered via a range of delivery media;
m. Detailed scripts, production schedules, and post-production finished products suitable for duplication or web-based delivery.
n. Broadcast quality media production services and equipment for a variety of distribution channels to include: DVDs, web-based training programs, and electronic classrooms;
o. Training evaluation strategies and systems;

TSA’s OLC Content Developer Integration Guide or a designated replacement, for deployment on TSA’s Learning Management System (LMS) and virtual meeting tool, as appropriate. Any supplies/services are required to be Section 508 compliant; as well as adhere to Sharable Content Object Reference Model (SCORM) standards and specifications for web-based e-learning.

Web Hosting:
TSA requires web hosting. Currently, this requirement includes a website for its Career Coaching Program, and hosting of an interactive site for some of its Leadership Development Programs. This is an area of expected growth. These websites contain forms, integrated process and approval flows. The web-sites will be expected to have the below capabilities, among other requirements specific to the program or requirement:
a. The web site should provide automated process flow capabilities for forms and other information requiring routing for review, comments and approval.
b. Contain created forms that can be used to collect data. Forms contain:
1. radio buttons
2. drop down lists
3. check boxes
4. text boxes
5. historical document history
c. Display dashboards reporting on various metrics contained in the website.
d. Track number of users.
e. Track number of hits on the site and hits per page.
f. Version controls for artifacts on the site.
g. User ID information.

APPLICABLE DOCUMENTS and DHS/TSA SPECIFIC TERMS & CONDITIONS:
All products/services considered by TSA must be able to conform to all policies and procedures governing physical, environmental, and information security described in various TSA/DHS regulations pertaining thereto. These TSA/DHS policies, procedures, guidelines, and standards include, but are not limited to:
– DHS 4300A Sensitive Systems Handbook
– TSA MD 1400.3, IT Security Policy Handbook and Technical Standards
– DHS IT Security Architecture Guidance Volumes 1, 2 and 3
– DHS/TSA Systems Engineering Lifecycle (SELC)
– H.5200.224.001 CONTROLLED UNCLASSIFIED INFORMATION DATA PRIVACY AND PROTECTION
– H.5201.209.001 SUITABILITY DETERMINATION FOR CONTRACTOR EMPLOYEES
– H.2400.224.001 SECURITY OF SYSTEMS HANDLING PERSONALLY IDENTIFIABLE INFORMATION AND PRIVACY INCIDENT REPONSE
– H-0403.241.001 SPECIAL INFORMATION TECHNOLOGY CONTRACT SECURITY REQUIREMENTS

RESPONSES
Interested parties should provide a response containing a concise statement describing the respondent’s specific capabilities, items/services and experience relevant to: (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training, and including web hosting services for all three functional areas.

All interested parties responding to this RFI announcement must, at minimum, address the following:

(1) Respondents shall demonstrate broad experience in course development and curriculum design, utilizing TSA’s and Office of Personnel Management’s (OPM’s) Executive Core Qualifications (ECQs), and also in utilizing formally recognized training models such as ADDIE, providing career coaching services, and web hosting capabilities specific to the three broad areas of interest. Respondents shall indicate if their core competencies and capabilities lie in one, two, or all of the areas of interest: (1) Leadership Development and Training, (2) Career Coaching, (3) Education and General Training, (4) Web hosting capabilities. For example, firms with core competencies in establishing and sustaining Federal Government leadership schools, academies, curriculum and/or courses are highly encouraged to respond to this notice as having core competencies in the area of Leadership Development and Training.

(2) TSA is seeking information from all interested parties, including Small, Small Disadvantaged, 8(a), Women-Owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone, and Historically Black Colleges and Universities/Minority Institutions. Respondents shall provide name and address of firm, size of business, average annual revenue for the past three (3) years and number of employees, ownership, number of years in business, affiliate information, parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor), and subcontractors (if potential prime contractor).

(3) Respondents must be able to demonstrate an ability to support a requirement with a similar scope and complexity as to those described above. The Government estimates $12M per year in support of the same/similar requirements, spread across the three areas of interest. The respondent shall demonstrate its ability to provide services to TSA’s 66,000 employees located at Headquarters, airports, and various field offices, across the continental United States and at various worldwide locations, including more than 450 airports. Respondents shall indicate their ability in terms of response times for each of the 6 regions and be specific to the broad areas (Leadership Development and Training, Career Coaching, and Education and General Training, and including web hosting capabilities for all three functional areas). See Below, Place of Contract Performance, for additional information.

(4) Respondents shall provide a relevant customer list/past performance information which demonstrated an ability to support a requirement with a similar scope and complexity as to those described above within the past 3 years, including contract number, relevant services/supplies, dollar value of each procurement, percent of work completed as prime/subcontractor for each instance, and point of contact information for each reference. Respondents shall estimate the dollar amount and percent of support that it anticipates performing directly or subcontracting for the same or similar requirement as detailed in this RFI, in total across the three areas of interest, as well as a break-out for specific support under the areas of interest (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training, (4) Web hosting.

(5) Respondents shall provide a statement indicating an understanding of and ability to comply with the referenced Applicable Documents and DHS/TSA referenced requirements, including DHS 4300A, TSA MD 1400.3, and Clause H.5201.209.001, SUITABILITY DETERMINATION FOR CONTRACTOR EMPLOYEES.

(6) The respondent shall provide relevant information related to whether the Government’s need may be met by a type of item or service customarily available in the commercial marketplace that would meet the definition of a commercial item at FAR Subpart 2.1.

(7) The Respondent/Firm shall identify existing contractual vehicles, including General Services Administration (GSA) Federal Supply Schedule (FSS) contracts (MOBIS, IT-70, Etc.). Respondents shall provide the contract number, applicable schedule, SIN, Pricing Arrangements of the contract (FFP, T&M/LH, Relevant Labor Categories, Etc.), and detail whether existing vehicles may be leveraged to provide support under this requirement, considering the scope and complexity.

Responses to this RFI are due no later than September 12, 2012, 4:00 PM ET. Electronic responses to this RFI are encouraged. Responses are limited to 8MB and no more than 10 pages in size (type shall be no smaller than single spaced 11 Times New Roman font). Electronic proposals are encouraged using WinZip software. All submissions shall include the RFI# in the subject line of the e-mail. The WinZip password shall be submitted under a separate e-mail by the aforementioned date and time. Please note: there is not a character length or mixed case requirement imposed on your password. These submission instructionswill also apply to any future correspondence, as applicable, in response to this solicitation.

Respondents are solely responsible for ensuring their response was received. The Government does NOT intend to entertain or answer questions and/or e-mailed or telephonic inquiries prior to the response date, or after the response date. The Government may conduct additional market research, based on the completeness of responses received.

Response to this RFI shall be submitted via e-mail to the following: Melisa.hoffman@dhs.gov with a courtesy copy provided to OTWE_BMO@tsa.dhs.gov.

Place of Performance: Services are required at TSA Headquarters (In/Around the N Virginia and Washington DC areas), airports, and various field offices, across the continental United States and at various worldwide locations. A large population of TSA’s workforce is comprised of Transportation Security Officers (TSOs) located at approximately 450 airports in the United States plus its territories. Attachment 1 – Airport Region Table. Region 1 Connecticut Delaware Maine Maryland Massachusetts New Hampshire New Jersey New US URL: https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-12-R-RFI114/listing.html
OutreachSystems Article Number: 120823/SPECIAL/1403
Matching Key Words: video*; duplicat*; produc*; train*; website; web; site?; page?; education*; business*; entertain*; documentation; produce?; production?; distribut*; instruct*; commercial?;   

USABID State and Local Purchases  

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

R – DBHDID DIRECTOR/OFFICER LIABILITY INSURANCE. RFB-758-1300000174-1 DUE 21-SEP-2012 Richard Mize, Phone: (502) 564-6521; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120824/BID/0001
Matching Key Words: age:state!ky; state!ky; 


Energy and Environment Cabinet, Division of Conservation, 375 Versailles Road, Frankfort, KY 40601

R – BIENNIAL AUDITING SERVICES FOR CONSERVATION & WATERSHED CONSERVANCY. RFP-128-1300000023-1 DUE 11-SEP-2012 David Hargis, Phone: (502) 573-3080; 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: 120824/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Alcoholic Beverage Control, 1003 Twilight Trail, Suite A-2, Frankfort, KY 40601

U – STAR (SERVER TRAINER IN ALCOHOL REGULATIONS) CONTRACTOR/TRAINERS. RFP-680-1300000074-1 DUE 07-SEP-2012 Maurice Brown, Phone: (502) 564-4850; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120824/BID/0007
Matching Key Words: age:state!ky; state!ky; 


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

99 – X-RAY SYSTEMS, KITS AND ACCESSORIES. RFB-758-1300000170-1 DUE 05-SEP-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: 120824/BID/0009
Matching Key Words: age:state!ky; state!ky; 

Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502

U – FY13 KET GED INSTRUCTIONAL DESIGN AND EVALUATION CONSULTANT. RFP-545-1300000070-1 DUE 29-AUG-2012 Christine Hurst, Phone: (859) 258-7107; Website:https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120823/BID/0006
Matching Key Words: age:state!ky; state!ky; 

State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

U – DWS Training Video DVD Written questions should be submitted b SOL 43-DWS-TrainingVideo DWS Training Video DVD Written questions should be submitted by August 27, 2012 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120822/BID/0357
Matching Key Words: video*; train*; 

Kentucky State Procurement  

Western Kentucky University, Bowling Green, KY

R — TEMPORARY EMPLOYMENT SERVICES. BID #WKU-2013-014 DUE 13-SEP-2012 Website: http://www.wkuplanroom.com/purchasing/ This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120824/KY/8889
Matching Key Words: age:state!ky; state!ky; 

Department of Military Affairs, 100 Minuteman Parkway, Frankfort, KY 40601

R — DIACAP (DOD INFORMATION ASSURANCE CERTIFICATION AND ACCREDITATION PROCESS) EQUIVALENT SERVICES – ADDENDUM. RFP-095-1200000529-2 DUE 31-AUG-2012 Leslie Stamper, Phone: (502) 607-1510; Website: https://emars.ky.gov/online/vss/AltSelfService New Due Date. Provider of information technology and security consulting services and specialize in Certification and Accreditation of federal information systems. A consulting group that can assist KYLOC in getting our network to a DIACAP (DoD Information Assurance Certification and Accreditation Process) compliance status. We are also looking for a group that can accomplish this with a very “hands-on type of assistance”, where their people are on site helping out local IT people make the necessary system changes. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120823/KY/8828
Matching Key Words: age:state!ky; state!ky; 

City of Paducah, P.O. Box 2267, Paducah, KY 42002-2267

R — FINANCIAL INSTITUTION COMMERCIAL REVOLVING LINE OF CREDIT. DUE 04-SEP-2012 The City of Paducah, Kentucky is soliciting proposals for establishing a Residential Revolving Line of Credit relating to the Fountain Avenue Neighborhood Revitalization Project. The Financial Institution will be required to provide a detailed offer of a Revolving Line of Credit outlining the terms of the proposed agreement. The Line of Credit will be for an amount not to exceed $900,000 to help fund the construction of seven new homes in the Fountain Avenue Project Area. The City of Paducah has received a $309,000.00 HOME grant from the Kentucky Housing Corporation to buy down construction costs of seven (7) new single-family homes. All structures will be sold to low to moderate income families. Construction of the homes will not begin until a buyer has been pre-qualified. At a minimum, each proposal shall include: Committed Credit Line, Proposed Interest Rates and Repayment Terms, Principal Repayment Terms, Interest Repayment Terms, Collateral Requirements, Loan Costs, Explanation of any Special Terms or Conditions. MINIMUM QUALIFICATIONS: 1. The Proposer must be Federal Deposit Insurance Corporation (FDIC) insured; 2. The Proposer must have an office or branch within Paducah City Limits; 3. Maturity date: 18 months from the date of the note; 4. Borrower will not be required to pay the principal plus all the accrued interest until maturity date. All proposals shall be submitted to Steve Ervin, Director, Department of Planning, P.O. Box 2267, Paducah, KY 42002-2267, prior to Tuesday, September 4, 2012 at 3:30 P.M. The proposal should be clearly marked Proposal for Revolving Line of Credit . The City reserves the right to reject any proposals submitted. All proposals are subject to review and approval by the Paducah City Commission before any agreement can be executed. Any questions relating to this proposal packet should be directed to Steve Ervin, Director of Planning, at 270-444-8690. 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: 120822/KY/8800
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 – ADDENDUM. RFP-758-1300000032-2 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: 120821/KY/8756
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — TRANSCRIPTION SERVICES. RP-14-13 DUE 06-SEP-2012 Terry L. Cutler, Phone: (502) 852-7211; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120821/KY/8768
Matching Key Words: age:state!ky; state!ky; 


KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383

99 — INDUSTRIAL ROBOT,, BOWLING GREEN TECHNICAL COLLEGE, BOWLING GREEN, KY. KCT-00861 DUE 30-AUG-2012 Tonya Peters, Phone: (859) 256-3336; E-mail: tonya.peters@kctcs.edu; Website:http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.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: 120821/KY/8770
Matching Key Words: age:state!ky; state!ky; 


Kentucky State University, Director of Purchasing, Room 425, 400 East Main Street, Frankfort, KY 40601

R — INSURANCE BROKER SERVICES – ADDENDUM #1. RFP-13-01 DUE 31-AUG-2012 Tonya Y. Montgomery, Director of Purchasing, Phone: (502) 597-6434; Website:http://www.kysu.edu/about/divisions/financeandbusiness/procurementservices/Bids_and_+RFPs.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120821/KY/8782
Matching Key Words: age:state!ky; state!ky; 


Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209

T — PRINTING: LIFELONG LEARNING COURSE CATALOG. BID #6647 DUE 11-SEP-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: 120821/KY/8786
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities Bids and Purchases | beenetworknews - September 7, 2012

    […] PREVIOUS BUSINESS AND  CAREER OPPORTUNITIES BIDS AND PURCHASES Share this:TwitterFacebookLinkedInRedditMorePrintEmailLike this:LikeBe the first to like this. A4 Construction Co., aai corp, agreements, Air Force, Alliance Contractor Services, AmeriQual Group, armed forces, Armorworks Enterpri Crye Precision, Army, Awarded DOD Contracts, BAE Systems Information and Electronic Systems, BAE Systems Land & Armaments, Ball Aerospace and Technologies Corp., BBG, bids and procurement, Broadcasting Board of Governors, Business, business and career opportunities, business opportunities, C., Career, Career Opportunities, circumstances, Commerce, Contracts, Defense Logistics Agency, Department of Criminal Justice Training, Department of Defense, Department of Defense Awarded Contracts, Department of the Air Force, Department of the Army, Department of the Navy, DLA, DOD, DOD Awarded Contracts, Employment, fedbizopps, FedbizOpps Special Awards, Federal Bid Opportunities, Federal Bids, Federal Contracts, Finance and Administration Cabinet – Office of Procurement Services, Ft. Eustis, General Dynamics Corp., Government Contracts, Government Procurement, Hensel Phelps Construction Co., Hydraulics International, Inc, industry, Intific, J.V., Job, John C. Grimberg Co., Kentucky Department of Veteran Affairs, Kentucky Procurement, L-3 Communications, L.L. Black Box Network Services, L.L.C., L.P., Laibe Corp., Lion-Vallen Industries, Lockheed Martin, merchandiser, merchant, militaristic, Missile Defense Agency, Morehead State University, NASA, Navmar Applied Sciences Corp.*, Navy, Northrop Grumman, occupation, office, Pennsylvania State University, pursuit, Raytheon Corp., Raytheon Network Centric Systems, Rock Island Integrated Services, RORE-ITSI, Royal Jordanian Air Academy, RQ Construction, Science Application International Corp., Scientific Research Corp.*, servicemen, ses, Sikorsky Support Services, soldier-like, soldierly, Special Operations, SRI International, Systems Engineering Solutions, Textron Land & Marine Systems, The Boeing Co. BAE Systems, trade, tradesman, Truman Arnold Companies, U.S. Air Force, U.S. Army, U.S. Navy, United Technologies Corp, US Foods, USABID State and Local Purchases, ViaSat, Voice of America, warlike ← Economy Brings Minority Business Certification Into Focus […]

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: