Business and Career Opportunities Bids and Purchases

September 7, 2012

Business / Career

FedBizOpps – Procurement 

Department of Veterans Affairs, Syracuse VAMC, Department of Veterans Affairs Medical Center, VISN 2 NCO (2/90);Contracting Officer;Department of Veterans Affairs Syracuse;1304 Buckley Rd Suite 102;Syracuse New York 13212-4311

R–INVENTORY AND NEEDS ASSESSMENT OF VAWNYHS EMERGENCY MANAGEMENT EQUIPMENT AND SUPPLIES AT BUFFALO VAMC, BATAVIA VAMC AND BUFFALO-NIAGARA INTERNATIONAL AIRPORT VA52812Q0752 091012 Richard Williams 315-425-4400 Ext 54065 Contract Specialist The Department of Veterans Affairs VA Western New York Healthcare System (VAWNYHS) at 3495 Bailey Avenue, Buffalo, New York 14215-1129 has a requirement to conduct a needs assessment and inventory of Emergency Management Equipment and Supplies.
This is a combined synopsis/solicitation for a Professional Emergency Management Inventory and Assessment in accordance with FAR Part 12. This announcement constitutes the only solicitation of FedBizOpps (www.FBO.gov); quotes are being requested and a hard copy written solicitation will not be issued. The Contracting Officer for this procurement is Richard Williams and all questions shall be submitted in writing to richard.williams18@va.gov or mailed to Contracting Officer, Department of Veterans Affairs, VISN 2 NCO (2/90), 1304 Buckley Rd Suite 102, Syracuse, New York 13212-4311.
This is an Unrestricted procurement with preference given to any Small Business where price can be determined to be fair and reasonable. All responsible business concerns (both Small and Large) are encouraged to submit proposals.
Solicitation VA528-12-Q-0752 is issued as a Request for Quote (RFQ).
NAICS Code 541690, size standard $7.0 million applies for this procurement.
Quotes are due by September 10, 2012 at 9:00 AM EST.
Place of Performance: VETERANS ADMINISTRATION WESTERN NEW YORK;HEALTHCARE SYSTEM;3495 BAILEY AVENUE;BUFFALO NEW YORK 14215-1129 US URL:https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52812Q0752/listing.html
OutreachSystems Article Number: 120902/PROCURE/0137
Matching Key Words: writ*; copy; standard; 


Department of the Interior, National Business Center, AQD – Denver, DOI, National Business Center, AQDDivision 4/ Branch 27301 West Mansfield AveD2940DenverCO80235US

R–AMERICAN INDIAN STORYTELLER (AUTHOR) D12PS00593 091112 William Brookshire william_a_brookshire@nbc.gov AMERICAN INDIAN STORYTELLER (AUTHOR) per statement of work The U.S. Department of the Interior /National Business Center, Acquisition Services Directorate (AQD) on behalf of Office of the Special Trustee for American Indian, Office of External Affairs has a requirement for an AMERICAN INDIAN STORYTELLER (AUTHOR). Additional information and opening and closing dates will appear on the RFQ. The proposed contract is 100% set aside for small business concern. Solicitation will be available on Federal Business Opportunity on 09/01/2012. Copies of the solicitation and attachment can only be obtain from the link on the Pre-solicitation (https://www.fedconnect.net/FedConnect/)
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/70b729d85bb3584a99eaf1f1dc14e550
OutreachSystems Article Number: 120902/PROCURE/0142
Matching Key Words: naics!711510; 

Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Rm 120 Buckley AFB CO 80011-9572

R — Hoist & Crane Annual Services F1K3DA2153A001KAT 090712 Kathy Gatewood Clark, Contracting Specialist, Phone 7208477175, Fax 7208476443, Email kathy.clark.1@us.af.mil – Deb Saumur, Contracting Officer, Phone 720-847-9390, Fax 720-847-6443, Email debra.saumur.1@us.af.mil This is a combined synopsis/solicitation for commercial services and/or supplies prepared in accordance with the format in FAR Subpart 13.5 and FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will NOT be issued. The solicitation number for this requirement is F1K3DA2153A001KAT and is hereby issued as a Request for Quote (RFQ) using subpart FAR Part 13, Simplified Acquisition Procedures. The 460 CES/CEOSS, Buckley Air Force Base (BAFB), Colorado requires a contract for the following services; the contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to perform Hoists and Cranes Inspections, Testing, and Repair services at Buckley Air Force Base (BAFB), Colorado. All work will be accomplished in accordance with all OSHA, ANSI, local, state, and federal regulations. The wages for this quotation shall be based on the attached U.S. Department of Labor, Employment Standards Administration Wage and Hour Division under WD 05-2081 (Rev. -12) as of 19 June 2012.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 Aug 11, DFAR DCN 20110819 effective 19 Aug 11 and AFFAR AFAC 2011-0714 effective 14 Jul 11. The North American Industry Classification System (NAICS) code is 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the Small Business Size Standard is $7.0M. THIS PROCUREMENT IS BEING ISSUED AS A 100% SMALL BUSINESS SET-ASIDE ONLY. It is anticipated that the contract will have 1-year base period with 4 each 1-year options. HubZone, women owned, service disabled veteran owned, and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm fixed price contract to the responsible Offeror whose lowest price and technically acceptable quote conforms to the solicitation. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items.
Provide a price quote for each of the following CLINS and total price (fill in the blanks).

PRICING FOR : BUCKLEY AFB, CO
CLIN ITEM QTY UNIT OF ITEM PRICE EXTENDED PRICE
ISSUE
BASE PERIOD (1 Oct 12 – 30 Sep 13)
0001 Annual Inspection 1 EA tiny_mce_marker__N/A__ tiny_mce_marker___N/A______
0002 Four Year Inspection and
Load Test 1 EA tiny_mce_marker________ tiny_mce_marker_____________

0003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________

0004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5, 000.00____
(SOW parag. 3.2 – Work Orders)
Total tiny_mce_marker_____________

OPTION PERIOD 1 (1 Oct 13 – 30 Sep 14)
1001 Annual Inspection 1 EA tiny_mce_marker_______ tiny_mce_marker_____________
1002 Four Year Inspection and
Load Test 1 EA tiny_mce_marker__N/A___ tiny_mce_marker_____ N/A____

1003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________

1004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5,150.00____
(SOW parag. 3.2 – Work Orders)
Total tiny_mce_marker_____________

OPTION PERIOD 2 (1 Oct 14 – 30 Sep 15)
2001 Annual Inspection 1 EA tiny_mce_marker_______ tiny_mce_marker_____________
2002 Four Year Inspection and
Load Test 1 EA tiny_mce_marker__N/A__ tiny_mce_marker___ N/A______

2003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________

2004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5,304.50____
(SOW parag. 3.2 – Work Orders)
Total tiny_mce_marker_____________

OPTION PERIOD 3(1 Oct 15 – 30 Sep 16)
3001 Annual Inspection 1 EA tiny_mce_marker_______ tiny_mce_marker_____________
3002 Four Year Inspection and
Load Test 1 EA tiny_mce_marker__N/A__ tiny_mce_marker____N/A_____

3003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________

3004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5,463.64____
(SOW parag. 3.2 – Work Orders)
Total tiny_mce_marker_____________

OPTION PERIOD 4 (1 Oct 16 – 30 Sep 17)
4001 Annual Inspection 1 EA tiny_mce_marker__N/A__ tiny_mce_marker___N/A______
4002 Four Year Inspection and
Load Test 1 EA tiny_mce_marker________ tiny_mce_marker_____________

4003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________

4004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5,627.54____
(SOW parag. 3.2 – Work Orders)
Total tiny_mce_marker_____________

TOTAL OF ALL PERIODS tiny_mce_marker_____________

GOVERNMENT PRIMARY POINTS OF CONTACT (POC’s): Submit offers or any questions to the primary POC Kathy Gatewood Clark at (720) 847-7175 kathy.clark.1@us.af.mil or Deb Saumur at (720) 847-9390 debra.saumur.1@us.af.mil .
DEADLINES: Submit questions and offers to the primary POC and alternate POC. All questions or requests for information must be in writing and sent by email correspondence by close of business (COB) on Wednesday, 5 September 2012 by 1700 Mountain Daylight Time (MDT). It is acceptable to submit quotes by email no-later-than (nlt) Friday, 7 September 2012 by 1400 MDT. Facsimile quotations will also be accepted at (720) 847-6443.
OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point-of-contact (POC) to include phone number and email address. To obtain or renew a DUNS number and/or CAGE code, please visit http://www.sam.gov/portal/public/SAM/. In order to be eligible for this award the company must be registered in CCR located at the above website.
DELIVERY OF SERVICES ADDRESS: All services will be conducted at 460 CES/CEOSS, 385 S. Aspen Drive, Buckley AFB CO 80011.
PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil):

52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS FEB 2012

52.212-4 CONTRACT TERMS AND CONDITIONS–COMMERCIAL ITEMS FEB 2012

52.217-5 EVALUATION OF OPTIONS JUL 1990

52.222-3 CONVICT LABOR JUN 2003

52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND
REMEDIES MAR 2012

52.222-41 SERVICE CONTRACT ACT OF 1965 NOV 2007

52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION AUG 2003

52.223-6 DRUG-FREE WORKPLACE MAY 2001

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT
MESSAGING WHILE DRIVING AUG 2011

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

52.227-1 AUTHORIZATION AND CONSENT DEC 2007

52.228-5 INSURANCE–WORK ON A GOVERNMENT INSTALLATION JAN 1997

52.229-3 FEDERAL, STATE, AND LOCAL TAXES APR 2003

52.232.1 PAYMENTS APR 1984

52.233-1 DISPUTES JUL 2002

52.233-3 PROTEST AFTER AWARD AUG 1996

52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 2004

52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT,
AND VEGETATION APR 1984

52.242-15 STOP-WORK ORDER AUG 1989

52.242-17
GOVERNMENT DELAY OF WORK
APR 1984

52.243-1 CHANGES-FIXED-PRICE (AUG 1987)(Alternate III) APR 1984

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS MAR 2009

52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) APR 1984

The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference:
252.212-7001 (Dev) CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTES OR EXECUTIVE ORDERS
APPLICABLE TO DEFENSE ACQUISITIONS OF
COMMERCIAL ITEMS (DEVIATION) DEC 2010

252.219-7011
NOTIFICATION TO DELAY PERFORMANCE
JUN 1998

252.223-7004
DRUG FREE WORK FORCE
SEP 1988

252.243-7001
PRICING OF CONTRACT MODIFICATIONS
DEC 1991

The FAR, DFARS and AFFARS can be accessed on the Internet at http://www.farsite.hill.af.mil in full text.

The following FAR clauses apply to this solicitation and are incorporated in full text:

52.204-99 — SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION) (AUG 2012)
(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)

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:

BASIS OF AWARD: Award will be made to the offeror representing the best value to the Government. Best value consists of the offer meeting the technical capability to perform the services identified within the Performance Work Statement (PWS) (to include the attached pictures) at the lowest price.

Each Offerors quotation shall provide the following information:
(i) Price
(ii) Technical Capability
Lowest Price, Technically Acceptable (LPTA) Award will be made to the offeror whose price is lowest among all quotations that were deemed to be technically acceptable. Award will be made to the offeror representing the best value to the Government. Best value consists of the Offeror’s quotation meeting the technical capability shown within the PWS at the lowest price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

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

52.217-8 Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the last day of the period of performance for the contract.
(End of Clause)

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within
30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.
(End of clause)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUNE 2007)
(a) Definitions. As used in this clause– Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.
Small business concern means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause.
(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall re represent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:
(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.
(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts-
(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and
(ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found athttp://www.sba.gov/services/contractingopportunities/sizestandardstopics/.
(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.
(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update.
(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.
(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:
The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.
[Contractor to sign and date and insert authorized signer’s name and title].
(End of clause)

52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (May 1989)
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This Statement is for Information Only:
It is not a Wage Determination
Employee Class Monetary Wage — Fringe Benefits
Civil Engineering Technician
(GS-9/Step 5) $22.57 — $8.12

(End of Clause)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil/
(End of clause)

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the clause.

The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text:

5352.201-9101 OMBUDSMAN (10 AUG 2005)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the AFSPC ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax: 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)

5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Comply with the specific health and safety requirements established by this contract;
(2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract;
(3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract
(End of clause)

5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002)
(a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. At least five days prior to base access, the contractor shall send, to the Contracting Office, a list containing the full name, state issued identification number or driver’s license number and the state of issue, social security number, date of birth, and company name of each individual requesting access to Buckley Air Force Base. Additionally, the list shall contain the purpose of base access, date(s) and time(s) of base access, and a company point of contact with telephone number.

(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.

WIDE AREA WORK FLOW (WAWF) VENDOR INSTRUCTIONS
INSTALLATION AND REGISTRATION CHECKLIST

Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts.

1. Using the WAWF System
• Please access http://www.wawftraining.com for a detailed, “WAWF Vendor Getting Started Guide.” This publication provides in-depth instructions for utilizing the WAWF system to submit electronic payments.

2. Follow-up (if necessary).
• If your (GAM or user) account hasn’t been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center:

CONUS ONLY 1-866-618-5988
COMMERCIAL 801-605-7095
DSN 388-7095
FAX Commercial: 801-605-7453 DSN 388-7453
Email: CSCASSIG@CSD.DISA.MIL
Note: Reference “WAWF” in email Subject line.

The following codes will be required to route your invoices through WAWF.

CONTRACT NUMBER: FA2543-12-X-XXXX
TYPE OF DOCUMENT: 2-in-1 Invoice
CAGE CODE:
ADMIN DODAAC: FA2543
ISSUE DODAAC: FA2543
SHIP TO DODAAC: FA2543
PAY OFFICE DODAAC: F03000

E-Mail Notifications
Contract Administrator: kathy.clark.1@us.af.mil
Customer (Civil Engineering): TBD
Alternate I (Civil Engineering): TBD
Alternate II (Civil Engineering): TBD

STATEMENT OF WORK
for
Hoists and Cranes Inspections, Testing and Repair

Buckley AFB, Colorado

13 June 2012

INDEX

SECTION/PARA DESCRIPTION PAGE NO

SECTION I GENERAL TECHNICAL SUPPORT AGREEMENT

1.0 General Requirements………………………………..2

2.0 Performance Period…………………………………..2

3.0 Description of Services……………………………….2

4.0 General Information…………….. …………………..3

4.4 Security Requirements……………………………….4

4.5 Hours of Operation………………………………… 5

4.6 Invoicing…………………………………………..5

5.0 Special Requirements……………………………..5-6

SECTION II APPENDICES

A List of Hoists and Cranes……………………………7

1.0 GENERAL REQUIREMENTS

1.1 The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to perform Hoists and Cranes Inspections, Testing, and Repair services at Buckley Air Force Base (BAFB), Colorado.

1.2 All work will be accomplished in accordance with all OSHA, ANSI, local, state, and federal regulations.

2.0 PERFORMANCE PERIOD

2.1 Work will be performed between the 15th of September and 15th of October in the base period and for each service year option.

2.2 Period of performance for each service shall be no longer than 21 days.

2.3 Work start date shall be coordinated with Buckley AFB CEOSS.

3.0 DESCRIPTION OF SERVICES

3.1 General Requirements.

3.1.1 Annual Inspection. The contractor shall perform annual inspections on hoists and cranes on BAFB in accordance with current OSHA and ANSI standards, manufacturer’s specifications, and local, state, or federal regulations.

3.1.1.1 Inspection Reports. Contractor shall provide to Buckley AFB CEOSS a written report documenting inspection and findings.

3.1.2 Four Year Inspection and Load Test. The contractor shall perform four-year inspections and load tests on hoists and cranes on BAFB in accordance with current OSHA and ANSI standards, manufacturer’s specifications, and local, state, or federal regulations. A Four Year Inspection and Load Test will be performed in the first year of contract performance.

3.1.2.1 Inspection and Test Reports. Contractor shall provide to Buckley AFB CEOSS a written report documenting inspection and findings.

3.1.3 Service Call. The contractor shall provide unscheduled, emergency repair of systems, as required between inspections. Unscheduled service calls will be initiated by the government. The Contractor shall report to the required location within 24 hours to survey the repair. Refer to paragraphs 3.1.4 and 3.2 regarding repairs and cost reimbursable items.

3.1.4 Repair. The contractor shall perform repairs on hoists and cranes on BAFB in accordance with commercial practices, manufacturer’s specifications, and local, state, or federal regulations. The contractor shall provide written estimates for required repairs to the government. This written estimate shall include the estimated cost of itemized parts and labor, the specified time needed to repair and the projected equipment downtime. For Load Test failures, the contractor shall immediately notify the government that the device failed the test. The contractor shall provide government a written repair estimate within 2 business days.

3.2 Cost Reimbursable CLINs. This paragraph pertains to all COST REIMURSABLE items (Example paragraph 3.1.4 above). Contractor may be asked to provide cost estimate for possible work to be performed. Request of cost estimate does not guarantee Contractor will perform work. Contractor shall not start work until notified by CO or COR. Once the work has been completed and approved by QAP, the Contractor shall submit an invoice to the CO and QAP that outlines the accumulation of time and materials, excluding all profit and overhead costs. If any funding remains after the period of performance has terminated, then the funding will be de-obligated.

4.0 GENERAL INFORMATION

4.1 Government Furnished Property

4.1.1 None.

4.2. Government Furnished Services.

4.2.1. Security Forces and Fire Protection. The Government shall provide Security Forces and Fire Protection services. In the case of an emergency situation, the Security Forces telephone number at BAFB is 720-847-9930 and the Fire Department telephone number is 720-847-9924. *NOTE – In case of an emergency on BAFB, DIAL
720-847-9117, if using a cellular phone!

4.2.2. Emergency Medical Services. Ambulance and emergency medical services shall be provided on a cost-reimbursable basis. No other property or services shall be Government-furnished. For Emergency services at Buckley AFB, dial 911 from a landline phone. *NOTE – In case of an emergency on BAFB, DIAL 720-847-9117, if using a cellular phone!

4.3 Contractor Personnel

4.3.1 Contract Manager: The Contractor shall provide a Contract Manager who shall be responsible for the performance of work. The name of this person and an alternate or alternates who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer not later than the pre-performance conference and within one (1) day of any change(s). The Contract Manager or alternate shall be available between the hours of 6:00 a.m. and 6:00 p.m. The Contract Manager and alternate(s) shall be able to read, write, speak, and understand English. The Contract Manager Position shall at no time be vacant. The contractor shall at all times provide adequate supervision of their employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract.

4.3.2 Appearance: Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Identification of all employees may be accomplished by wearing badges or distinctive clothing bearing the name of the contractor. Badges or clothing shall be provided by the contractor.

4.4 Security Requirements
4.4.1 OPSEC REQUIREMENTS WITHIN CONTRACTS
Contractor(s) shall comply with all provisions of AFI 10-701 dated 8 Jun 11, and applicable AFSPC Supplement. Key excerpts are below.
Contractor(s) will practice OPSEC to protect critical information for specific Government contracts and subcontracts. Contractor(s) should identify OPSEC measures in their requirements documents and ensure they are identified in resulting solicitations and contracts. Contractor(s) will consider OPSEC for all contractual requirements. Contractor(s) will protect critical, sensitive and for official use only (FOUO) contracted information. The user organization will provide OPSEC guidance for the contractors. The following OPSEC guidance is provided:

• Organization’s critical information list
• Adversaries’ collection threat information as it applies to the organization’s mission and the contract, (phishing, dumpster diving, etc.)
• Operations security guidance (AFI 10-701)
• Specific OPSEC measures the organization requires (as appropriate)
• 100% shred policy
• Out-of-office replies/messages
• E-mail guidance with respect to OPSEC
• OPSEC Training

All required OPSEC training will be provided free to mission partners and contractors from the government OPSEC Coordinators. The 460th CES OPSEC Primary POC may be reached at DSN 847-9261or local (720) 847-9261. The 460th CES OPSEC Alternate POC may be reached at DSN 847-6276 or local (720) 847-6276. Fax DSN 847-9101, or Commercial 720-847-9101.

4.4.2 BAFB Security: The contractor and all employees shall comply with all Buckley AFB security requirements imposed by the installation commander at all times while on the premises.

4.4.2.1 Heightened Security and FPCONs: During periods of heightened security and Force Protection Conditions (FPCONs), entry onto and around the base will be significantly restricted. The contractor shall make concessions for potential delays caused by security measures and will ensure that timely and successful completion of the construction schedule is still accomplished. The contractor will comply with any implemented security measures when a FPCON is declared on the installation.

4.4.2.2 Base Access: The contractor shall arrange all needed security support for this PWS. To gain unescorted access on to BAFB, the contractor will obtain a DBIDS card. The DBIDS paperwork must be submitted to the COR for Security Forces approval before the card can be issued to the contractor. The Government will assist the contractor to coordinate security matters with the 460th Civil Engineer Squadron (CES) and other base agencies, as needed.

4.4.2.2.1 All drivers will have in their possession the following documentation: valid driver’s license, vehicle registration, and insurance card. Any driver who does not have all of these items will be turned away and denied access to the installation.

4.4.2.2.2 All personnel operating a vehicle on Buckley AFB shall be a licensed driver and all vehicles shall be licensed and insured.

4.4.2.3 Work Environment: The work of this contract occurs on military installations. Delays due to exercises and contingencies are part of the environment, and cannot be considered cause for an adjustment in price.

4.5 Hours of Operation. The contractor shall perform the services required under this contract 7:00 a.m. through 4:30 p.m. Monday through Friday, except Federal Holidays listed below.

New Year’s Day – 1 January
Martin Luther King Day – 3rd Monday in January
Washington’s Birthday – 3rd Monday in February
Memorial Day – last Monday in May
Independence Day – 4 July
Labor Day – 1st Monday in September
Columbus Day – 2nd Monday in October
Veteran’s Day – 11 November
Thanksgiving Day – 4th Thursday in November
Christmas Day – 25 December

4.6 Invoicing. Contractor will invoice for work done through Wide Area Workflow (WAWF).

5.0 SPECIAL REQUIREMENTS

5.1 Hazardous Materials. All hazardous materials brought on the installation by the contractor must be reported in writing to the Contracting Officer at least three (3) days prior to bringing the materials on base. Thewritten notification will include the name of the material, the quantity being transported, a Material Safety Data Sheet (MSDS), and intended use.

5.2 Contractor shall ensure compliance with all state and federal laws and/or codes pertaining to the handling and release of propane gas.

5.3 The contractor shall report any instances of spills, leaks, and inadvertent release of hazardous materials to the PM as soon as the event occurs. The contractor shall insure his employees handle hazardous materials according to any federal, state, or local laws concerning Hazardous Waste Operations and Emergency Response.

5.4 Protection of Real Property: The contractor shall protect all government property, including grounds, resulting from service operations. The contractor shall immediately report any damage to government property to the PM and Contracting Officer. The contractor shall repair or replace all damage to real property, including grounds, as approved by the Contracting Officer or PM at no additional expense to the government. All damage shall be repaired within five (5) workdays by the contractor with materials of like type, quality, and finish by skilled craftsmen of the trades involved.

6.0. APPENDIX

A. List of Cranes and Hoists

Appendix A
Brand/Model # Description Size Building Location
Shaw-Box/80L05020S10 Elec cable hoist w/crane 5 ton 728
Liftech/905525-UU1 Crane 5 ton 728

CM/Cyclone Hand Chain Hoist w/trolley 5 ton 1007

Shaw-Box/80L5025S18 Elec cable hoist w/trolley ½ ton 1022
Shaw-Box/PUT01H Trolley ½ ton 1022

WD 05-2081 (Rev.-12) was first posted on http://www.wdol.gov on 06/19/2012
************************************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2005-2081
Diane C. Koplewski Division of | Revision No.: 12
Director Wage Determinations| Date Of Revision: 06/13/2012
_______________________________________|____________________________________________
State: Colorado

Area: Colorado Counties of Adams, Arapahoe, Boulder, Broomfield, Clear Creek,
Denver, Douglas, Elbert, Gilpin, Grand, Jackson, Jefferson, Logan, Morgan,
Park, Phillips, Sedgwick, Summit, Washington, Weld, Yuma
____________________________________________________________________________________
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE – TITLE FOOTNOTE RATE
01000 – Administrative Support And Clerical Occupations
01011 – Accounting Clerk I 14.16
01012 – Accounting Clerk II 16.44
01013 – Accounting Clerk III 18.38
01020 – Administrative Assistant 26.31
01040 – Court Reporter 19.59
01051 – Data Entry Operator I 14.06
01052 – Data Entry Operator II 15.35
01060 – Dispatcher, Motor Vehicle 19.37
01070 – Document Preparation Clerk 14.55
01090 – Duplicating Machine Operator 14.55
01111 – General Clerk I 13.39
01112 – General Clerk II 14.61
01113 – General Clerk III 16.40
01120 – Housing Referral Assistant 21.75
01141 – Messenger Courier 13.02
01191 – Order Clerk I 14.93
01192 – Order Clerk II 16.29
01261 – Personnel Assistant (Employment) I 16.67
01262 – Personnel Assistant (Employment) II 18.65
01263 – Personnel Assistant (Employment) III 20.79
01270 – Production Control Clerk 22.33
01280 – Receptionist 14.27
01290 – Rental Clerk 15.53
01300 – Scheduler, Maintenance 17.15
01311 – Secretary I 17.15
01312 – Secretary II 19.19
01313 – Secretary III 21.75
01320 – Service Order Dispatcher 14.37
01410 – Supply Technician 26.31
01420 – Survey Worker 17.77
01531 – Travel Clerk I 13.55
01532 – Travel Clerk II 14.20
01533 – Travel Clerk III 15.19
01611 – Word Processor I 14.15
01612 – Word Processor II 15.88
01613 – Word Processor III 17.77
05000 – Automotive Service Occupations
05005 – Automobile Body Repairer, Fiberglass 26.19
05010 – Automotive Electrician 20.43
05040 – Automotive Glass Installer 19.36
05070 – Automotive Worker 19.36
05110 – Mobile Equipment Servicer 17.61
05130 – Motor Equipment Metal Mechanic 20.82
05160 – Motor Equipment Metal Worker 19.36
05190 – Motor Vehicle Mechanic 20.82
05220 – Motor Vehicle Mechanic Helper 16.41
05250 – Motor Vehicle Upholstery Worker 19.36
05280 – Motor Vehicle Wrecker 19.36
05310 – Painter, Automotive 19.69
05340 – Radiator Repair Specialist 19.36
05370 – Tire Repairer 14.98
05400 – Transmission Repair Specialist 20.82
07000 – Food Preparation And Service Occupations
07010 – Baker 14.52
07041 – Cook I 13.06
07042 – Cook II 15.10
07070 – Dishwasher 9.69
07130 – Food Service Worker 10.90
07210 – Meat Cutter 15.13
07260 – Waiter/Waitress 10.65
09000 – Furniture Maintenance And Repair Occupations
09010 – Electrostatic Spray Painter 19.06
09040 – Furniture Handler 15.90
09080 – Furniture Refinisher 19.06
09090 – Furniture Refinisher Helper 15.90
09110 – Furniture Repairer, Minor 18.10
09130 – Upholsterer 19.06
11000 – General Services And Support Occupations
11030 – Cleaner, Vehicles 11.08
11060 – Elevator Operator 11.08
11090 – Gardener 18.19
11122 – Housekeeping Aide 12.46
11150 – Janitor 12.01
11210 – Laborer, Grounds Maintenance 14.67
11240 – Maid or Houseman 9.16
11260 – Pruner 13.16
11270 – Tractor Operator 17.30
11330 – Trail Maintenance Worker 14.67
11360 – Window Cleaner 13.37
12000 – Health Occupations
12010 – Ambulance Driver 18.18
12011 – Breath Alcohol Technician 20.66
12012 – Certified Occupational Therapist Assistant 19.48
12015 – Certified Physical Therapist Assistant 18.75
12020 – Dental Assistant 18.55
12025 – Dental Hygienist 36.80
12030 – EKG Technician 24.05
12035 – Electroneurodiagnostic Technologist 24.05
12040 – Emergency Medical Technician 18.18
12071 – Licensed Practical Nurse I 18.46
12072 – Licensed Practical Nurse II 20.66
12073 – Licensed Practical Nurse III 23.03
12100 – Medical Assistant 15.94
12130 – Medical Laboratory Technician 17.47
12160 – Medical Record Clerk 16.12
12190 – Medical Record Technician 18.04
12195 – Medical Transcriptionist 18.73
12210 – Nuclear Medicine Technologist 36.64
12221 – Nursing Assistant I 11.78
12222 – Nursing Assistant II 13.25
12223 – Nursing Assistant III 14.46
12224 – Nursing Assistant IV 16.23
12235 – Optical Dispenser 20.66
12236 – Optical Technician 18.46
12250 – Pharmacy Technician 15.81
12280 – Phlebotomist 16.23
12305 – Radiologic Technologist 26.85
12311 – Registered Nurse I 29.98
12312 – Registered Nurse II 36.67
12313 – Registered Nurse II, Specialist 36.67
12314 – Registered Nurse III 43.96
12315 – Registered Nurse III, Anesthetist 43.96
12316 – Registered Nurse IV 53.17
12317 – Scheduler (Drug and Alcohol Testing) 27.05
13000 – Information And Arts Occupations
13011 – Exhibits Specialist I 18.46
13012 – Exhibits Specialist II 22.87
13013 – Exhibits Specialist III 27.97
13041 – Illustrator I 20.05
13042 – Illustrator II 23.10
13043 – Illustrator III 28.26
13047 – Librarian 28.29
13050 – Library Aide/Clerk 15.88
13054 – Library Information Technology Systems 25.55
Administrator
13058 – Library Technician 17.64
13061 – Media Specialist I 18.43
13062 – Media Specialist II 20.62
13063 – Media Specialist III 22.99
13071 – Photographer I 16.85
13072 – Photographer II 18.85
13073 – Photographer III 23.36
13074 – Photographer IV 28.57
13075 – Photographer V 34.56
13110 – Video Teleconference Technician 18.26
14000 – Information Technology Occupations
14041 – Computer Operator I 17.81
14042 – Computer Operator II 19.93
14043 – Computer Operator III 22.21
14044 – Computer Operator IV 24.69
14045 – Computer Operator V 28.56
14071 – Computer Programmer I 24.31
14072 – Computer Programmer II (see 1)
14073 – Computer Programmer III (see 1)
14074 – Computer Programmer IV (see 1)
14101 – Computer Systems Analyst I (see 1)
14102 – Computer Systems Analyst II (see 1)
14103 – Computer Systems Analyst III (see 1)
14150 – Peripheral Equipment Operator 17.81
14160 – Personal Computer Support Technician 24.69
15000 – Instructional Occupations
15010 – Aircrew Training Devices Instructor (Non-Rated) 35.58
15020 – Aircrew Training Devices Instructor (Rated) 43.06
15030 – Air Crew Training Devices Instructor (Pilot) 49.15
15050 – Computer Based Training Specialist / Instructor 35.58
15060 – Educational Technologist 31.17
15070 – Flight Instructor (Pilot) 49.15
15080 – Graphic Artist 21.93
15090 – Technical Instructor 21.99
15095 – Technical Instructor/Course Developer 26.89
15110 – Test Proctor 17.74
15120 – Tutor 17.74
16000 – Laundry, Dry-Cleaning, Pressing And Related Occupations
16010 – Assembler 9.84
16030 – Counter Attendant 9.84
16040 – Dry Cleaner 12.71
16070 – Finisher, Flatwork, Machine 9.84
16090 – Presser, Hand 9.84
16110 – Presser, Machine, Drycleaning 9.84
16130 – Presser, Machine, Shirts 9.84
16160 – Presser, Machine, Wearing Apparel, Laundry 9.84
16190 – Sewing Machine Operator 13.57
16220 – Tailor 14.48
16250 – Washer, Machine 10.93
19000 – Machine Tool Operation And Repair Occupations
19010 – Machine-Tool Operator (Tool Room) 18.32
19040 – Tool And Die Maker 21.57
21000 – Materials Handling And Packing Occupations
21020 – Forklift Operator 14.96
21030 – Material Coordinator 22.33
21040 – Material Expediter 22.33
21050 – Material Handling Laborer 17.36
21071 – Order Filler 13.44
21080 – Production Line Worker (Food Processing) 14.96
21110 – Shipping Packer 15.20
21130 – Shipping/Receiving Clerk 15.20
21140 – Store Worker I 11.90
21150 – Stock Clerk 15.99
21210 – Tools And Parts Attendant 16.28
21410 – Warehouse Specialist 14.96
23000 – Mechanics And Maintenance And Repair Occupations
23010 – Aerospace Structural Welder 27.73
23021 – Aircraft Mechanic I 27.10
23022 – Aircraft Mechanic II 28.53
23023 – Aircraft Mechanic III 29.70
23040 – Aircraft Mechanic Helper 19.22
23050 – Aircraft, Painter 25.80
23060 – Aircraft Servicer 22.49
23080 – Aircraft Worker 24.13
23110 – Appliance Mechanic 22.34
23120 – Bicycle Repairer 14.98
23125 – Cable Splicer 30.57
23130 – Carpenter, Maintenance 19.40
23140 – Carpet Layer 18.72
23160 – Electrician, Maintenance 24.90
23181 – Electronics Technician Maintenance I 22.14
23182 – Electronics Technician Maintenance II 23.65
23183 – Electronics Technician Maintenance III 25.12
23260 – Fabric Worker 20.52
23290 – Fire Alarm System Mechanic 21.09
23310 – Fire Extinguisher Repairer 18.97
23311 – Fuel Distribution System Mechanic 23.46
23312 – Fuel Distribution System Operator 18.97
23370 – General Maintenance Worker 19.16
23380 – Ground Support Equipment Mechanic 27.10
23381 – Ground Support Equipment Servicer 22.49
23382 – Ground Support Equipment Worker 24.13
23391 – Gunsmith I 17.13
23392 – Gunsmith II 19.81
23393 – Gunsmith III 22.48
23410 – Heating, Ventilation And Air-Conditioning 22.73
Mechanic
23411 – Heating, Ventilation And Air Contditioning 23.92
Mechanic (Research Facility)
23430 – Heavy Equipment Mechanic 22.05
23440 – Heavy Equipment Operator 20.98
23460 – Instrument Mechanic 28.48
23465 – Laboratory/Shelter Mechanic 21.17
23470 – Laborer 13.87
23510 – Locksmith 20.97
23530 – Machinery Maintenance Mechanic 23.43
23550 – Machinist, Maintenance 19.33
23580 – Maintenance Trades Helper 15.26
23591 – Metrology Technician I 28.48
23592 – Metrology Technician II 29.91
23593 – Metrology Technician III 31.16
23640 – Millwright 22.48
23710 – Office Appliance Repairer 21.44
23760 – Painter, Maintenance 17.84
23790 – Pipefitter, Maintenance 24.59
23810 – Plumber, Maintenance 21.93
23820 – Pneudraulic Systems Mechanic 22.48
23850 – Rigger 22.48
23870 – Scale Mechanic 19.81
23890 – Sheet-Metal Worker, Maintenance 19.85
23910 – Small Engine Mechanic 17.92
23931 – Telecommunications Mechanic I 27.08
23932 – Telecommunications Mechanic II 28.50
23950 – Telephone Lineman 23.34
23960 – Welder, Combination, Maintenance 19.79
23965 – Well Driller 20.88
23970 – Woodcraft Worker 22.48
23980 – Woodworker 17.13
24000 – Personal Needs Occupations
24570 – Child Care Attendant 10.69
24580 – Child Care Center Clerk 14.17
24610 – Chore Aide 10.52
24620 – Family Readiness And Support Services 15.93
Coordinator
24630 – Homemaker 16.29
25000 – Plant And System Operations Occupations
25010 – Boiler Tender 24.70
25040 – Sewage Plant Operator 22.79
25070 – Stationary Engineer 24.70
25190 – Ventilation Equipment Tender 17.33
25210 – Water Treatment Plant Operator 22.79
27000 – Protective Service Occupations
27004 – Alarm Monitor 20.94
27007 – Baggage Inspector 13.19
27008 – Corrections Officer 23.36
27010 – Court Security Officer 27.27
27030 – Detection Dog Handler 21.32
27040 – Detention Officer 24.05
27070 – Firefighter 29.32
27101 – Guard I 13.19
27102 – Guard II 21.32
27131 – Police Officer I 29.14
27132 – Police Officer II 32.39
28000 – Recreation Occupations
28041 – Carnival Equipment Operator 13.08
28042 – Carnival Equipment Repairer 14.10
28043 – Carnival Equpment Worker 10.23
28210 – Gate Attendant/Gate Tender 15.14
28310 – Lifeguard 11.73
28350 – Park Attendant (Aide) 16.75
28510 – Recreation Aide/Health Facility Attendant 12.36
28515 – Recreation Specialist 16.28
28630 – Sports Official 13.49
28690 – Swimming Pool Operator 17.05
29000 – Stevedoring/Longshoremen Occupational Services
29010 – Blocker And Bracer 23.50
29020 – Hatch Tender 23.50
29030 – Line Handler 23.50
29041 – Stevedore I 21.91
29042 – Stevedore II 25.48
30000 – Technical Occupations
30010 – Air Traffic Control Specialist, Center (HFO) (see 2) 38.39
30011 – Air Traffic Control Specialist, Station (HFO) (see 2) 26.47
30012 – Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.16
30021 – Archeological Technician I 19.40
30022 – Archeological Technician II 21.70
30023 – Archeological Technician III 26.89
30030 – Cartographic Technician 26.41
30040 – Civil Engineering Technician 24.61
30061 – Drafter/CAD Operator I 18.45
30062 – Drafter/CAD Operator II 20.65
30063 – Drafter/CAD Operator III 23.84
30064 – Drafter/CAD Operator IV 31.50
30081 – Engineering Technician I 18.44
30082 – Engineering Technician II 20.69
30083 – Engineering Technician III 23.15
30084 – Engineering Technician IV 28.69
30085 – Engineering Technician V 35.09
30086 – Engineering Technician VI 42.45
30090 – Environmental Technician 24.08
30210 – Laboratory Technician 21.37
30240 – Mathematical Technician 26.62
30361 – Paralegal/Legal Assistant I 19.46
30362 – Paralegal/Legal Assistant II 24.11
30363 – Paralegal/Legal Assistant III 29.49
30364 – Paralegal/Legal Assistant IV 35.68
30390 – Photo-Optics Technician 26.62
30461 – Technical Writer I 26.26
30462 – Technical Writer II 32.12
30463 – Technical Writer III 38.86
30491 – Unexploded Ordnance (UXO) Technician I 24.40
30492 – Unexploded Ordnance (UXO) Technician II 29.52
30493 – Unexploded Ordnance (UXO) Technician III 35.38
30494 – Unexploded (UXO) Safety Escort 24.40
30495 – Unexploded (UXO) Sweep Personnel 24.40
30620 – Weather Observer, Combined Upper Air Or (see 2) 23.84
Surface Programs
30621 – Weather Observer, Senior (see 2) 26.41
31000 – Transportation/Mobile Equipment Operation Occupations
31020 – Bus Aide 11.89
31030 – Bus Driver 15.89
31043 – Driver Courier 14.49
31260 – Parking and Lot Attendant 9.13
31290 – Shuttle Bus Driver 15.55
31310 – Taxi Driver 12.89
31361 – Truckdriver, Light 15.55
31362 – Truckdriver, Medium 19.65
31363 – Truckdriver, Heavy 20.37
31364 – Truckdriver, Tractor-Trailer 20.37
99000 – Miscellaneous Occupations
99030 – Cashier 10.78
99050 – Desk Clerk 10.42
99095 – Embalmer 23.94
99251 – Laboratory Animal Caretaker I 10.92
99252 – Laboratory Animal Caretaker II 11.74
99310 – Mortician 24.19
99410 – Pest Controller 20.41
99510 – Photofinishing Worker 12.03
99710 – Recycling Laborer 18.59
99711 – Recycling Specialist 22.42
99730 – Refuse Collector 16.70
99810 – Sales Clerk 12.60
99820 – School Crossing Guard 12.64
99830 – Survey Party Chief 22.70
99831 – Surveying Aide 12.60
99832 – Surveying Technician 20.64
99840 – Vending Machine Attendant 14.38
99841 – Vending Machine Repairer 17.05
99842 – Vending Machine Repairer Helper 14.38

____________________________________________________________________________________

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 per month

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or
successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service
includes the whole span of continuous service with the present contractor or
successor, wherever employed, and with the predecessor contractors in the
performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)

HOLIDAYS: A minimum of ten paid holidays per year, New Year’s Day, Martin Luther
King Jr’s Birthday, Washington’s Birthday, Memorial Day, Independence Day, Labor
Day, Columbus Day, Veterans’ Day, Thanksgiving Day, and Christmas Day. (A
contractor may substitute for any of the named holidays another day off with pay in
accordance with a plan communicated to the employees involved.) (See 29 CFR 4174)

THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:

1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does
not apply to any employee who individually qualifies as a bona fide executive,
administrative, or professional employee as defined in 29 C.F.R. Part 541. Because
most Computer System Analysts and Computer Programmers who are compensated at a
OutreachSystems Article Number: 120902/PROCURE/0144
Matching Key Words: writ*; technical; standard; operating; 


Department of the Interior, Bureau of Land Management, National Centers Region, BLM TC-NATL TRAIN CTR OF/DIR(TC100)9828 N. 31ST AVENUEPHOENIXAZ85051US

U–Sources Sought: 4×4 Driving Instructor L12PS01397 091412 Peter J. Smolinski pete_smolinski@blm.gov Sources Sought – The Bureau of Land Management (BLM) National Training Center (NTC) located in Phoenix, AZ needs instructors who are a Subject Matter Expert (SME) in the field of 4 X 4 driving and that could consult, be on film, and help direct a BLM film crew to shoot video training on the subject. The SME would work with the BLM SMEs to produce the training video about 4X4 driving. Filming will be done in the Phoenix, AZ area.If you can perform this service and are willing to, contact Contract Specialist Pete Smolinski (psmolins@blm.gov, (602) 906-5563) for information about participating in the BLM NTC’s BPA (Blanket Purchase Agreement) program.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/BLM/NCR/L12PS01397/listing.html
OutreachSystems Article Number: 120902/PROCURE/1230
Matching Key Words: video*; film?; produc*; train*; you; business*; produce?; instruct*; filming; 


Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA

U–Civilians In The Battlefield Support, Props and Battlefield Effects. N0018913R000J 092112 Jill Joscelyn-Smith 757-443-1219 jill.joscelyn@navy.mil This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement.
The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service Disabled Veteran owned, and Women owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The Fleet Logistics Center, Norfolk, Virginia, on behalf of Naval Expeditionary Combat Command (NECC), anticipates a future procurement to acquire Civilians in the Battlefield Support, to include Role Players, Propers, and Battlefield Effects, at military installations throughout the Continental United States.
And further anticipates the award of an IDIQ contract to obtain the specific support required for each training event, during a one-year Base period and (2) one-year Option periods.
Training events will be placed on individual Task Orders, and will outline the required support for that specific training event. Training events may occur simultaneously for varying Echleons, and may require the use of similar resources. It is currently anticipated that approx. 40 training events of various magnitude, complexity and environments will occur each year.
Training events occur at a high tempo rate, and potential Sources must have the ability to qucikly respond to the government’s needs. Attached to this notice is a “draft” version of a Pwerformance Work Statement, and examples of training events that may occur.
This information is provided for the purpose of potential sources determining their ability to respond to this requirement.
Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 711510 with a Small Business Size Standard of $7.0million. Responses are requested with the following information, which shall not exceed a total of fifteen pages. 1. Offerors’ name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Woman owned, Service Disabled Veteran Owned, or 8(a) shall be indicated on first page of submission. 3. Description of capability to perform the the requirement.
4. Past performance/experience on projects of similar scope, describing no more than three (3) projects that are completed within the past five years of the issue date of this Notice. The past experience information should include project title; location; general description of the support provided to demonstrate relevance to the proposed project; the firm’s role in the project; dollar value of contract; and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).
NO RESPONSES WILL BE ACCEPTED BY FAX OR E-MAIL. ALL RESPONSES MUST BE MAILED to: NAVSUP FLEET LOGISTICS CENTER NORFOLK, ATTN: Code 230, Jill H.
Joscelyn-Smith, Contract Specialist, 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392. Submittals are due no later than 21 September 2012. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.
Place of Performance: JEB LITTLE CREEK, BLDG 3504, CODE N413 1575 Gator Blvd, Norfolk, VA 23459 US URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913R000J/listing.html
OutreachSystems Article Number: 120902/PROCURE/1231
Matching Key Words: naics!711510; 


Department of the Interior, National Business Center, AQD – Denver, DOI, National Business Center, AQDDivision 4/ Branch 27301 West Mansfield AveD2940DenverCO80235US

R–AMERICAN INDIAN STORYTELLER (AUTHOR) D12PS00593 091112 William Brookshire AMERICAN INDIAN STORYTELLER (AUTHOR)
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/a3d12d1cecf83ca6865c06f085a6404f
OutreachSystems Article Number: 120902/PROCURE/1316
Matching Key Words: naics!711510; 

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

R — Dell Power Edge Server Maintenance FA8751-12-Q-Dell 090512 Jenna A. Tarbania, Phone 315-330-2260, Email Jenna.Tarbania@rl.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

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

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

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

The contractor shall provide service on a firm fixed price basis on the attached Dell PowerEdge Servers.

Requirement includes that the contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide hardware maintenance on twenty four (24) Dell PowerEdge Servers. Service includes Next Business Day (ND) Hardware Maintenance Repair and Replacement Support with Keep your Hard Drive (KYHD).

Dell Factory Authorized Service from a Dell certified partner is required; no third parties will be acceptable. All maintenance actions will be coordinated through Dell.

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

Total price must include shipping FOB Destination.

The required period of performance is 21 September 2012 thru 20 September 2013. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of performance, delivery, acceptance and FOB destination point is 26 Electronic Parkway, Rome, NY 13441.

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

(b) Written quotes are due at or before 3PM EST, 5 September 2012. Submit to: AFRL/RIKO, Attn: Jenna Tarbania, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Jenna.Tarbania@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements in the solicitation. This includes proof of authorization by Dell to resell this service.

(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price andtechnical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(k) SAM. Offerors must be registered in the SAM database prior to submitting an invoice. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering . Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing.

The provision at FAR 52.212-2, Evaluation — Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: Technical Capability to meet the government requirement and Price. All evaluation factors are of approximate equal importance.

Offerors are required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items and ALT I. For your convenience 52.212-3, 252.209-7999 and 252.209-7998 are attached to this solicitation.

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

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

52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
52.222-41, Service Contract Act of 1965, as Amended
52.222-42, Statement of Equivalent Rates for Federal Hires
23183 Electronics Technician Maintenance III $24.85 + $3.71 $28.56

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

252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.227-7015 Technical Data–Commercial Items
252.227-7037 Validation of Restrictive Markings on Technical Data
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.247-7023 Transportation of Supplies by Sea
252.247-7024 Notification of Transportation of Supplies by Sea

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

252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments

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

5352.223-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations

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

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

Set-Aside: Total Small Business Place of Performance: 26 Electronic Parkway Rome, NY 13441 US URL: https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-Q-Dell/listing.html
OutreachSystems Article Number: 120831/PROCURE/0137
Matching Key Words: writ*; copy; technical; 


Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116 Schriever AFB CO 80912-2116

99 — Road Signs FA2550-12-T-1022 090612 Justin R. Hodge, Phone 7195675801, Email justin.hodge.4@us.af.mil – Joshua J. Morell, Contract Officer, Phone 7195676185, Fax 7195673438, Email joshua.morell@us.af.mil General Information
Document Type: Combined Synopsis / Solicitation
Solicitation Number: FA2550-12-T-1027
Classification Code: 99 – Miscellaneous

NAICS Code: 339950 Sign Manufacuring

Contracting Office Address Department of the Air Force, Air Force Space Command, 50 CONS, Base Infrastructure Flight, 210 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116, UNITED STATES

Description:
(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. 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 Quote (RFQ) against solicitation number FA2550-11-T-1004 for a commercial items acquisition for fabrication and delivery of solar powered telemetry message board sign.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-060 effective July 26, 2012.

(iv) The North American Industrial Classification System (NAICS) Number is 339950; Sign Manufacturing, size standard is 500 employees. This proposed acquisition is set-aside for 100% Small Business.

(v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs):

CLIN0001 Fabricate one (1) highway guide sign and deliver to SCHRIEVER AFB (SAFB) Colorado.

(vi) Description of requirements for the service to be acquired.

SCOPE: Fabricaiton and delivery of 1 electrical solar powered telemetry message board sign. The new sign will be installed by El Paso County in the general area shown in Attachment 2.

See Atch 1 SoR dated 3 Aug 2012
See Atch 2 Drawings
See Atch 3 Wage Determination: 2005 – 2079, Revision No. 13, Dated 06/19/2012.

(vii) Date(s) Delivery date is 30 days ADC. If signs cannot be fabricated and delivered in 30 days, contractors shall indicate in their quotes the time period to fabricated and deliver the signs.

Place of delivery and acceptance: F.O.B. point is Schriever AFB Colorado.
(viii) Provision at 52.212-1, Instructions to Offerors – See Full Text Below.

(ix)Provision at 52.212-2 — Evaluation – Lowest Price Technically Acceptable (LPTA).

(x) Provision at 52.212-3, Offeror Representations and Certifications — Commercial Items applies and to that end offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications–Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx).

(xi) Clause at 52.212-4, Contract Terms and Conditions — Commercial Items, applies to this acquisition. See
http://farsite.hill.af.mil/vffara.htm

CLAUSES INCORPORATED BY REFERENCE: see http://farsite.hill.af.mil

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012
52.204-99
52.209-6 System for Award Management Registration(DEVIATION)
Protecting the Government’s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment AUG 2012
DEC 2010
52.219-6 Notice Of Total Small Business Set-Aside NOV 2011
52.222-3 Convict Labor JUN 2003
52.222-19 Child Labor — Cooperation with Authorities and Remedies MAR 2012
52.222-21 Prohibition Of Segregated Facilities FEB 1999
52.222-26 Equal Opportunity MAR 2007
52.222-36 Affirmative Action For Workers With Disabilities OCT 2010
52.222-50 Combating Trafficking in Persons FEB 2009
52.223-11 Ozone-Depleting Substances MAY 2001
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.251-1 Government Supply Sources APR 2012
52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998
52.252-5 Authorized Deviations In Provisions APR 1984
52.252-6 Authorized Deviations In Clauses APR 1984
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006

CLAUSES INCORPORATED BY FULL TEXT

52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (FEB 2012)

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show–

(1) The solicitation number; FA2550-12-P-1027

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) “Remit to” address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers:

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.

(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and–

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the only proposal received.

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L’Enfant Plaza, SW, Washington, DC
20407, Telephone (202) 619-8925, Facsimile (202) 619-8978.

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:

(i) ASSIST (http://assist.daps.dla.mil).

(ii) Quick Search (http://assist.daps.dla.mil/quicksearch).

(iii) ASSISTdocs.com (http://assistdocs.com).

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by–

(i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard);

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror’s name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.

(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757.

(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.

(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(4) A summary of the rationale for award;

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of provision)

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:

(Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.)

Technical and past performance, when combined, are . (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.)

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

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

(End of provision)

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS–COMMERCIAL ITEMS (JUL 2012) (DEVIATION)

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note).

(ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) Reserved.

(iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).

(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

(ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment–Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services–Requirements (FEB 2009) (41 U.S.C. 351, et seq.).

(xii) 52.222-54, Employment Eligibility Verification (JUL 2012).

(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012)

(a) Definitions. As used in this clause–

Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.

Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is “not dominant in its field of operation” when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.

(3) For long-term contracts–

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards.

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure that they reflect the Contractor’s current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code – assigned to contract number .

(Contractor to sign and date and insert authorized signer’s name and title).

(End of clause)

252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION)

(a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:

252.237-7010

252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84).
Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375).
252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417)
252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631)
252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631)

(End of clause)

5352.201-9101 OMBUDSMAN (APR 2010)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFSPC/A7K, 150 Vandenberg Street, Suite 1105, Peterson AFB, CO 80914 (P) 719-554-5250 (Fax) 719-554-5299 Email: A7K.wf peterson.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or AFISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)

5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003)

(a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not:

(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or

(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS.
[Note: This prohibition does not apply to manufacturing.]

(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:

(1) Halons: 1011, 1202, 1211, 1301, and 2402;

(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and

(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
[NOTE: Material that use one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]

(c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s):
Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance

(d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process.
(End of clause)

(xv) Date, time and place offers are due: Quotes must be received NLT 4:00 p.m. 6Sep12 (Mountain Standard Time (MST), 50CONS/LGCA, 210 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116. Quotes may also be submitted by email to A1C Justin Hodge at justin.hodge.4@us.af.mil . Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Proposals SHALL remain valid until 2400 hours 31Sep2012.

(xvi) Individuals to contact for information regarding this solicitation: A1C Justin Hodge, Contract Specialist, Phone 719-567-5801, Fax 719-567-3438, Email justin.hodge.4@us.af.mil , MSgt Joshua Morell, Contract Officer, Phone 719-567-6185, Email joshua.morell@us.af.mil .

Set-Aside: Total Small Business Place of Performance: 210 Falcon Parkway Schriever AFB, CO 80912 US URL: https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-12-T-1022/listing.html
OutreachSystems Article Number: 120831/PROCURE/0729
Matching Key Words: documentar*; 


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

99 — Hoist and Trolley System H92244-12-T-0290 091812 Kenneth C Brumfiel, Phone 757-893-2716, Email kenneth.brumfiel@vb.socom.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0290. 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 (FAC) 2005-60 effective 26 July 2012. North American Industrial Classification Code (NAICS) 333923 with a standard business size of 500 employees applies to this procurement. This procurement is 100% SmallBusiness Set-Aside. The DPAS rating for this procurement is DO-C9.

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

SECTION B
CLIN 0001, Description: Large Hoist and Trolley System. See SOW, Qty: 1, Unit of Issue: Lump Sum;
CLIN 0002, Description: Monorail Hoist and Trolley System, See SOW, Qty: 1, Unit of Issue: Lump Sum;

Deliver to: Reference Section C of the SOW

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

STATEMENT OF WORK (CLIN 0001)
A.1 Introduction – This requirement is for the installation of a new building hoist and trolley system. The contractor shall be responsible for the refurbishment of one of the 20/5 ton cranes located at the Government’s facility located in the Dam Neck Annex of NAS Oceana, Virginia Beach, VA.
A.2 Background – The current crane trolley and hoists are obsolete and parts are no longer available as such the contract shall design, fabricate, deliver and install all of the necessary parts needed to make the crane fully operational.
Part B – Requirements
B.1 The contractor shall remove the existing hoist and trolley from the building and replace them with new components.
B.2 The contractor shall remove all runway and bridge electrification and prepare as needed for replacement.
B.3 The contractor shall remove all of the bridge drive motors, electrification, control panel, etc. and replace them with new components.
B.4 The contractor shall provide and install one new 2 speed wire rope, 20/5 ton hoist and trolley. The trolley is required to be top running.
B.4.1 The hoist and trolley are required to meet NAVFAC standing CAR# 3258A-07-005.
B.5 The contractor shall install bridge gear motors with the new bridge control panel.
B.6 The contractor shall provide and install a 4 bar electrification system with dedicated ground and tandem collectors.
B.7 The contractor shall provide and install an 8 button pendant control on an independent festoon.
B.8 The contractor shall provide and install a new hoist/trolley festoon system.
B.9 The contractor shall provide all NAVFAC P-307 certified inspectors, electricians, technicians, test directors, tools, equipment rental, management and supervision as required to perform all aspects of this work.
B.10 The contractor shall be required to provide an initial NAVFAC P-307 maintenance inspection specification and record (MISR), base team establishment record documentation, specification data, brake data, stenciling, as necessary to perform the scope of work as defined by this SOW.
B.11 The contractor shall perform and provide a hook and nut non-destructive testing in accordance with NAVFAC P-307.
B.12 The contractor shall provide certified test weights as necessary for load testing of equipment.
B.13 The contractor shall provide an initial 125% of capacity load test in accordance with NAVFAC P-307 to include providing of certified test weights, NAVFAC P-307 certified inspectors, riggers and test directors.
B.14 The contractor shall provide all documentation that is required to for the Navy Crane Center CAR preparation and submittal process.
B.15 The contractor shall provide an Original Equipment Manufacturer (OEM) Manual with the certification package.
B.16 The contractor shall be responsible for all debris removal (off-site).

STATEMENT OF WORK (CLIN 0002)
A.1 Introduction – This requirement is for the removal and replacement of a rail and hoist at the Government’s facility located in the Dam Neck Annex of NAS Oceana, Virginia Beach, VA.
A.2 Background – The government has determined that current rail and hoist are not serviceable. The contractor shall replace the rail and hoist which will be processed for Defense Reutilization and Marketing Office (DRMO).
Part B – Requirements
B.1 The contractor shall remove the existing monorail and hoist and install new hoist /trolley in accordance with OEM specifications. The contractor shall make any modifications necessary to allow for adequate hoist/trolley clearance. The new monorail shall have a minimum capacity rating of 2500lbs.
B.2 The contractor shall provide and install a new single speed electric chain hoist/trolley.
B.2.1 The hoist/trolley is required to meet NAVFAC P-307 Standing CAR# N3258A-07-004.
B.3 The contractor shall provide and install an 6 button pendant control on an independent festoon.
B.4 The contractor shall be required to provide an initial NAVFAC P-307 maintenance inspection specification and record (MISR), base team establishment record documentation, specification data, brake data, stenciling, as necessary to perform the scope of work as defined by this SOW.
B.5 The contractor shall perform and provide a hook and nut non-destructive testing in accordance with NAVFAC P-307.
B.6 The contractor shall provide certified test weights as necessary for load testing of equipment.
B.7 The contractor shall provide an initial 125% of capacity load test in accordance with NAVFAC P-307 to include providing of certified test weights, NAVFAC P-307 certified inspectors, riggers and test directors.
B.8 The contractor shall provide all documentation that is required to for the Navy Crane Center CAR preparation and submittal process.
B.9 The contractor shall provide an OEM Manual with the certification package.
B.10 The contractor shall be responsible for all debris removal (off-site).
CLAUSES INCORPORATED BY REFERENCE:
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions On Subcontractor Sales To The Government – Alt I (Oct-1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97
FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep-07
FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct-10
FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper May-11
FAR 52.204-7 Central Contractor Registration Feb-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10
FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08
FAR 52.212-1 Instructions to Offerors — Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions--Commercial Items Feb-12
FAR 52.219-6 Notice Of Total Small Business Set-Aside Nov-11
FAR 52.219-8 Utilization of Small Business Concerns Jan-11
FAR 52.219-14 Limitations on Subcontracting Nov-11
FAR 52.219-28 Post-Award Small Business Program Representation Apr-09
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep-10
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Sep-10
FAR 52.222-50 Combating Trafficking of Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11
FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08
FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran–Certification Sep-10
FAR 52.227-1 Authorization and Consent Dec-07
FAR 52.232-9 Limitation On Withholding Of Payments Apr-84
FAR 52.232-15 Progress Payments Not Included Apr-84
FAR 52.232-17 Interest Nov-10
FAR 52.232-23 Assignment of Claims Jan-86
FAR 52.232-33 Payment by Electronic Funds Transfer–Central Contractor Registration Oct-03
FAR 52.233-1 Alt I Disputes Dec-91
FAR 52.233-3 Protest After Award Aug-96
FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04
FAR 52.237-1 Site Visit Apr-84
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84
FAR 52.242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes — Fixed-Price Aug-87
FAR 52.245-1 Government Property Apr-12
FAR 52.245-2 Government Property Installation Operation Services Aug-10
FAR 52.246-25 Limitation of Liability – Services Feb-97
FAR 52.247-34 F.o.b. – Destination Nov-91
FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84
DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09
DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10
DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06
DFARS 252.211-7003 Item Identification and Valuation Aug-08
DFARS 252.225-7000 Buy American Act–Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun-10
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98
DFARS 252.247-7023 Transportation of Supplies by Sea May-02
SOFARS 5652.204-9004 Foreign Persons (2006) Section K

CLAUSES INCORPORATED BY FULL TEXT:

Please note that due to the character limitations 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 representations and certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov/.

FAR 52.204-8 Annual Representations and Certifications Mar-12
FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS – Alt I Apr-11
FAR 52.212-5 (Dev) (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Deviation) Mar-12
FAR 52.222-41 Service Contract Act of 1965 Nov-07
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May-89
FAR 52.252.2 Clauses Incorporated By Reference Feb-98
FAR 52.252-3 Alterations in Solicitation Apr-84
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jun-05
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jun-12
SOFARS 5652.228-9000 Required Insurance (2003) Section G
LOCAL The Government will not sign any release forms, as Government liability isgoverned by the contract and applicable Federal law and regulation.

FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance, price, and delivery/installation time frame. 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.
Technical – Offerors shall provide documentation that they can meet all of the NAVFAC standards identified in Section B.
Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar contracts performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.
Price – Offerors shall provide pricing in accordance with Section B of the solicitation. Price quotes are required to be complete and valid for 90 days.
Delivery – Offeror’s shall provide delivery time frames for all of the items identified in Section B.
(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.

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

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

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

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

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

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

A site visit will be held for this requirement, interested parties are required to attend this one and only site visit. Measurements and descriptions are approximate, the vendor will be required to make a site visit to take and confirm all measurements and to ensure the proper fit of the equipment. This site visit is mandatory so as to ensure form/fit/and functionality of all equipment.
A site survey will be conducted at 1636 Regulus Ave., Virginia Beach, VA 23461 on Monday September 10, 2012 at 10:00AM EST. Due to time constraints and limitations on the availability of the space, the site visit will only be held for contractors who arrive at the NSWDG SECURITY/SHIPPING & RECEIVING BUILDING at precisely at 10:00AM EST. There will not be another opportunity to view the site. Interested parties who are late will not have access to the site.
Please note that visitors will first have to travel to the Oceana Pass and ID office in order to get their passes. Directions and procedures will be provided once the vendor has submitted the below information.

Visitors must submit the following information
1) Full Name of each individual attending the site visit
2) Company name (including DUNS#, Cage Code)
3) Full social security number of each individual attending the site visit
4) Date of birth of each individual attending the site visit
5) Place of birth of each individual attending the site visit
6) Country of citizenship of each individual attending the site visit
7) Vehicle Information to include the make/model/year/color/state/license plate #/ of each vehicle.
8) Please note that in order to obtain a vehicle pass you will have to display the appropriate ID, registration, vehicle inspection slip (if applicable) etc…
All site visit information must be received by no later than Thursday September 6, 2012 at 4:00 PM EST. Please send all information to Kenneth Brumfiel via email only at kenneth.brumfiel@vb.socom.mil , insert the solicitation number “H92244-12-T-0290” into the subject line of the email. Please call 757-893-2716 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons.
All questions concerning this procurement, either technical or contractual must be submitted to kenneth.brumfiel@vb.socom.mil after the site visit by September 12, 2012 at 9:00AM EST questions will be answered after the site visit. The offeror agrees to hold the prices in its quote firm for 180 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. Youmust clearly identify how your proposal meets ALL of the solicitation requirements.
Point of contact for this procurement is Kenneth Brumfiel at phone number: (757-893-2716) or email at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil , fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on 18 September 2012.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0290/listing.html
OutreachSystems Article Number: 120831/PROCURE/0742
Matching Key Words: film?; produc*; you; website; site?; business*; documentation; event?; instruct*; commercial?; 

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–NATIONAL JROTC DRILL COMPETITION EVENT PLANNING AND MANAGEMENT W9124D12T0173 083112 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox NATIONAL JROTC DRILL COMPETITION EVENT PLANNING AND MANAGEMENT

The Mission Installation Contracting Command (MICC) – Fort Knox will issue a solicitation for National JROTC drill competition event planning and management services for the U.S. Army Cadet Command at Fort Knox, Kentucky. This requirement is a small business set-aside. NAICS 711320 (size standard: $7.0M) applies to this procurement. The period of performance is 30 September 2012 through 29 September 2013, with no renewal options.

The solicitation will be posted to the Federal Business Opportunities website, FedBizOpps (www.fbo.gov) on or about 31 August 2012. The response date will be specified within the solicitation. All responsible sources may submit a quote. Contractors must download the solicitation from the website.

All amendments to the solicitation will be likewise posted to this website. Contractors are cautioned to check this website 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 shall be submitted in writing via e-mail to barbara.j.mattingly2.civ@mail.mil.

Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/5f46668d4ff63c039aaba3659f9af445
OutreachSystems Article Number: 120830/PROCURE/0100
Matching Key Words: state!ky; 


Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd Nellis AFB NV 89191-7063

R — After hours Answering Service F3G4BANSWRSERVICE 091012 Stephen M. Colton, Phone 702-652-6005, Email Stephen.Colton@nellis.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
SOLICITATION #: F3G4BANSWRSERVICE
This combined synopsis/solicitation is issued as a Request For Quotes. A Firm Fixed Price type contract will be awarded.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 Effective 27 August  2012.

This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside.
NAICS: 561421.

The Government requires an after hours answering service. The PWS (Performance Work Statement),  below, details the work to be performed. The Government requires service for one base year and three option years. The contractor will provide a quote for the following CLINS:

CLIN Description                               Qty.       Monthly    Price      Total Annual Price
0001 The contractor is to provide a   12MO
telephone answering service in
accordance with the PWS.

1001 The contractor is to provide a   12MO
telephone answering service in
accordance with the PWS.

2001 The contractor is to provide a    12MO
telephone answering service in
accordance with the PWS.

CLIN Description
3001 The contractor is to provide a   12MO
telephone answering service in
accordance with the PWS.

Total 5 Year Price:

PWS (PERFORMANCE WORK STATEMENT)

1.0 DESCRIPTION OF SERVICES

1.1 This requirement is for an after-hours answering service for Mike O’Callaghan Federal Medical Center (MOFMC). This service will provide all personnel, labor, materials, equipment, location and phone line(s) at a non-Government location.

1.2 Utilize telephone operators to provide a timely answering service for Defense Enrollment Reporting Systems (DEERS) eligible beneficiaries who are enrolled at the requesting location. The contractor shall provide efficient guidelines to meet the answering service requirements. This includes, but is not limited to, timely answering of incoming calls, voice recording, documenting and tracking of calls (incoming, provider contact, and provider response).

1.3 The answering Service will be utilized by eligible beneficiaries who have a symptom-based concern and wish to discuss it with an on-call MTF (Military Treatment Facility) provider during non-duty hours as an alternative to reporting to the Emergency Department or waiting until the next duty day. The telephone operators will answer the after-hours calls, record the patient demographic information and reason for the call /concern and then contact the appropriate on-call provider based on MTF guidelines. The MTF on-call provider will be paged according to the Government published on-call schedules available at http://www.amion.com and per the process and time standards outlined below. The operator will provide the call information to the on-call provider. The Government will maintain the documentation requirements for the telephone consultation in the Government computer systems (Composite Healthcare System/ Armed Forces Health Longitudinal Technology Application). The phone number(s) for after hour provider contact is marked on the Medical Group’s Care Line.

1.4 The volume, demand and clinics using the services vary by seasonality. Specific seasonality estimates will be provided and will include: current eligible population (Active Duty, TRICARE Prime Enrollees, TRICARE Plus Enrollees, NATO members) that may use services as well as all historical workload estimates (See addendum A), and clinics utilizing the service.

a. The Contractor shall be compliant with all Health Insurance Portability and Accountability Act (HIPAA) rules and regulations.

b. Since protected health information and privacy act data is used or transmitted outside the Government Facility, the Contractor shall follow HIPAA guidelines for physical and electronic safeguarding of information. Under no circumstance may any patient data be transferred or recorded outside the United States.

c. Hours of Operation / Federal Holidays. As a minimum, the after-hours Answering Service shall be available to enrolled beneficiaries Monday through Friday, non-duty hours (1600-0630) and 24 hours a day on weekends and Federal Holidays, military-designated family days, specified training days, inclement weather closures, and other announced down days (Approximately 20 days). See Addendum B for historical down days for 2011.

d. The MTF will submit military down days to the Contractor 14 days prior to down days or as soon as notification from command is received. For unplanned closures due to weather, natural disaster or other significant military contingency, the MTF will notify the Contractor as early as possible for coverage.

e. The Contractor shall provide services for the Federal Holidays listed below:
i. New Year’s Day
ii. Martin Luther King’s Jr. Day (observed the third Monday in January)
iii. President’s Day
iv. Memorial Day
v. Independence Day
vi. Labor Day
vii. Columbus Day
viii. Veteran’s Day
ix. Thanksgiving Day
x. Christmas Day

2.0 SPECIFIC REQUIREMENTS:

2.1 The Contractor shall provide operational location(s) to include a complete address (es) for the answering service site(s) (including sub-contractor site(s)) as part of their model.

a. The Contractor shall provide a toll free telephone line/number(s) to the requesting location. The contractor shall outline the phone system and the number of available lines in detail. The Government will either transfer the calls to the phone line or market the toll-free telephone number on the MTF after-hours voice message.

b. The contractor shall be responsible for installation, maintenance, and costs associated with their own telephone lines. It is the responsibility of the Contractor to have a backup system in place for equipment failures and staffing shortfalls.

c. Minimum qualifications of telephone operator personnel are listed below and may be included in the attached addendum:

i. Must have at least six months experience in medical office or answering service. Experience must be in administrative capacity and include direct patient contact and customer service.

ii. Must have basic knowledge level to include; principles of customer service for cal1 answering and referral service and HIPAA guidelines for release of medical information.

iii. Medical Terminology is desired

iv. Must possess excellent oral and written communication skills and interpersonal skills.

v. Other Proposed Staff Members. If other staff positions are proposed, the Contractor shall provide complete education and experience requirements as well as duties to be performed by the employee.

vi. The Contractor shall provide the title and phone number for a point of contact to receive provider-on-call schedules from the MTF and to use whenever a change is needed.

3. GOVERNMENT FURNISHED ITEMS:

a. The Government will be responsible for the development and issuance of On-Call Provider Rosters for each clinic using the service. An on-call Roster for the following month for each clinic utilizing services will be given to the Contractor by the 25th of each month. Required updates are expected and will be provided to the Contractor as soon as possible.

b. The Government will provide a roster of other designated points of contact to reach during normal duty hours so that urgent problems can be immediately addressed. The listing will include a primary and alternate contact person. Required updates are expected and will be provided to the Contractor as necessary.

4. ON CALL ANSWERING SERVICE PROCESS:

a. The Contract personnel shall use a Government provided predetermined personalized answering greeting when answering calls for MOFMC patients.

b. For symptom-based calls, the Contractor shall obtain the following information from the caller:
i. Name of caller
ii. Name of patient (if different)
iii.The sponsor’s social security number
iv.Phone number to reach the caller
v. Provider or Clinic to which patient is enrolled
vi.A short description of the symptoms to relay to the on-call provider

c. The Contractor shall inform the caller that the provider should call within 30 minutes; and shall instruct the caller to call the Answering Service again in the event the provider does not call within one hour from the initial call.

d. The telephone operator shall immediately page the proper on-call provider.

i. Contact guidelines:

Enrollees: The first routing for the provider shall be the patient’s enrolled clinic. For example, if the patient is enrolled to an Internal Medicine provider, Internal Medicine on-call provider shall be paged.

Non-Enrollees: If the patient is not a TRICARE Enrollee at the MOFMC, the Contactor shall refer the caller to their Primary Care Manager. The MTF’s on-call providers cannot provide after-hours service to non-enrolled TRICARE beneficiaries.

Enrollment Status Unknown: If the patient does not know who they are enrolled with, the Contractor shall contact the Family Health Clinic on-call provider.

ii. Notification Process:

1. The Contractor shall contact the on-call provider’s pager first. The Government shall provide a pager number (and access code) on the on-call rosters.

2. If no response is received in approximately 10 minutes, the Contractor shall cal the provider’s listed home or cell phone number.

3. If there is no response, the Contractor shall not leave a message on voice mail. The Contractor shall call the next person (if one is available) on the call list and repeat the above steps of the process. If no on-call provider returns a call, The Contractor shall document attempts to contact the on-call provider and the Contractor shall report it the next duty day to the MOFMC designee.

4. When the on-call provider calls the Contractor, the Contractor shall provide them all information required in para 5.b of this performance work statement. The Contractor shall not, under any circumstances, refer or directly connect the patient to the on-call provider.

5. For calls pertaining to appointment times or request for prescription refills or test results, the Contractor shall respond: “The on-call provider does not have access to the appointment system, computerized pharmacy or laboratory systems needed to fulfill your request. For this information you will need to call the appointment line during normal duty hours (0630-1600).”

5. PRODUCTIVITY MONITORING AND QUALUTY ASSURANCE REQUIREMENTS:

a. The Contractor shall submit a written daily report of all calls to the MTF no later than 1100 daily Monday through Friday.

b. The Contractor shall have internal controls in place for quality assurance and shall provide a quality control program to the MOFMC within 15 days after contract award.

Services Summary

Performance Objective          PWS             Threshold

Daily report submitted             5.a.          90% of days and 98%  are submitted

no later than 1100.

Appendix A

HISTORICAL WORKLOAD

Monthly calls transferred to the answering service approximately 350

Total Enrollment for MOFMC is 47,200

Forecasted Enrollment Growth to 50,000 by 2013

Appendix B

HISTORICAL GOVERNMENT DOWN DAYS FOR 2011

25 May
31 Aug
23 Nov
24 Dec
31 Dec

On training days phone lines will open at 1000. Training days occur the second Thursday of every month.

FAR Clauses And Provisions

The following FAR clauses and provisions cited are applicable to this acquisition:FAR 52.204-7 – Central Contract Registration

FAR 52.212-1 – Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information. All quotes shall be provided in the above format. The sum total of each CLIN shall be provided. The sum total of all CLINS shall be provided. All offerors will submit, with their quote, an outline of their proposed phone systen and number of available lines as stated in 2.1a. The contractor shall provide ;written technical summary, not to exceed one page in length. The summary must demonstrate the offeror’s understanding of the requirement. This summary should not simply rephrase orr restate the Government’s requirement. The summary shall provide convincing rationale on how the offeror intends to meet the Government’s requirement.. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration will make a prospective vendor ineligible for contract award. Prospective vendors should visit the CCR website athttps://www.sam.gov/portal/public/SAM to register.

FAR 52.212-2 – Evaluation – Commercial Items: The evaluation of quotes and award of the contract will be based on LPTA (Lowest Price Technically Acceptable). Award will be made to the offeror with the lowest price and whose outline and ;written technical summary demonstrates understanding of the requirement.  Note: The Government will evaluate offers for award purposes by
adding the total price for all options, including both the 52.217-8
Option to Extend Services and the 52.217-9 Option to Extend the Term of
the Contract, 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).

FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov/portal/public/SAM. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.

FAR 52.212-4 – Terms and Condition – Commercial applies to this acquisition. FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.217-5- Evaluation Of Options; 52.217-8- Option To Extend Services; 52.217-9-Option To Extend The Term Of The Contract; FAR 52.219-6 – Notice Of Total Small Business Set Aside; 52.219-28-Post Award Small Business Program Representation; 52.222-3-Convict Labor; 52.222-19-Child Labor; 52.222-21- Prohibition Of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-41-Service Contract Act Of 1965; 52.222-42-Statement of Equivalent Rates For Federal Hires; 52.222-43- Fair Labor Standards and Service Contract Act – Price Adjustment (Multiple Year And Option Contracts); 52.222-50-Combating Trafficking In Persons; Buy American Act-Free Trade Agreement- Israeli Trade Act;52.232-1-Payments;52.232-18 Availability Of Funds; 52.232-33- Payment By Electronic Funds Transfer – Central Contract Registration;52.233-1-Disputes; 52.233-2-Service Of Protest; 52.233-4 – Applicable Law Breach Of Contract Claim;52.237-2 Protection Of Government Buildings, Equipment and Vegetation; 52.222-49-Service Contract Act-Place Of Performance Unknown: (a) This contract is subject to the Service Contract Act, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: None. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by 05 September 2012.
(b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price.

The following DFARS clauses cited are applicable to this acquisition: DFARS 252.204-7003- Control of Government Personnel Work Product DFARS: 252.225-7001, 252.247-7023 Alt III
252.212-7001 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition;252.225-7002-Qualifying Country Sources As Subcontractors; 252.243-7001-Pricing Of Contract Modifications. The following AFFARS clauses cited are applicable to this acquisition:

All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to stephen.colton@nellis.af.mil no later than Monday  10 September  2012 4:00 PM PST.

Set-Aside: Total Small Business Place of Performance: To be determined. US URL: https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G4BANSWRSERVICE/listing.html
OutreachSystems Article Number: 120830/PROCURE/0106
Matching Key Words: writ*; technical; 


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

T — Video Production Services DJMS-12-Q-0108 090612 Curtis Davis, Contracting Officer, Phone 202-353-9118, Fax 202-307-9695, Email curtis.davis2@usdoj.gov – Jennifer Jones-Everett, Contract Specialist, Phone 202-307-8664, Fax 202-307-9695, Email jennifer.jones-everett@usdoj.gov Video Production Services

Set-Aside: Total Small Business Place of Performance: United States Marshals Service Headquarters 2604 Jefferson Davis Highway Alexandria, VA 22301 US URL: https://www.fbo.gov/spg/DOJ/USMS/HQ002/DJMS-12-Q-0108/listing.html
OutreachSystems Article Number: 120830/PROCURE/0130
Matching Key Words: video*; produc*; business*; production?; naics!512110; 


Department of the Army, Army Contracting Command, MICC, MICC – Carlisle Barracks, MICC – Carlisle Barracks, 314 Lovell Avenue, Suite 1, Carlisle Barracks, PA 17013-5072

U–DEPARTMENT OF DISTANCE EDUCATION, NEW FACULTY INSTRUCTOR, BASE PLUS 2 OPTION YEARS W91QD0-12-R-0018 092012 Larry L. Brown, 717-245-4620 MICC – Carlisle Barracks This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

BACKGROUND: The Distance Education Program is a blended online and resident Senior Service College spanning two academic years, each running from August through July. During the first year of studies, the curriculum consists of a two-day resident orientation seminar; a nonresident (online) orientation course; four nonresident (online) Core Courses; and the two-week First Resident Course in June. During the second year of studies, the curriculum consists of four nonresident (online) Core Courses; a nonresident (online) Elective or writing project; and the two-week Second Resident Course, followed by graduation in July.

DEP courses employ techniques such as instructional commentary, directed readings, learning objects, video and audio recordings. DEP assessment methodologies include but are not limited to: written papers of various formats, ranging in length from 500 to 2000 words; asynchronous, online discussion forums where students produce individual or team submissions; online written examinations; exercises; and face-to-face, synchronous discussion in the seminar room during the two Resident Courses.

SCOPE: The Performance Work Statement identifies the minimum requirements to serve as Faculty Instructor and Evaluator for a Distance Education Program (DEP) seminar(s) during four on-line Core Courses, two summer Resident Courses and associated programs; to conduct and evaluate on-line student forums; and to provide faculty evaluations of student work/submissions, in support of the U.S. Army War College (USAWC) Department of Distance Education (DDE). This work is specific to the distance education courses listed in the contract line item schedule.
Place of Performance: MICC – Carlisle Barracks 314 Lovell Avenue, Suite 1, Carlisle Barracks PA 17013-5072 US URL: https://www.fbo.gov/notices/13cf868c59b07b5431ce5810a2ceb04f
OutreachSystems Article Number: 120830/PROCURE/0139
Matching Key Words: video*; produc*; seminar?; education*; produce?; instruct*; commercial?; 


Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901

99–Diving Services to Replace 7 Balancing Valves W9128F12T0150 081512 sara edwards, 4029952484 USACE District, Omaha PERFORMANCE WORK STATEMENT (PWS) FOR THE REPLACEMENT OF INTAKE BALANCING VALVES, OAHE PROJECT,
OMAHA DISTRICT CORPS OF ENGINEERS

Part 1

General Information

1. GENERAL: This is a non-personnel services contract to provide Diving Services to remove and install Government supplied balancing valves and associated piping at the Oahe Project. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.

1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Diving Services to replace 7 balancing valves as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. The contractor shall provide the Diving Services in accordance with the attached Specification 01080 – Diving Requirements for Oahe Dam Intake Balancing Valve Replacement.

1.2 Background: The current balancing valves are corroding and leaking to the point of allowing substantial water to flow into the tunnel interfering with annual maintenance work. Replacing the valves will stop water from filling the penstocks and allow for maintenance activities to occur. The Oahe Dam is located approximately 6 miles north of Pierre, South Dakota, see attached Map #1. The powerhouse intake structure is located upstream of the left abutment or directly north of the Powerhouse, see attached Map #2. Welding procedures and welders shall be qualified in accordance with ASME BPVC SEC IX. Welding procedures qualified by others, and welders and welding operators qualified by another employer, may be accepted as permitted by ASME B31.1. Diving shall be performed in accordance with the US Army Corps of Engineers Engineering Manual EM 385-1-1 Safety and Health Requirements and Specification Section 01080 DIVING REQUIRMENTS FOR OAHE DAM INTAKE BALANACING VALVE REPLACEMENT.

1.3 Objectives: The dive services will be to replace 7 intake balancing valves and associated piping. All valves, flanges and piping will be supplied by the Government. See attached Drawing #1 for details. Drawings #2 – #5 are informational only.

1.4 Scope: The Contractor shall provide all dive services required to remove and install intake balancing valves, elbows and piping located at the Oahe Powerhouse Intake Structure. It may be required to cut bolts underwater to remove piping. Contractor will be required to provided equipment to raise and lower valve and pipe section. Government will provide conveyance for the diver into and out of intake. Contractor will measure and field verify pipe length and make modifications to the pipe length as needed before installing new piping. No underwater welding will be allowed. Diving shall utilize surface supplied air, scuba shall not be permitted. All valves and piping that is removed shall become the property of the contractor and shall be disposed of properly. The contractor will complete an entire intake prior to being allowed to work on another.

1.4.1 Inspection Site Conditions: See attached drawings and maps and Specification Section 01080. The contractor will coordinate with the Corps Project for access to each intake. Before work is started, the Contractor shall arrange with the Contracting Officer a sequence of procedure, means of access, space for storage of materials and equipment, and use of approaches, roads, and parking areas.

1.4.2 Diving Plan: In accordance with Specification Section 01080 DIVING a written plan describing the equipment and procedures for each dive shall be submitted for approval not less than 14 days prior to each dive.

1.5 Period of Performance: The period of performance shall start within 15 days of the award and shall be completed within 45 working days.

1.6 General Information:

1.6.1 Quality Control NA

1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).

1.6.3 Recognized Holidays
New Year’s Day Labor Day
Martin Luther King Jr.’s Birthday Columbus Day
President’s Day Veteran’s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day

1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:00 am to 5:30 pm Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.6.5 Place of Performance: The work to be performed under this contract will be performed at Oahe Project, Pierre, South Dakota
1.6.6 Type of Contract: Purchase Order

1.6.7 Security Requirements: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.
1.6.8 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.

1.6.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.

1.6.10 Key Personnel: The follow personnel are considered key personnel by the government: Eric Stasch, Operations Project Manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:00 am and 5:30 pm Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons.
1.6.11 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.

PART 2

DEFINITIONS & ACRONYMS

2. DEFINITIONS AND ACRONYMS:

2.1. DEFINITIONS:

2.1.1. Contractor. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.

2.1.2. Contracting Officer. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government.

2.1.3. Contracting Officer’s Representative (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.

2.1.4. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement.

2.1.5. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.

2.1.6. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.

2.1.7. Physical Security. Actions that prevent the loss or damage of Government property.

2.1.8. Quality Assurance. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.

2.1.9. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.

2.1.10. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.

2.1.11. Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor.

2.1.12. Work Day. The number of hours per day the Contractor provides services in accordance with the contract.

2.1.13. Work Week: Monday through Friday, unless specified otherwise.

2.2. ACRONYMS:

ACOR Alternate Contracting Officer’s Representative
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
CCE Contracting Center of Excellence
CFR Code of Federal Regulations
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTR Contracting Officer’s Technical Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
KO Contracting Officer
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
TE Technical Exhibit

PART 3

GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES

3. GOVERNMENT FURNISHED ITEMS AND SERVICES:

3.1. Services: None.

3.2 Facilities: None.

3.3 Utilities: The Government will provide electrical power at the intake structure.

3.4 Equipment: Crane, operator and man basket for access and conveyance into and out of intake structure. Government will not provide lifting capabilities to remove or install intake valves and associated piping.

3.5 Materials: All valves, piping, flanges, fasteners and gaskets will be provided to the Contractor. Government will supply all valves, piping and fittings and associated equipment to replace the balancing valves. The value of piping and fittings is approximately $1500.00 per intake. Contractor will be responsible for paying SD excise tax on the government furnished materials.

PART 4

CONTRACTOR FURNISHED ITEMS AND SERVICES

4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:

4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS.

4.2 Secret Facility Clearance: NA

4.3. Materials: The Contractor shall furnish materials, supplies, and equipment necessary to weld piping under this PWS.

4.4. Equipment: The Contractor shall furnish all equipment to meet the requirements under this PWS.

PART 5

SPECIFIC TASKS

5. Specific Tasks:

5.1. Basic Services. The contractor shall provide services for the Intake Balancing Valve Replacement at the Oahe Dam, Pierre, SD.

5.2. Task Heading: NA

5.3. Contractor Management Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web addresshttps://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative (COTR) or also known as the Contracting Officer’s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor’s name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor’s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.

PART 6

APPLICABLE PUBLICATIONS

6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): NA

PART 7

ATTACHMENT/TECHNICAL EXHIBIT LISTING

7. Attachment/Technical Exhibit List:

Attachment 1: SECTION 01080 Diving Requirement DIVING REQUIREMENTS FOR OAHE DAM Intake balancing valve Replacement

Attachment 2: EM 385-1-1 App O

Attachment 3: Oahe Site Map #1

Attachment 4: Oahe Site Map #2

Attachment 5: Drawing #1

Attachment 6: Drawing #2

Attachment 6: Drawing #3

Attachment 7: Drawing #4

Attachment 8: Drawing #5

Set-Aside: Total Small Business Place of Performance: USACE District, Omaha 1616 Capital Ave, Omaha NE 68102-4901 US URL: https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12T0150/listing.html
OutreachSystems Article Number: 120830/PROCURE/0765
Matching Key Words: writ*; copy; technical; standard; procedure?; 


Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

R–P2 Support for the Louisville District USACE W912QR-12-R-0062 100212 Lauren N. Otte, 502-315-6202 USACE District, Louisville Solicitation W912QR-12-R-0062 is now available at http://www.fbo.gov
Set-Aside: Total Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL:https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-12-R-0062/listing.html
OutreachSystems Article Number: 120830/PROCURE/0878
Matching Key Words: state!ky; 


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

99–Dining Facility Attendant Services. W9124812R0015 091412 Michelle Petterson, 270-798-7810 MICC – Fort Campbell The Mission and Installation Contracting Command, Fort Campbell, KY, intends to issue a Request for Proposal (W91248-12-R-0015) for Dining Facility Attendant Services at eleven (11) dining facilities at Fort Campbell, KY, on or about 13 August 2012. Requirement is for a base period of 12 months and four (4) 12-months option periods. Procurement will be set aside for HUBZone Small Business firms. Requirement will be a Best Value procurement. RFP will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at http://www.eps.gov. Hard copies of the solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFP release and all subsequent amendments. The NAICS code is 722310 and the small business size standard is $35.5M. Points of contact are Mr. Will More, 270-798-7811, william.t.moore.civ@mail.mil or Ms. June Fletcher-Schiewe, 270-798-3441, linda.j.schiewe.civ@mail.mil.
Set-Aside: HUBZone Place of Performance: MICC – Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY 42223-1100 US URL:https://www.fbo.gov/notices/a620247bde2fb0296fbe13b8ab6d6e45
OutreachSystems Article Number: 120830/PROCURE/1007
Matching Key Words: state!ky; 


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

99–Dining Facility Attendant Services. W9124812R0015 091412 Michelle Petterson, 270-798-7810 MICC – Fort Campbell The Mission and Installation Contracting Command, Fort Campbell, KY, is issuing a Request for Proposal (W91248-12-R-0015) for Dining Facility Attendant Services at eleven (11) dining facilities at Fort Campbell, KY, on or about 28 August 2012. Requirement is for a base period of 12 months and four (4) 12-months option periods. Procurement will be set aside for HUBZone Small Business firms. Requirement will be a Lowest Price Technically Acceptable procurement. RFP is issued via the Federal Business Opportunity (FEDBIZOPS) web page at http://www.eps.gov. Hard copies of the solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFP release and all subsequent amendments. The NAICS code is 722310 and the small business size standard is $35.5M. Points of contact are Mr. Will Moore, 270-798-7811, william.t.moore3.civ@mail.mil or Ms. June Fletcher-Schiewe, 270-798-3441, linda.j.schiewe.civ@mail.mil.
Set-Aside: HUBZone Place of Performance: MICC – Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY 42223-1100 US URL:https://www.fbo.gov/notices/9def309911fbba14680afb1daa2c165f
OutreachSystems Article Number: 120830/PROCURE/1008
Matching Key Words: state!ky; 

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

R — Production Music 08282011-CON 091212 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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. (ii) Solicitation No. 08282011-CON is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-060, dated August 27, 2012. (iv) The North American Industry Classification Systems (NAICS) code for this acquisition is 512290. (v) The Broadcasting Board of Governors (BBG) has a requirement, subject to the availability of funding is seeking a Contractor to provide production music for the Voice of America (VOA) language services . The production music will be used by VOA on radio, television and internet. The Contractor shall have a broad range of musical styles and genres in its vast music library that will enable VOA to find what it needs for its 53 language services for broadcasting to 200 countries around the world. The Contractor’s production music shall not include any separate costs for licenses or synchronization or royalty fees. The period of period will be begin October 1, 2012 through September 30, 2013, BASE YEAR,.with four (4) additional 1-year options, whose exercise is at the discretion of the Government and is subject to the availability of funding.
Evaluation Factors:
1. Must have a vast instrumental music production library with assorted and varied thematic entries that include but are not limited to the following categories: ethnic; news; bridges; sports; documentary; holiday themes; drama; pop; rock; country; and hip-hop.
2. The length of the selections must range from 5-second stings to beds that may exceed 3-minutes used for narration.
3. The production library is non-exclusive and must contain a master library of at least 250,000 tracks with a minimum of 10 new collections per month containing multiple tracks.
4. Must be available in digital format with appropriate metadata to include written or electronic media consisting of timings, descriptions, categories and composer.
5. Must be available for use on radio, television and Internet.
6. Price
(vi) The period of period will be begin October 1, 2012 through September 30, 2013, BASE YEAR, with four (4) additional 1-year options, whose exercise is at the discretion of the Government and is subject to the availability of funding for the service listed above. The period of performance is October 1, 2012 through September 30, 2013 with four (4) one-year option periods. The Contractor shall submit an invoice electronically to BBG for payment on a monthly basis. IMPORTANT NOTE: The term of the contract is contingent upon availability of full funding for this project being received in the Government’s Fiscal Year 2012. In the event that funding is less than anticipated, the contract term may be amended to cover only part of the period stated herein. Delivery terms and point: FOB Destination, Washington, D.C. (vii) The provision at FAR 52.212-1, “Instruction to Offerors–Commercial Items” applies to this solicitation. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Technical proposal with a narrative of the Offeror’s understanding of requirement as noted above and a description of their capability to perform the tasks as stated above. [2] Narrative and detailed information on past experiences in conducting market research and public opinion polling. [3] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; [4] Price for each of the above listed CLINs; [5] a completed copy of the provision at FAR 52.212-3, “Offeror Representations and Certifications–Commercial Items” and [6] Offeror’s DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. (viii) The Government will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, past performance and other factors in the solicitation. An award may be made without discussions. When combined, technical evaluation factors are significantly more important than cost or price. The following technical factors shall be used to evaluate proposals and are listed in descending order of importance with the first two (2) factors being significantly more important than the last two (2): 1. Offeror’s experience in conducting music research in international settings; 2. Offeror’s experience in conducting music research in the Middle East; 3. Offeror’s past performance; and 4. Offeror’s planned method for recruiting respondents. (ix) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (x) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: AUTHORIZED REPRESENTATIVE OF THE CONTRACTING OFFICER. The Contracting Officer will appoint by letter an Authorized Representative of the Contracting Officer (AR/CO), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the AR/CO shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE AR/CO TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (xi) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-39 Notification of Employee Rights Concerning Payment of union Dues or Fees (E.O. 13201); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) (xii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract, 52.232-18 Availability of Funds and 52.237-3 Continuity of Services ;(xiii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Notice of Delay- If the Contractor becomes unable to complete the contract work at the time(s) specified because of technical difficulties, notwithstanding the exercise of good faith and diligent efforts in the performance of the work called for hereunder, the Contractor shall give the Contracting Officer written notice of the anticipated delay and the reasons therefore. Such notice and reasons shall be delivered promptly after the condition creating the anticipated delay becomes known to the Contractor but in no event less than thirty (30) days before the completion date specified in this contract, unless otherwise directed by the Contracting Officer. When notice is so required, the Contracting Officer may extend the time specified in the schedule for such period as deemed advisable. (xiv) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25. (xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). The Offerors shall submit a firm-fixed price proposal. Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to Wayne Greene, wgreene@bbg.gov. Written questions must be submitted by 12:00 p.m., Eastern Time on September 4, 2012. Proposals shall be submitted with an original and three (3) copies. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to Wayne Greene, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007D, Washington, DC 20237 before 2:00 p.m., Eastern Time on September 15, 2012. Contact: Wayne Greene, Contract Specialist, email: wgreene@bbg.gov or Facsimile 202-382-7870. All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/08282011-CON/listing.html
OutreachSystems Article Number: 120829/PROCURE/0105
Matching Key Words: documentar*; 


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

99–Dining Facility Attendant Services. W9124812R0015 091412 Patty Shaffer, 270-798-7805 MICC – Fort Campbell The Mission and Installation Contracting Command, Fort Campbell, KY, intends to issue a Request for Proposal (W91248-12-R-0015) for Dining Facility Attendant Services at eleven (11) dining facilities at Fort Campbell, KY, on or about 13 August 2012. Requirement is for a base period of 12 months and four (4) 12-months option periods. Procurement will be set aside for HUBZone Small Business firms. Requirement will be a Best Value procurement. RFP will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at http://www.eps.gov. Hard copies of the solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFP release and all subsequent amendments. The NAICS code is 722310 and the small business size standard is $35.5M. Points of contact are Mr. Will More, 270-798-7811, william.t.moore.civ@mail.mil or Ms. June Fletcher-Schiewe, 270-798-3441, linda.j.schiewe.civ@mail.mil.
Set-Aside: HUBZone Place of Performance: MICC – Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY 42223-1100 US URL:https://www.fbo.gov/notices/ca0e1dca402a8bd6e30fa944c130395e
OutreachSystems Article Number: 120829/PROCURE/0747
Matching Key Words: state!ky; 


Other Defense Agencies, Department of Defense Education Activity, Domestic Dependent Elementary and Secondary Schools Procurement Division, 700 West Park Drive Peachtree City GA 30269

R — Streaming Media HEVAS6RFIStreamingMedia 083112 William Lockard, Phone 6783646846, Email william.lockard@am.dodea.edu REQUEST FOR INFORMATION
School Computer Subscription and Streaming Media Capabilities
1.0 Description

1.1 The Department of Defense Education Activity (DoDEA) office of Domestic Dependent Elementary and Secondary Schools (DDESS) Procurement Division, Peachtree City, Georgia is conducting Market Research to determine the existence of business concerns capable of providing information to determine if any companies are able to supply a streaming video platform available to use with Pre-K through Grade 8 students for elementary and middle schools in West Point, New York. Interested companies must be able to supply the streaming video platform within the North American Industry Classification System (NAICS) Code 519130 (Internet Publishing and Broadcasting and Web Search Portals).

The platform must contain extensive video clips and full-length videos intended to enhance the learning process as well as “CURRENT” content from top educational publishers. Videos and curriculum on the following grades and topics must be available:

Careers/Workplace Skills Science
English/Language Arts Social studies
Health Visual and Performing Arts
Mathematics World Languages
Research/Study Skills Teaching Practices

The online streaming media resource must include tutorials for subjects such as mathematics. Educational games and virtual field trips should be provided as part of the online streaming media resource collection. Tools need to be available that help educators integrate STEM components into lesson plans.

1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, DDESS is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

2.0 Background

DDESS Schools utilize the computer subscription and streaming media throughout its schools. The elementary and middle schools are working to make 21st century learning materials readily available for teachers and students. Digital streaming media opens new opportunities for transformation of education in our schools.

3.0 Requested Information

DDESS requests vendors registered themselves as “interested vendors” if they are able to supply both the computer software and streaming media.

4.0 Responses

4.1 Interested parties are requested to respond to this RFI.

5.0 Industry Discussions

DDESS representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.

6.0 Questions

Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer’s email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after August 31th, 2012 at 1:00 PM EST will be answered.

7.0 Summary

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide computer subscription and streaming media for both elementary and middle schools. The information provided in the RFI is subject to change and is not binding on the Government. DDESS has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.

URL: https://www.fbo.gov/spg/ODA/DoDEA/DDESS/HEVAS6RFIStreamingMedia/listing.html
OutreachSystems Article Number: 120829/PROCURE/0777
Matching Key Words: video*; website; web; site?; education*; business*;  

FedBizOpps – Awards 

General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41 Denver CO 80225

R — Recovery -ARRA Billings Art in Architecture Dannie Crowder, Contracting Officer, Phone (303) 236-8000 x2256, Fax (303) 236-3606, Email danny.crowder@gsa.gov – Angelica L Cohen, Contract Specialist , Phone 3032365362, Email angelica.cohen@gsa.gov GS-08P-12-JF-C-0121 $150,000.00 082212 Monica Ponce De Leon, 112 Shawmut Ave, STE 6B, Boston, MA 02118 US GSA awarded a contract for the services of an artist(s) to create a work of art to engage and enhance the site for the occupants and general public.   The location of the artwork will be at the U.S. Courthouse in Billings, MT.   The artwork will reflect the historical and cultural aspects of Montana and the region, as well as the federal identity and function of the U. S. Courts.
URL: https://www.fbo.gov/spg/GSA/PBS/8PF/Awards/GS-08P-12-JF-C-0121.html
OutreachSystems Article Number: 120829/AWARDS/1042
Matching Key Words: naics!711510; 


General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41 Denver CO 80225

R — Recovery -ARRA Billings Art in Architecture Dannie Crowder, Contracting Officer, Phone (303) 236-8000 x2256, Fax (303) 236-3606, Email danny.crowder@gsa.gov – Angelica L Cohen, Contract Specialist , Phone 3032365362, Email angelica.cohen@gsa.gov GS-08P-12-JF-C-0120 $50,000.00 082212 Angela Babby, 1735 Augsburg Drive, Billings, MT 59105 US GSA awarded a contract for the services of an artist(s) to create a work of art to engage and enhance the site for the occupants and general public.   The location of the artwork will be at the U.S. Courthouse in Billings, MT.   The artwork will reflect the historical and cultural aspects of Montana and the region, as well as the federal identity and function of the U. S. Courts.

URL: https://www.fbo.gov/spg/GSA/PBS/8PF/Awards/GS-08P-12-JF-C-0120.html
OutreachSystems Article Number: 120829/AWARDS/1043
Matching Key Words: naics!711510;   

FedBizOpps – Special Notes 

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Eustis (Joint Base Langley-Eustis), MICC Center – Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538

99–AWG Operations Support – DRAFT RFP and Industry Day Registration Form W911S013R0001 Michael Adams, 7578783166 MICC Center – Fort Eustis (Joint Base Langley-Eustis) THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS.

This is further information on the opportunity for interested potential Offerors to attend a Pre-proposal Conference hosted by MICC – Fort Eustis and AWG to discuss the DRAFT Request for Proposal (RFP). The purpose of this Pre-proposal Conference is
to obtain input from industry experts.

The Pre-proposal Conference is scheduled for
September 18, 2012 at
2282 Morrison Street, Fort Meade, MD 20755.

Interested sources should register by filling out the attached form and forwarding it to Michael Adams, Contract Specialist at michael.o.adams.civ@mail.mil.

The Government intends to offer a briefing session from 8:00 AM -10:00 AM EST to discuss the DRAFT RFP and a general question/answer session from 10:00 AM – 12:00 PM EST. Participation is not mandatory and avideo of this Pre-proposal Conference will be posted to the AWG website at http://www.awg.army.mil/ .

— Questions in regard to the DRAFT RFP must be submitted via electronic mail to Mr. Michael Adams at michael.o.adams.civ@mail.mil. Mr. Adams may be reached via telephone at (757) 878-3166 ext 3224. All submissions should be clearly marked “Question(s) for TRADOC AWG Operations Support Services Pre-Proposal Conference.

–All questions to be addressed at the Pre-proposal conference must be received no later than SEPTEMBER 13, 2012.–

However, questions may be submitted through September 18, 2012. Questions submitted after September 13, 2012 will be answered and posted to Army Single Face to Industry (ASFI) websitehttps://acquisition.army.mil/asfi/ and the AWGs website.

The DRAFT RFP is attached.

MICC – Fort Eustis anticipates issuing RFP W911S0-13-R-0001 on or around
1 October 2012. The closing date for submission of proposals will be contained in the solicitation. The final RFP will also be available at the ASFI
and AWG websites.

URL: https://www.fbo.gov/notices/757ff72950195ff5aaa48250ca1ea6b7
OutreachSystems Article Number: 120830/SPECIAL/1529
Matching Key Words: video*; conference?; website;   

USABID State and Local Purchases  

Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622

99 – VARIOUS TRAFFIC ITEMS. RFB-605-1300000201-1 DUE 21-SEP-2012 Jennifer Houchin, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120831/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Kentucky Department of Veterans Affairs, 1111-B Louisville Road, Frankfort, KY 40601

R – CPA CONSULTANT. RFP-074-1300000071-1 DUE 21-SEP-2012 Judy Solomon, Phone: (502) 564-9203; 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: 120831/BID/0007
Matching Key Words: age:state!ky; state!ky; 

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

U – KET FY13 DISTANCE LEARNING, CHINESE TEACHER. RFP-545-1300000075-1 DUE 05-SEP-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: 120829/BID/0009
Matching Key Words: age:state!ky; state!ky; 

Kentucky Commission on Human Rights, 332 West Broadway, 7th Floor, Louisville, KY 40202

R – BIDS FOR FINANCIAL AUDIT SERVICES FOR JULY 1, 2009-JUNE 30, 2012. RFP-370-1200000380-1 DUE 14-SEP-2012 Arthur Kaufman, Jr., Phone: (502) 595-4024; 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: 120827/BID/0001
Matching Key Words: age:state!ky; state!ky; 


Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622

99 – LANE CHANNELIZER SYSTEM. RFB-605-1300000180-1 DUE 11-SEP-2012 Laura Stephens, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120827/BID/0002
Matching Key Words: age:state!ky; state!ky; 


Department of Criminal Justice Training, Kit Carson Drive, Funderburk Building, Richmond, KY 40475-3102

U – DOMESTIC VIOLENCE EXPERT INSTRUCTOR. RFP-525-1300000064-1 DUE 07-SEP-2012 Beth Atkinson, Phone: (859) 622-8105; 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: 120827/BID/0003
Matching Key Words: age:state!ky; state!ky; 


Department of Criminal Justice Training, Kit Carson Drive, Funderburk Building, Richmond, KY 40475-3102

U – DRUG FACILITATED SEXUAL ASSAULT EXPERT INSTRUCTOR. RFP-525-1300000065-1 DUE 07-SEP-2012 Beth Atkinson, Phone: (859) 622-8105; 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: 120827/BID/0004
Matching Key Words: age:state!ky; state!ky; 


Department of Criminal Justice Training, Kit Carson Drive, Funderburk Building, Richmond, KY 40475-3102

U – DOMESTIC AND SEXUAL ASSAULT EXPERT INSTRUCTORS. RFP-525-1300000063-1 DUE 07-SEP-2012 Beth Atkinson, Phone: (859) 622-8105; 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: 120827/BID/0005
Matching Key Words: age:state!ky; state!ky; 

Kentucky State Procurement 

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

R — RECORDKEEPING, COMMUNICATIONS, MARKETING SERVICES – ADDENDUM. RFP-758-1300000011-3 DUE 10-OCT-2012 Jodyi Hall, Phone: (502) 564-8625; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120904/KY/9108
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-095-1200000529-3 DUE 14-SEP-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: 120904/KY/9110
Matching Key Words: age:state!ky; state!ky; 


Lexington Center Corporation, 430 West Vine Street, Lexington, KY 40507

R — STRATEGIC FINANCIAL ADVISOR. DUE 30-SEP-2012 Lexington Center Corporation (LCC) extends a Request for Proposal (RFP) for a Strategic Financial Advisor to serve as a consultant to LCC and to evaluate the financial feasibility of a project initiative referred to as the Rupp Arena, Arts & Entertainment District. The project includes a comprehensive renovation to Rupp Arena, relocation and expansion of the Lexington Convention Center and creating opportunities for private development surrounding the LCC facilities. Interested candidates must submit a detailed proposal by September 30, 2012. A text of the full RFP may be obtained by contacting LCC, 430 W. Vine St., Lexington, KY 40507, Attn: Frank Butler, or online at www.ruppdistrict.com. 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: 120904/KY/9121
Matching Key Words: age:state!ky; state!ky; 


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

99 — PROGRAMMABLE LOGIC CONTROLLERS, SOMERSET COMMUNITY COLLEGE, SOMERSET, KY. KCT-00864 DUE 18-SEP-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: 120904/KY/9124
Matching Key Words: age:state!ky; state!ky; 


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

T — DIPLOMAS/CERTIFICATES/COVERS – ADDENDUM #1. KCT-00862 DUE 24-SEP-2012 Brenda Nolan, Phone: (859) 256-3325; E-mail: brenda.nolan@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: 120904/KY/9125
Matching Key Words: age:state!ky; state!ky; 

Bath County Board of Education, 405 West Main Street, Owingsville, KY 40371

R — CONSTRUCTION MANAGEMENT FOR THE OWINGSVILLE ELEMENTARY SCHOOL RENOVATION. DUE 14-SEP-2012 The Bath County Board of Education will receive Proposals from qualified Construction Management firms for the Owingsville Elementary School Renovation. The intended project is: addition of classrooms, cafeteria, and gym to Owingsville Elementary School. Interested and qualified firms can receive a copy of the official Request for Proposals (RFP) by submitting a one-page letter of interest to: Bath County Board of Education, 405 West Main Street, Owingsville, Kentucky 40371, c/o Burnsy Stewart. The Construction Manager will be involved in both the design and construction phases of the work. An authorized representative of the School Board will receive CM Proposals until 2:00 P.M. on September 14, 2012. Proposals received after this date will not be accepted. Proposals shall be enclosed in sealed envelopes, which clearly indicate a Proposal for Construction Management Services . Proposing CMs will be required to meet 702 KAR 4:160 and certain qualification set out in the RFP and which include the following: Experience with Educational Buildings; Performance and Payment Bonds; Ability to Provide Experienced Staff. Questions concerning Request for Proposal or the project should be addressed to: Bath County Board of Education, 405 West Main Street, Owingsville, Kentucky 40371, burnsy.stewart@bath.kyschools.us, 606-674-6314. 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: 120831/KY/9078
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — TRANSCRIPTION SERVICES – ADDENDUM #1. RP-14-13 DUE 12-SEP-2012 Terry L. Cutler, Phone: (502) 852-7211; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm New Due Date. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120831/KY/9081
Matching Key Words: age:state!ky; state!ky; 


Eastern Kentucky University, Division of Purchases, Jones Building, Room 119, Richmond, KY 40475

R — EXECUTIVE SEARCH FIRM CONSULTING SERVICES. RFP 03-13 DUE 19-SEP-2012 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quotes 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: 120831/KY/9094
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-758-1300000032-3 DUE 11-SEP-2012 Sherita Miller, Phone: (502) 564-6522; Website: https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120831/KY/9101
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 – ADDENDUM. RFB-758-1300000170-2 DUE 10-SEP-2012 Jodyi Hall, Phone: (502) 564-8625; Website: https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120831/KY/9104
Matching Key Words: age:state!ky; state!ky; 

Department of Criminal Justice Training, Kit Carson Drive, Funderburk Building, Richmond, KY 40475-3102

U — DOMESTIC AND SEXUAL ASSAULT EXPERT INSTRUCTORS – ADDENDUM. RFP-525-1300000063-2 DUE 07-SEP-2012 Beth Atkinson, Phone: (859) 622-8105; 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: 120830/KY/9028
Matching Key Words: age:state!ky; state!ky; 


Department of Criminal Justice Training, Kit Carson Drive, Funderburk Building, Richmond, KY 40475-3102

U — DOMESTIC VIOLENCE EXPERT INSTRUCTOR – ADDENDUM. RFP-525-1300000064-2 DUE 07-SEP-2012 Beth Atkinson, Phone: (859) 622-8105; 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: 120830/KY/9029
Matching Key Words: age:state!ky; state!ky; 


Department of Criminal Justice Training, Kit Carson Drive, Funderburk Building, Richmond, KY 40475-3102

U — DRUG FACILITATED SEXUAL ASSAULT EXPERT INSTRUCTOR – ADDENDUM. RFP-525-1300000065-2 DUE 07-SEP-2012 Beth Atkinson, Phone: (859) 622-8105; 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: 120830/KY/9030
Matching Key Words: age:state!ky; state!ky; 


Southwest Ohio Regional Transit Authority, 

R — SAFETY & SECURITY CONSULTANT FOR CINCINNATI STREETCAR PROJECT. The Southwest Ohio Regional Transit Authority hereby requests bids/proposals for the procurements of the following: RFP No. 32-12 Safety & Security Consultant for Cincinnati Streetcar Project. Bidding/proposal instructions, specifications, and contractual terms and conditions may be obtained by contacting SORTA s Procurement Department, Wright Parkes at (513) 632-7626 or e-mail wparkes@go-metro.com. 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: 120830/KY/9041
Matching Key Words: age:state!ky; state!ky; 


Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

U — PRICE CONTRACT FOR PROFESSIONAL DEVELOPMENT LEARNING SOLUTION. RFP-13-13 DUE 12-SEP-2012 Phone: (606) 783-2018, Website: http://www.moreheadstate.edu/support/index.aspx?id=1925MSU requires a Web based learning solution that will deliver self-paced professional development training modules that can be accessed 24×7. The solution is intended to supplement and reinforce instructor-led training through online courses, reference and testing materials and practice labs. The solution must be flexible and cost efficient. It is expected that trainings will be all Web based. 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: 120830/KY/9054
Matching Key Words: age:state!ky; state!ky; 


Boone County Fiscal Court, 2950 Washington Street, Burlington, KY 41005

R — APPRAISAL OF PARCEL. RFQ #12-830 DUE 20-SEP-2012 Adam Howard, Government and Community Relations Director, Phone: (859) 334-3509; Fax: (859) 334-3105; E-mail: ahoward@boonecountyky.org; Website: http://www.boonecountyky.org/Purchasing.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: 120830/KY/9057
Matching Key Words: age:state!ky; state!ky; 


Boone County Fiscal Court, 2950 Washington Street, Burlington, KY 41005

R — SURVEY SERVICES. RFQ #12-830A DUE 20-SEP-2012 Adam Howard, Government and Community Relations Director, Phone: (859) 334-3509; Fax: (859) 334-3105; E-mail: ahoward@boonecountyky.org; Website: http://www.boonecountyky.org/Purchasing.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: 120830/KY/9058
Matching Key Words: age:state!ky; state!ky; 

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

U — EXCELLENCE FOR ALL COLLABORATIVE RFP – ADDENDUM. RFP-540-1300000080-2 DUE 20-SEP-2012 Thomas Stratton, Phone: (502) 564-2351; Website: https://emars.ky.gov/online/vss/AltSelfServiceThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120829/KY/8982
Matching Key Words: age:state!ky; state!ky; 


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

T — DIPLOMAS/CERTIFICATES/COVERS. KCT-00862 DUE 24-SEP-2012 Brenda Nolan, Phone: (859) 256-3325; E-mail: brenda.nolan@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: 120829/KY/9004
Matching Key Words: age:state!ky; state!ky; 


Murray State University, Procurement Services, 200 General Services Building, Murray, KY 42071-3355

R — TELEMARKETING SERVICES. MUR-221J-13 DUE 11-SEP-2012 Phone: (270) 809-2703; Fax (270) 809-3408; Website: http://campus.murraystate.edu/administ/procurement/Vendor/vendmain.htm MURRAY STATE UNIVERSITY IS ACCEPTING PROPOSALS FOR TELEMARKETING SERVICES. A PRICE CONTRACT WILL BE AWARDED BASED ON EXPERIENCE, COST, FUNCTIONALITY, AND SCHEDULE. RFP FORMS MAY BE OBTAINED BY CONTACTING KIM HALL AT 270-809-4048, REFERENCING BID NUMBER RFP-221J-13. 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: 120829/KY/9011
Matching Key Words: age:state!ky; state!ky; 


Louisville/Jefferson County Metro Government, Division of Purchasing, 611 West Jefferson Street, Louisville, KY 40202

R — PARTNER TO ADMINISTER & STAFF NEW MANUFACTURING SKILLS & ASSESSMENT CENTER. RFP #2846 Website: http://www.kentuckianaworks.org/AboutKentuckianaWorks/ContractingOpportunities.aspxPre-Bid Meeting: September 4, 2012, 11:00 a.m., KentuckianaWorks, 410 W. Chestnut Street, Suite 200, Louisville, KY 40202. The LRA Board approved on June 4, 2012 funding for a pilot project at the AIC entitled the Manufacturing Skills and Assessment Center that will provide education and assessment for a series of “stackable credentials” to promote a career pathway into advanced manufacturing. The Center will provide services for jobseekers, manufacturers, current manufacturing employees, high school students, out-of-school youth, and South Louisville residents who wish to improve their education and skills in order to gain employment in the manufacturing sector. 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: 120829/KY/9018
Matching Key Words: age:state!ky; state!ky; 

Finance & Administration Cabinet, Division of Real Properties, Bush Building, 3rd Floor, 403 Wapping Street, Frankfort, KY 40601-2607

R — BUCKHORN LAKE STATE RESORT PARK – OPERATION OF AUTOMATED TELLER MACHINE – ADDENDUM. RFP-785-1300000058-2 DUE 14-SEP-2012 Scott Aubrey, Phone: (502) 564-2205; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120827/KY/8896
Matching Key Words: age:state!ky; state!ky; 


Finance & Administration Cabinet, Division of Real Properties, Bush Building, 3rd Floor, 403 Wapping Street, Frankfort, KY 40601-2607

R — JENNY WILEY STATE PARK – OPERATION OF AUTOMATED TELLER MACHINE – ADDENDUM. RFP-785-1300000057-2 DUE 07-SEP-2012 Scott Aubrey, Phone: (502) 564-2205; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120827/KY/8901
Matching Key Words: age:state!ky; state!ky; 


Association of Educational Purchasing Agencies, 

R — MEDICAID BILLING. DUE 17-OCT-2012 Sealed Bids will be received by the Association of Educational Purchasing Agencies (AEPA) on behalf of the members of the Ashtabula Mahoning Trumbull Co. Purchasing Cooperative, Metropolitan Educational Council, Ohio s Mid-Eastern Regional Educational Services Agency, Ohio Schools Council, Southeastern Ohio Voluntary Education Cooperative, Southwestern Ohio Educational Purchasing Council, Stark Co. Schools Council of Governments, Unified Purchasing Cooperative which compose the Ohio Council of Educational Purchasing Consortia (OCEPC) and are members of the Association of Educational Purchasing Agencies (AEPA) until: 1:30 p.m. EDT, Wednesday, October 17, 2012 for: Medicaid Billing. Each bid package consists of three or more parts: Part A – Notice to Bidders, Bid Procedures and Terms and Conditions (Same for all bid commodities); Part B – Commodity Specifications; Part C – Bid Forms; Part D-G – Additional Bid Forms if required (varies by commodity). All bids shall be submitted to CSIU, 90 Lawton Lane, Milton, PA 17847-9756, in a sealed envelope marked SEALED BID AEPA #013 on the front of the envelope. Note that Bidders must be able to provide their proposed products and services in up to 26 states including California, Colorado, Connecticut, Florida, Indiana, Iowa, Kansas, Kentucky, Massachusetts, Michigan, Minnesota, Missouri, Montana, Nebraska, New Jersey, New Mexico, North Dakota, Ohio, Oregon, Pennsylvania, Texas, Virginia, Washington, West Virginia, Wisconsin and Wyoming. Bid documents can be downloaded after registering from the web at http://www.aepacoop.org. AEPA or the Ohio Council of Educational Purchasing Consortia (OCEPC) reserves the right to reject any or all bids in whole or in part; to waive any formalities or irregularities in any bids, and to accept the bids, which in its discretion, within state law, are for the best interest of Ohio Council of Educational Purchasing Consortia (OCEPC) and/or other AEPA Member Agencies and/or their Participating Entities. Bids will be opened and publicly read immediately following the deadline. 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: 120827/KY/8918
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — QUALITY ASSURANCE REVIEW (QAR) OF THE U OF L AUDIT SERVICES DEPARTMENT. RFP145-PSC DUE 15-SEP-2012 Cheri J. Jones, Phone: (502) 852-4494; 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: 120827/KY/8930
Matching Key Words: age:state!ky; state!ky; 


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

R — RUPP DISTRICT PLANNING & PROJECT MANAGEMENT SUPPORT. RFP30-2012 DUE 14-SEP-2012 Phone: (859) 258-3320; Fax: (859) 258-3322; Website: http://www.lexingtonky.gov/index.aspx?page=162This 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: 120827/KY/8936
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 15, 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 ← Business and Career Opportunities DOD Awarded Contracts […]

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: