Business and Career Opportunities Bids and Purchases

September 21, 2012

Business / Career

FedBizOpps – Procurement

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

T–Multi-media Production N6660412Q3631 092512 Maria Gregory 401-832-7720 Maria Gregory 401-832-7720 maria.gregory@navy.mil The Naval Undersea Warfare Center, Division Newport, Rhode Island (NUWCDIVNPT) is soliciting commercial services to produce a completed, interactive web app compatible with standard kiosk and tablet devices that will contain short-form video, animation. Specifically, including a 5-6 minute edited high definition video on the Navy’s efforts in marine mammal protection using software-based modeling and simulation entitled NAEMO (Navy Acoustic Effects Model). The final product shall include live action footage, stock library footage (as needed), high-resolution computer-generated imagery (CGI) and sound mix using state-of-the art tools, technologies and workflows found within the scientific visualization community and digital cinema motion picture industry.
The required services consist of CLIN 0001-Multi-media Production. Services for this task are required 90 days from date of award.
The resulting purchase order will be a firm fixed price order. Evaluation will be made based on Best Value in accordance with FAR 52.212-2 — Evaluation — Commercial Items. In accordance with FAR 5.203(b), anticipated release of the solicitation is 19 SEP 2012 due to program requirements.
This solicitation is limited to Small Businesses (100% Set-Aside). Interested offers are encouraged to register in the System Award Management (SAM). The awardee will require SAM registration prior to payment.
Due to program requirements, questions related to this posting should be provided to the Contracting Officer no later than Friday September 21, 2012, 2:00 PM EST.

All responsible sources may submit a proposal.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660412Q3631/listing.html
OutreachSystems Article Number: 120920/PROCURE/0113
Matching Key Words: video*; edit*; produc*; web; business*; produce?; production?; commercial?; naics!512110; 


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: 120920/PROCURE/0681
Matching Key Words: writ*; copy; technical; standard; 

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

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

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

1352.215-72 INQUIRIES (APR 2010)

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

(end of provision)

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

Introduction

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

Background

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

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

All interested Contractors may provide a quote for the following:

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

PROVISIONS AND CLAUSES:

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

Provisions

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

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

Clauses

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

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

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

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

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

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

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

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

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

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

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

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

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

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

(End of provision)

INSTRUCTIONS:

Central Contractor Registration

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

Due Date for Quotations

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

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

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

Addendum to FAR 52.212-1, Quotation Preparation Instructions

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

Technical Approach and Capability

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

Key Personnel/Experience

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

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

Past Performance

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

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

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

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

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

OR

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

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

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

QUOTATION EVALUATION:

Evaluation Factors:

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

Technical Approach:

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

Key Personnel Qualifications / Experience:

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

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

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

Past Performance:

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

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

Price:

The Government will evaluate price for reasonableness.

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

1352.246-70 PLACE OF ACCEPTANCE (APR 2010)

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

(b) The place of acceptance will be:

NIST
100 Bureau Drive
Gaithersburg, MD 20899

1352.233-70 AGENCY PROTESTS (APR 2010)

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

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

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

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

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

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

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

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

(End of clause)

Set-Aside: Total Small Business Place of Performance: 100 Bureau Drive Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0659/listing.html
OutreachSystems Article Number: 120919/PROCURE/0107
Matching Key Words: documentar*; 


General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002 Washington DC 20407

99 — REQUEST FOR QUALIFICATIONS – DESIGN COMPETITION NCPCTempArtCompetition 031312 Mary Pineda, Contracting Officer, Phone 202-205-8468, Fax 202.780-4982, Email mary.pineda@gsa.gov – Jilayne Willhoite, Contract Specialist, Phone 202-260-4445, Fax 202.780-4982, Email jilayne.willhoite@gsa.gov REQUEST FOR QUALIFICATIONS, DESIGN COMPETITION
DUE March 13, 2012, 3:00PM

Beyond Granite: A Design Competition for a Temporary Commemorative Installation at the Ariel Rios Hemicycle, Washington, DC

Introduction
The US General Services Administration (GSA), working with the National Capital Planning Commission (NCPC), announces a competition for a temporary commemorative installation at the Ariel Rios Hemicycle, on 12 th Street NW, Washington, DC, adjacent to the Ariel Rios Federal Building, which houses the headquarters of the US Environmental Protection Agency. The winning proposal will feature a site-specific, temporary work that commemorates the founding principles and legacy of Earth Day-an environmental subject not otherwise represented in the city’s commemorative landscape-and which does so in a way that expands the palette of form and material for commemorative works in Washington.

Project Background
Historically, commemorative installations and memorials in Washington have been designed for the ages. They tend to feature works of stone and granite, set within a solemn landscape that often encompasses multiple acres dedicated solely to a commemorative purpose. Construction costs are high; recent projects range between sixty to one hundred twenty million dollars in costs. The Commemorative Works Act established a process for evaluating the subject matter, location, and form of permanent commemorative works in the Washington region, and the process can be complex and lengthy. It begins with an act of Congress, and often takes 10 years until project realization.   In 2010, NCPC sponsored a forum entitled Beyond Granite: Global Approaches to Public Art and Placemaking .   The program featured public artists and arts administrators discussing temporary works such as the World Trade Center Tribute in Light and London’s Fourth Plinth program in Trafalgar Square. Panelists discussed how a program of temporary commemorative works could be used to enrich the cultural landscape in Washington, DC, by providing a means to recognize issues and events that might not otherwise fit within the confines of the Commemorative Works Act, while alleviating the pressure of demands for permanent memorial sites in the Monumental Core. Such a program would also create opportunities for artists to experiment with new and dynamic kinds of designs and materials.   The Beyond Granite competition has been conceived to pick up where this conversation left off. The goal of the competition is to encourage more public dialogue about alternative ways to commemorate, and also to experiment with temporary forms of commemoration that can contribute to more vital public spaces within the nation’s capital.

Site Description
The site is a grassy semi-circle along 12 th Street NW in the Federal Triangle area of Washington, DC. Immediately in front of the Ariel Rios Federal Building, it is known as the Ariel Rios Hemicycle. Although the site is adjacent to the Federal Triangle Metrorail Station and is a nexus for vehicular and pedestrian traffic moving between the National Mall and Pennsylvania Avenue and between the Old Post Office Pavilion and the Woodrow Wilson Plaza, the site itself is underutilized and undistinguished. Through the competition, NCPC and GSA seek to activate the site and make it a more memorable and attractive public space.  Concurrent with this competition, NCPC and GSA will be making permanent site enhancements such as new seating and improvements to the landscaping. Any other proposed modifications to the site must not permanently impact the façade of the historic Ariel Rios Federal Building, and also must not adversely affect the operations or structure of the Metrorail station located under the site.

Competition Theme
While the overall objective of this competition is to explore opportunities created through temporary forms of commemoration, a theme has been identified to provide a focus for competition submissions-that of Earth Day. Earth Day began, and continues as, a grass-roots effort to promote environmental awareness and broaden responsibility for our planet. It is now the largest civic observance in the world, with more than 1 billion people participating. Earth Day continues to inspire individuals, businesses, diverse organizations and communities. Since the first Earth Day in 1970, this annual awareness and educational event has broadened support for environmental actions and programs at the local, national and international levels. In fact, some of the early Earth Day celebrations are now remembered for launching modern environmental awareness. In the U.S., Earth Day inspired passage of many groundbreaking environmental laws and helped lead to the establishment of the Environmental Protection Agency, whose offices are housed immediately adjacent to the competition site.    NCPC and GSA seek proposals that embody defining precepts of the founding of Earth Day, its legacy, and environmentally sustainable practices. Works should inspire the audience to reflect upon the impact of Earth Day over the past 40 years, environmental achievements going forward, and the challenges that remain. Works also should be site specific, designed to respond to the Hemicycle’s urban form and context.

Scope of Work
The selected Artist/Designer (or, if a team, the designated Lead Artist/Designer) will be responsible for producing a final design for NCPC and GSA approval. Once approved, the selected Artist/Designer may be contracted to develop the design and fabricate and install the project, resulting in a public display at the hemicycle for a period of up to one year (estimated April 22, 2013 – April 22, 2014).   The Artist/Designer will be responsible for producing or subcontracting fabrication, transportation, site preparation, installation, maintenance, and/or de-installation, and other services, as needed. Services required of the contracted artist/designer or team may include, but will not be limited to, site visits, concept design documents, design development documents, working drawings, fabrication documents, specifications, cost estimates, presentations, site preparation services, fabrication services, installation, and post-fabrications services. Ongoing coordination with GSA and NCPC will be required.   The total possible time frame of the project from award of contract to de-installation is anticipated to last between 19 – 21 months (depending on contract award date and final installation date).

Budget
This project is SUBJECT TO AVAILABILITY OF FUNDS .   The total cost range of this temporary commemorative work is between $200,000 to $300,000.    The value includes all costs associated with, but not limited to: presentations, design fees, travel, insurance, project materials, fabrication, and transportation of work to the site, site preparation, installation, maintenance, de-installation, and documentation.

Selection Process
This is a request for Qualification (RFQ) of an Artist/Designer interested in contracting for this temporary commemorative installation.   The Artist/Designer will be designated as the Lead if a team is involved, and is the individual who will have primary responsibility to conceive the design concept and the temporary commemorative installation’s fabrication, installation and deinstallation.

There are two stages to the design competition to select a winning submission. This RFQ represents STAGE I of the competition. Evaluation of all submissions in STAGE I and STAGE II will be conducted by an Evaluation Board, which will make a recommendation to the GSA Selection Authority on the final selection. The Evaluation Board may include representatives from NCPC, GSA, Commission of Fine Arts and private sector professional peers in the fields of art, architecture, history of memorials, and urban planning.  Advisors will include individuals with new media, performance art, or other discipline experience as required.

The process for selection in two stages is as follows:

In STAGE I , Artists/Designers interested in contracting for this work will submit information about themselves, their teams and portfolios of accomplishment that establish their capabilities, as well as a preliminary vision statement for the commemorative installation based on information provided in this Request for Qualifications (RFQ). From this first round of submissions, an Evaluation Board will establish a short-list of approximately five Artists/Designers who are most qualified for the purposes of this competition.

In STAGE II , short-listed Artists/Designers will be notified and asked to develop conceptual proposals for the commemorative installation in response to a Request for Proposals (RFP).   The RFP will include detailed guidelines, evaluation criteria, and final information about submission requirements and the site.   Soon after the RFP is issued, short-listed Artists/Designers (and their teams) will be invited to a Q&A session and site visit, and then given time to develop their proposals.   At the site visit, site conditions will be relayed. The STAGE II proposal submission requirements will consist of a written statement describing the concept, schedule and budget, and a 45-minute in-person interview and presentation using boards as well as digital material/slides. More specific information about STAGE II proposal submission requirements will be given to short-listed Artists/Designers along with the RFP.   The purpose of the RFP design review is to further evaluate the Artist/Designer (and team) qualifications, and the design for the temporary commemorative installation.   After reviewing all submitted materials and interviewing candidates, the Evaluation Board will recommend a winning candidate for Lead Artist/Designer to the GSA Selection Authority for approval.   A stipend will be offered to the short-listed artists/designers to assist with the purposes above.   The stipend will be paid following submission of the Stage II design.  All submitted materials become the property of the U.S. Government and may or may not be the basis, whole or in part, for the development of the final commemorative installation and may be posted to the competition website.

Eligibility
All experienced, practicing artists and/or designers are encouraged to apply. Artists/designers may work as individuals or teams, and may work in a variety of media. Proposed projects may be individual projects, team projects, or projects consisting of multiple works and artists. If submitting as a team, a Lead Artist/Designer must be identified.  To be considered eligible, the Lead Artist/Designer must be an American citizen or be a permanent resident of the US, and submit all required materials in the formats, and  with the page/character limits, described in the “Submission Requirements” section below. Project team members from NCPC and GSA will screen all responses to the RFQ for eligibility.

Submission Requirements and Evaluation Criteria
Submission materials for STAGE I shall be submitted as follows : ONE HARD COPY and ONE CD of the materials listed below, following the formats and size limitations listed. Submissions shall be sent to : Mary E. Pineda, Contracting Officer, Office of Planning and Design Quality, GSA/NCR, 301 7th Street, S.W., Room 4004, Washington, DC, 20407 by no later than 3:00 P.M. on 13 March 2012 via an overnight carrier with a tracking/receipt system. Percentages of valuation are given in parenthesis after each factor:

(1) Cover Letter (5%): Submit a cover letter (8-1/2″ x 11″ format, one-page maximum, single-sided, titled: lastname_firstname_CoverLetter) referencing the FBO announcement and briefly identifying and describing the artist/designer or team, the proposed Lead Artist/Designer (if for a team), and noteworthy accomplishments. Include acknowledgement of the proposed Lead Artist/Designer’s U.S. citizenship/permanent residency.

(2) Portfolio (55%): Submit a portfolio representative of you/your team’s artistic and/or design ability and demonstration of your ability to complete an installation, consisting of the following:

a) Work Sample Images: Include examples of past work in the form of no more than five (5) digital images (count includes any images of details), in JPEG format ( 300 dpi at 10″square with files no bigger than 6MB) Image files should be titled in the following format: lastname_firstname_imagenumber (ex: Smith_Joe_01). Do not include label information in the JPEG image. One image per JPEG is preferred. However, if you need to convey a project’s complexity using multiple images, please make an effort to have no more than three views per JPEG compositeOnly five images may be submitted to represent an entire team.

b) Work Sample Narrative, to correspond with the images of examples of past work (8-1/2″ x 11″ format, titled lastname_firstname_WorkSampleNarrative). The Work Sample Narrative should include: image number, title of project, location of installation, client, dimensions, materials, construction techniques, contractors (where relevant), and total budget for the project.

c) Three (3) Letters of Recommendation (if a team, submit 3 for team or at least 2 of the 3 for proposed Lead Artist/Designer). Files should be titled: lastname_firstname_RecLetter.

In evaluating the above-listed portfolio materials, the Evaluation Board will consider artistic excellence and achievement as evidenced by the materials submitted, as well as the relevance of the artist/designer’s previous professional experience to this project and the artist/designer’s experience with projects of similar scale and scope, including demonstrated ability to successfully collaborate with public agencies.

(3) Profile (10%): Submit a Resume/Biographical sketch that outlines the Lead Artist/Designer’s education, professional experience, and professional accomplishments inclusive of examples and specific successful achievements in public projects (8-1/2″ x 11″ format, maximum three pages, single-sided).   Resumes for team members should be no longer than three pages. In evaluating the Lead Artist/Designer profile, the Evaluation Board will consider overall experience and achievement, as well as relevance of the Artist/Designer’s previous professional experience to this project and the Artist/Designer’s experience with projects of similar scale and scope, including demonstrated ability to successfully collaborate with public agencies.

(4) Vision Statement (30%): Submit a statement (8-1/2″ x 11″ format, 5000 characters, including spaces, maximum) in the proposed Lead Artist/Designer’s own words, that shares your vision, and the conceptual approach you would take to this project. The statement should present a sense of the quality of your thinking and level of expertise.   In evaluating this statement, the Board will look for evidence of the Artist/Designer’s understanding of competition theme and goals and ability to convey concepts clearly; an approach that addresses commemoration through nontraditional forms and materials; an approach that has the potential to engage and resonate with the public; an approach that is responsive to the surrounding environment and has the potential to integrate well with the urban environment. Please note that specific project proposals are not requested at this time and will not be reviewed by the committee.

Schedule
Mar 13, 2012                             Deadline for RFQ submission
Mar/Apr, 2012                           Short List of competitors notified
Apr, ’12                                        RFP issued to finalists
Apr/June, ’12                             Site Visit, Proposals developed
June, ’12                                     Deadline for submissions in response to RFP
June/July, ’12                              Finalists present proposals
Aug ’12                                        Winning proposal announced
A ug/Dec ’12                               Award Contract (SUBJECT TO AVAILABILITY OF FUNDS)
Spring/Summer ’13               Installation
Spring/Summer ’13 – ’14     Public Display

Submission Deadline
Materials must be submitted to the Contracting Officer, Mary Pineda, by 3:00pm local time, March 13, 2012 via an overnight carrier with a tracking/receipt system.

Notification
GSA will acknowledge receipt of submissions. GSA will send invitations for interviews/proposal stage or notification of non-selection by April 16, 2012.

Questions
All questions are due by no later than 3:00 PM on 22 February 2012 and must be addressed in writing to the GSA Contracting Officer via email mary.pineda@gsa.gov with cc: jilayne.willhoite@gsa.gov .   Do not contact the NCPC with inquiries concerning this solicitation.

All questions about the competition process, guidelines, or other content contained on the competition website located at:   http://www.ncpc.gov/beyondgranite must also be submitted by no later than February 22, 2012.

Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/GSA/PBS/WPC/NCPCTempArtCompetition/listing.html
OutreachSystems Article Number: 120919/PROCURE/1010
Matching Key Words: naics!711510; 


General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002 Washington DC 20407

99 — REQUEST FOR QUALIFICATIONS – DESIGN COMPETITION NCPCTempArtCompetition Mary Pineda, Contracting Officer, Phone 202-205-8468, Fax 202.780-4982, Email mary.pineda@gsa.gov – Jilayne Willhoite, Contract Specialist, Phone 202-260-4445, Fax 202.780-4982, Email jilayne.willhoite@gsa.gov

NOTICE:

Thank you for your interest in the Beyond Granite design competition. However, due to unforeseen circumstances, the competition has been put on a hold and the selection of finalists have been postponed.  NO DATE has been determined at when this hold will be lifted.  Information will be posted as it comes available.

Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/GSA/PBS/WPC/NCPCTempArtCompetition/listing.html
OutreachSystems Article Number: 120919/PROCURE/1011
Matching Key Words: naics!711510; 


General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002 Washington DC 20407

99 — REQUEST FOR QUALIFICATIONS – DESIGN COMPETITION NCPCTempArtCompetition Mary Pineda, Contracting Officer, Phone 202-205-8468, Fax 202.780-4982, Email mary.pineda@gsa.gov – Jilayne Willhoite, Contract Specialist, Phone 202-260-4445, Fax 202.780-4982, Email jilayne.willhoite@gsa.gov The following are the artists/designers shortlisted on the Beyond Granite: A Design Competition for a Temporary Commemorative Installation at the Ariel Rios Hemicycle, Washington, DC

1.  Monica Ponce de Leon
2.  Ball – Nogues Studio
3.  Donald Lipski
4.  Sheryl Oring
5.  Kristin Jones & Andrew Ginzel
6.   My Studio – Howeler + Yoon Architecture LLP

Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/GSA/PBS/WPC/NCPCTempArtCompetition/listing.html
OutreachSystems Article Number: 120919/PROCURE/1012
Matching Key Words: naics!711510; 

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

69–Team Building Kits A W9124D12T0183 091812 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox Mission Installation Contracting Command – Ft. Knox, intends to issue a request for quotations (RFQ) for 300 team building kits. Kits shall contain no less than four exercises similar to trust-walk, blind-walk, TP shuffle, wild out-n-back, Mohawk walk, or jelly roll. This solicitation will be solicited as 100% small business set aside, all responsible and responsive small businesses may submit an offer for consideration. A firm fixed price purchase order will be awarded. NAICS 611430 (Size Standard: $7.0 million) applies to this procurement. The RFQ will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about September 18 with offers due on or about September 21, 2012. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFQ and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. Anticipated award date will be on or about September 25, 2012. All contractors must be registered in the System for Award Management (SAM at http://www.sam.gov) to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All offers must be submitted in writing to Elizabeth Phelps via email at elizabeth.a.phelps2@us.army.mil. All questions must be submitted, no later than September 18, 2012 at 2:00 PM EST, in writing to Elizabeth Phelps via email at elizabeth.a.phelps2@us.army.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/59d544abc944f298b2104611c3ec4436
OutreachSystems Article Number: 120918/PROCURE/0583
Matching Key Words: state!ky; 


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

69–Team Building Kits B W9124D12T0184 091812 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox Mission Installation Contracting Command – Ft. Knox, intends to issue a request for quotations (RFQ) for 300 team building kits. Kits shall contain no less than four exercises similar to portable trolley walk, toxic lake scenario, bullring or any variation. This solicitation will be solicited as 100% small business set aside, all responsible and responsive small businesses may submit an offer for consideration. A firm fixed price purchase order will be awarded. NAICS 611430 (Size Standard: $7.0 million) applies to this procurement. The RFQ will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about September 18 with offers due on or about September 21, 2012. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFQ and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. Anticipated award date will be on or about September 25, 2012. All contractors must be registered in the System for Award Management (SAM at http://www.sam.gov) to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All offers must be submitted in writing to Elizabeth Phelps via email at elizabeth.a.phelps2@us.army.mil. All questions must be submitted, no later than September 18, 2012 at 2:00 PM EST, in writing to Elizabeth Phelps via email at elizabeth.a.phelps2@us.army.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/f2665abfe30d41be989ad9fbb58e3679
OutreachSystems Article Number: 120918/PROCURE/0584
Matching Key Words: state!ky; 


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

69–Team Building Kit C W9124D12T0185 091812 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox Mission Installation Contracting Command – Ft. Knox, intends to issue a request for quotations (RFQ) for 300 team building kits. Kits shall contain no less than two exercises similar to a spider web, balloon volley ball, blanket volleyball, or hole in space. This solicitation will be solicited as 100% small business set aside, all responsible and responsive small businesses may submit an offer for consideration. A firm fixed price purchase order will be awarded. NAICS 611430 (Size Standard: $7.0 million) applies to this procurement. The RFQ will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about September 18 with offers due on or about September 21, 2012. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFQ and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. Anticipated award date will be on or about September 25, 2012. All contractors must be registered in the System for Award Management (SAM at http://www.sam.gov) to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All offers must be submitted in writing to Elizabeth Phelps via email at elizabeth.a.phelps2@us.army.mil. All questions must be submitted, no later than September 18, 2012 at 2:00 PM EST, in writing to Elizabeth Phelps via email at elizabeth.a.phelps2@us.army.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/21874bce454fba14189f85223b73490b
OutreachSystems Article Number: 120918/PROCURE/0585
Matching Key Words: state!ky; 


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

69–Team Building Kit D W9124D12T0186 091812 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox Mission Installation Contracting Command – Ft. Knox, intends to issue a request for quotations (RFQ) for 300 team building kits. Kits shall contain a large puzzle with no less than three pre-designed patterns. This solicitation will be solicited as 100% small business set aside, all responsible and responsive small businesses may submit an offer for consideration. A firm fixed price purchase order will be awarded. NAICS 611430 (Size Standard: $7.0 million) applies to this procurement. The RFQ will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about September 18 with offers due on or about September 21, 2012. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFQ and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. Anticipated award date will be on or about September 25, 2012. All contractors must be registered in the System for Award Management (SAM at http://www.sam.gov) to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All offers must be submitted in writing to Elizabeth Phelps via email at elizabeth.a.phelps2@us.army.mil. All questions must be submitted, no later than September 18, 2012 at 2:00 PM EST, in writing to Elizabeth Phelps via email at elizabeth.a.phelps2@us.army.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/a2fe6f7d7a10a634f715a1781919c92e
OutreachSystems Article Number: 120918/PROCURE/0586
Matching Key Words: state!ky; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Jackson, MICC – Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491

69--Training Videos W9124C12T0011 071612 Kimberly Marsh, 8037511420 MICC – Fort Jackson This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This RFQ will be total small business set aside for Training Videos. The associated NAICS code is 512110, Motion Picture and Video Production, and size standard is 29.5M.

See attached RFQ.

Quote MUST be good for 90 calendar days after submission.

QUESTIONS: Interested offerors must submit any questions concerning this RFQ via email to kimberly.c.marsh.civ@mail.mil no later than 3:00PM EST, Thursday, June 28, 2012.

Set-Aside: Total Small Business Place of Performance: MICC – Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC 29207-5491 US URL:https://www.fbo.gov/notices/2f82a1de88b20065587fa228bbf519fd
OutreachSystems Article Number: 120918/PROCURE/0587
Matching Key Words: video*; produc*; train*; business*; production?; commercial?; naics!512110; 


Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

99 — Beverage Contract RFPP0417120004 110112 Teresa A Cooper, Contract Specialist, Phone 972-352-4516, Fax 972-352-4545, Email t1cooper@bop.gov – Roderic D. Wise, Contract Specialist, Phone 972-352-4542, Fax 972-352-4545, Email rwise@bop.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and is subject to the rules of FAR Part 12 and 15. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This notice constitutes solicitation RFPP0417120004 and is being issued as a Request for Proposal. This notice and any incorporated provisions include those in effect through Federal Acquisition Circular 2005-60. Offers are being solicited from all interested parties. The applicable NAICS code for this acquisition is 312111 and size standard of 500 employees this will be solicited from all responsible businesses.
The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish a firm-fixed price indefinite-delivery, multiple or single award, requirements type contract for the provision of a Beverage Contract to be rendered for the inmate population incarcerated at the Federal Correctional Institution (FCI) Milan, Michigan. A description of the services required is attached to this posting as an attachment.

CONTRACT CLAUSES:
52.252-2 — Clauses Incorporated by Reference (Feb 1998).
A resultant contract will incorporate 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 FAR clause may be accessed electronically at this address: http://www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.
52.212-4 Contract Terms and Conditions–Commercial Items (FEB2012) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010)
52.204-4 Printed or copied double-sided on recycled paper (MAY 2011)
52.204-7 Central Contractor Registration (AUG 2012)
52.223-5 Pollution Prevention and Right to Know Information (MAY 2011)
52.228-5 Insurance – Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury.
52.232-18 Availability of Funds (APR 1984)
52.253-1 Computer Generated Forms(JAN 1991)
The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:
52.216-18 Ordering (OCT 1995) – (a) from the first day of the effective performance period through the last day of the effective performance period
52.216-19 Order Limitations (OCT 1995) – (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days
52.216-21 Requirements (OCT 1995) – (f) after the last day of the effective performance period
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 prior to the expiration of the current performance period; 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 five years.

52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) – beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised
2852.201-70 Contracting Officer’s Technical Representative (COTR). (JAN 1985)
(a) Robert Amirr, Food Service Administrator, Federal Correctional Institution (FCI) Milan, Michigan, is hereby designated to act as Contracting Officer’s Technical Representative (COTR) under this contract.
(a)The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment.
(c) The COTR does not have the authority to alter the contractor’s obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes.
.
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
Compliance with Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201) 1 entitled “Personal Identification Verification (PIV) for Federal Employees and Contractors,” Phase I.
1. Long-Term Contractor Personnel:
In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term 2 contractor employee whose background investigation (BI) process begins on or after October 27, 2005:
a. Contractor Personnel must present two forms of identification in original form prior to badge issuance (acceptable documents are listed in Form I-9, OMB No. 1615-0047, “Employment Eligibility Verification,” and at least one document must be a valid State or Federal government-issued picture ID);
b. Contractor Personnel must appear in person at least once before a DOJ official who is responsible for checking the identification documents. This identity proofing must be completed sometime during the clearance process but prior to badge issuance and must be documented by the DOJ official;
c. Contractor Personnel must undergo a BI commensurate with the designated risk level associated with the duties of each position. Outlined below are the minimum BI requirements for each risk level:
High Risk – Background Investigation (5 year scope)
Moderate Risk – Limited Background Investigation (LBI) or Minimum Background Investigation (MBI)
Low Risk – National Agency Check with Inquiries (NACI) investigation
d. The pre-appointment BI waiver requirements for all position sensitivity levels are a:
1) Favorable review of the security questionnaire form;
2) Favorable fingerprint results;
3) Favorable credit report, if required;3
4) Waiver request memorandum, including both the Office of Personnel Management schedule date and position sensitivity/risk level; and
5) Favorable review of the National Agency Check (NAC) 4 portion of the applicable BI that is determined by position sensitivity/risk level.
A badge may be issued following approval of the above waiver requirements.
If the NAC is not received within five days of OPM’s scheduling date, the badge can be issued based on a favorable review of the Security Questionnaire and the Federal Bureau of Investigation Criminal History Check (i.e., fingerprint check results).
e. Badge re-validation will occur once the investigation is completed and favorably adjudicated. If the BI results so justify, badges issued under these procedures will be suspended or revoked.
2. Short-Term Contractor Personnel:
It is the policy of the DOJ that short-term contractors having access to DOJ information systems and/or DOJ facilities or space for six months or fewer are subject to the identity proofing requirements listed in items 1a. and 1b. above. The pre-appointment waiver requirements for short-term contractors are:
a. Favorable review of the security questionnaire form;
b. Favorable fingerprint results;
c. Favorable credit report, if required;5 and
d. Waiver request memorandum indicating both the position sensitivity/risk level and the duration of the appointment. The commensurate BI does not need to be initiated.
A badge may be issued following approval of the above waiver requirements and the badge will expire six months from the date of issuance. This process can only be used once for a short-term contractor in a twelve month period. This will ensure that any consecutive short-term appointments are subject to the full PIV-I identity proofing process.
For example, if a contractor employee requires daily access for a three or four-week period, this contractor would be cleared according to the above short-term requirements. However, if a second request is submitted for the same contractor employee within a twelve-month period for the purpose of extending the initial contract or for employment under a totally different contract for another three or four-week period, this contractor would now be considered “long-term” and must be cleared according to the long-term requirements as stated in this interim policy.
3. Intermittent Contractors:
An exception to the above-mentioned short-term requirements would be intermittent contractors.
a. For purposes of this policy, “intermittent” is defined as those contractor employees needing access to DOJ information systems and/or DOJ facilities or space for a maximum of one day per week, regardless of the duration of the required intermittent access. For example, the water delivery contractor that delivers water one time each week and is working on a one-year contract.
b. Contractors requiring intermittent access should follow the Department’s escort policy. Please reference the August 11, 2004, and January 29, 2001, Department Security Officer policy memoranda that conveys the requirements for contractor facility escorted access.
c. Due to extenuating circumstances, if a component requests unescorted access or DOJ IT system access for an intermittent contractor, the same pre-employment background investigation waiver requirements that apply to short-term contractors are required.
d. If an intermittent contractor is approved for unescorted access, the contractor will only be issued a daily badge. The daily badge will be issued upon entrance into a DOJ facility or space and must be returned upon exiting the same facility or space.
e. If an intermittent contractor is approved for unescorted access, the approval will not exceed one year. If the intermittent contractor requires unescorted access beyond one year, the contractor will need to be re-approved each year.
4. An individual transferring from another department or agency shall not be re-adjudicated provided the individual has a current (within the last five years), favorably adjudicated BI meeting HSPD-12 and DOJ’s BI requirements.
5. The DOJ’s current escorted contractor policy remains unchanged by this acquisition notice.
Notes:
1. FIPS 201 is available at: http://www.csrc.nist.gov/publications/fips/fips201/FIPS-201-022505.pdf
2. Under HSPD-12, long-term contractors are contractors having access to DOJ information systems and/or DOJ facilities or space for six months or longer. The PIV-I identity proofing process, including initiation and adjudication of the required background investigation, is required for all new long-term contractors regardless of whether it is the current practice to issue a badge. The second phase of HSPD-12 implementation (PIV-II) requires badge issuance to all affected long-term contractors.
3. For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package.
4. In order to avoid a delay in the hiring process, components should request an Advance NAC Report when initiating investigations to OPM. Per OPM ‘ s instructions, to obtain an Advance NAC Report, a Code ” 3″ must be placed in block ” B ” of the ” Agency Use Only ” section of the investigative form. This report is available for all case types.
5.For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package.
52.27-103-72 DOJ Contractor Residency Requirement – BOP (JUN 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have:
1. Legally resided in the United States (U.S.);
2. worked for the U.S. overseas in a Federal or military capacity; or
3. been a dependent of a Federal or military employee serving overseas.
If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm
By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction
52.242-1502 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
The services, although not directly supervised, shall be reviewed by Federal Bureau of Prisons (BOP) staff to ensure contract compliance. The contractor’s performance will be evaluated in accordance with FAR 42.15. Contract monitoring reports will be prepared by the Contacting Officer’s Technical Representative (COTR) or Contract Monitor (CM) and maintained in the contract file.
In accordance with FAR 42.1502 and 42.1503, agencies shall prepare an evaluation of contractor performance and submit it to the Past Performance Information Retrieval System (PPIRS). The BOP utilizes the Department of Defense (DOD) web-based Contractor Performance Assessment Reporting System (CPARS) to provide contractor performance evaluations. The contractor shall provide and maintain a current e-mail address throughout the life of the contract. The contractor will receive an e-mail from the Focal Point thru the following website address webptsmh@navy.milwhen the contract is registered in CPARS. The e-mail will contain a “user ID” and temporary password to register in the CPARS system. The contractor must be registered to access and review its evaluation and/or provide a response. If assistance is required when registering, please contact the Contracting Staff/Focal Point. (End of Clause)
JAR 2823.303-70 Unsafe Conditions Due to Presence of Hazardous Material (JUNE 1996)
(a) “Unsafe condition” as used in this clause means the actual or potential exposure of contractor or Government employees to a hazardous material as defined in Federal Standard No. 313, and any revisions thereto during the term of this contract, or any other material or working condition designated by the Contracting Officer’s Technical Representative (COTR) as potentially hazardous and requiring safety controls.
(b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require contractors to apprise its employees of all hazards to which they may be exposed in the course of their employment; proper conditions and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure.
(c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the presence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas in which they will be working.
(d) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, discovers the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee, (with written notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the contractor’s recommendations for the protection and the safety of Government, contractor and subcontractor personnel and property that may be exposed to the unsafe condition.
(e) When the Government receives notice of an unsafe condition from the contractor, the parties will agree on a course of action to mitigate the effects of that condition and, if necessary, the contract will be amended. Failure to agree on a course of action will constitute a dispute under the Disputes clause of this contract.
(f) Nothing contained in this clause shall relieve the contractor or subcontractors from complying with applicable Federal, State, and local laws, codes, ordinances and regulations (including the obtaining of licenses and permits) in connection with hazardous material including but not limited to the use, disturbance, or disposal of such material.
(End of Clause)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (AUG 2012)(b) 1,4,6,10,12,14,20-29,,33,37,42
OTHER CONTRACT TERMS AND CONDITIONS:
Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that a contract award resulting from this solicitation will be made in November 2012.
Performance Period: The periods of performance of the resulting contract shall be Base Year – Effective Date of Award (EDOA) thru 12 months; Option Year 1 – 13 months from EDOA thru 24 months; Option Year 2 – 25 months from EDOA thru 36 months; Option Year 3 – 37 months from EDOA thru 48 months; Option Year 4 – 49 months from EDOA thru 60 months.
The Contractor shall commence performance of services by submitting information to initiate security clearance procedures within 5 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is FCI Milan, Michigan.
Ordering Official: Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for commercial purchase card purchases. Orders may be issued orally, faxed or electronically.
Security and Investigative Requirements: The employees of the Contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the Contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution.
The program manager at FCI Milan is responsible for conducting the appropriate law enforcement check on all Contractor staff that may need access inside the prison facility. The following investigative procedure will be performed:
1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage)
By submitting an offer for service, the Contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the Contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the Contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.
Faith-Based and Community-Based Organizations: Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.
SOLICITATION PROVISIONS:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEPT 2007)
52.217-5 Evaluation of Options (JUL 1990)
52.237-1 Site Visit (APR 1984)
52.212-1 Instructions to Offerors – Commercial Items (FEB 2012) The additional provisions listed below are incorporated into this solicitation via addendum to this provision.
52.216-1 Type of Contract (APR 1984) Indefinite Delivery/Requirements type contract with Firm-Fixed Pricing.
52.233-2 Service of Protest (SEPT2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534
Protests Filed Directly with the Department of Justice (JAR 2852.233-70) a) The following definitions apply in this provision:
(1) “Agency Protest Official” means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Department of Justice.
(2) “Deciding Official” means the person chosen by the protestor to decide the agency protest; it may be either the Contracting Officer or the Agency Protest Official.
(3) “Interested Party” means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract.
(b) A protest filed directly with the Department of Justice must:
(1) Indicate that it is a protest to the agency.
(2) Be filed with the Contracting Officer.
(3) State whether the protestor chooses to have the Contracting Officer or the Agency Protest Official decide the protest. If the protestor is silent on this matter, the Contracting Officer will decide the protest.
(4) Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official.
(5) Include the information required by FAR 33.103(d)(2):
(i) Name, address, facsimile number and telephone number of the protestor.
(ii) Solicitation or contract number.
(iii) Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor.
(iv) Copies of relevant documents.
(v) Request for a ruling by the agency.
(vi) Statement as to the form of relief requested.
(vii) All information establishing that the protestor is an interested party for the purpose of filing a protest.
(viii) All information establishing the timeliness of the protest.
(c) An interested party filing a protest with the Department of Justice has the choice of requesting either that the Contracting Officer or the Agency Protest Official decide the protest.
(d) The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer’s decision on an agency protest.
(e) The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for agency officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on availability of the necessary parties.
(f) Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official.
(g) The protestor has only one opportunity to support or explain the substance of its protest. Department of Justice procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable.
(h) An interested party may represent itself or be represented by legal counsel. The Department of Justice will not reimburse the protester for any legal fees related to the agency protest.
(i) The Department of Justice will stay award or suspend contract performance in accordance with FAR 33.103(f). The stay or suspension, unless over-ridden, remains in effect until the protest is decided, dismissed, or withdrawn.
(j) The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written.
(k) The Department of Justice may dismiss or stay proceeding on an agency protest if a protest on the same or similar basis is filed with a protest forum outside the Department of Justice.
52.212-3 Offeror Representations and Certifications – Commercial Items (APR 2012)
Faith-Based and Community- Based Organizations (AUG 2005) – can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.
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:
Price
Technical
Past Performance
Technical and past performance, when combined, are approximately equal to cost or 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)
When evaluating past performance, including evaluating offerors with no relevant performance history, offerors will be given an opportunity to identify past or current contracts for efforts similar to the Government’s requirement.
In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.
Central Contractor Registration – Offerors are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award.
FOIA- Offerors are further advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.
RFP Attachments:
001 – Statement of Work/Pricing Schedule
002 – Business Management Questionnaire
SUBMISSION OF OFFERS:
Offers must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than November 1, 2012.
Written offers will be accepted by mail, hand-carried delivery, fax to 972-352-4545, should be clearly marked with the RFP number and include all required information.
Mailed or Hand-carried offers must be delivered to the attention of Teresa Cooper, Contracting Officer at the address shown. The official point of receipt for hand-carried offers will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying offers to accommodate access to secured base.
Emailed offers must be sent in .pdf format only to t1cooper@bop.gov. Include the following in your subject line: Offer submitted in response to RFPP04171200004. Offers must include all required information.
REQUIRED SUBMITTALS:
On letterhead or business stationary, the following required information must be submitted. Failure to provide required information may result in your offer not being considered.
(1) Contractors DUNS Number
(2) Pricing must be offered for each contract period: Base Year, Option 1, Option 2, Option 3, and Option 4 (Schedule of Items is included within Attachment 001 Statement of Work).
(3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. Please ensure that a business size is listed for this requirement’s applicable NAICS code – [enter applicable NAICS code].
(4) Documentary evidence of compliance with qualifications.
(5) A written description of contractor’s plan to fulfill the contract requirements throughout the life of the contract.
(6) Point of Contact information for professional references. The Contractor should provide a list of the last three contracts awarded to your organization which are of a related nature, size, and scope. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete).
(7) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. If your references will require a Release of Information statement – provide it with your offer submittal (Attachment 003 Business Management Questionnaire).

Set-Aside: Total Small Business Place of Performance: 4004 EAST ARKONA ROAD milan, MI 48160 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFPP0417120004/listing.html
OutreachSystems Article Number: 120918/PROCURE/0720
Matching Key Words: documentar*; 

FedBizOpps – Awards

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

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Daniel Stafford, Phone 8178508278, Email daniel.stafford@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0370Y $125000 042312 541-4B_541-1000 Diversified Communications Inc., 2000 M Street NW, Ste 340, Washington, DC 20036 US Contractor POC: Michael Grams

URL: https://www.fbo.gov/notices/2bdcd710a0e7fdd42b92cd9f11f78140
OutreachSystems Article Number: 120920/AWARDS/0923
Matching Key Words: naics!512110; 


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

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Daniel Stafford, Phone 8178508278, Email daniel.stafford@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0472Y $125,000 071012 541-4B_541-1000 Old Post Films, Inc., 21914 Gold Stone Road, Topanga, CA 90290 US
URL: https://www.fbo.gov/notices/f6dd4c9c983b7e4fa9df3449d91299ad
OutreachSystems Article Number: 120920/AWARDS/0924
Matching Key Words: naics!512110; 


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

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B W. Drue Norman, Contract Specialist, Phone 817-850-8387, Fax 817-574-2342, Email drue.norman@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0512Y_GS-07F-0513Y $125,000 080912 541-3_541-4F_541-4B Trivision, Inc. , 3856 Dulles South Ct, Suite M , Chantilly, VA 20151-1035 US Kamran Lutfi 703-956-6925
URL: https://www.fbo.gov/notices/18f944dfbb6ca9959d15ed30871f0ab4
OutreachSystems Article Number: 120920/AWARDS/0927
Matching Key Words: naics!512110; 


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

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Daniel Stafford, Contract Specialist, Phone 8178508278, Email daniel.stafford@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0533Y_GS-07F-0534Y $125,000 081712 541-3_541-4B_541-4F_541-1000 Videofiles, Inc., 1011 Arlington Blvd, Ste T-4, Arlington, VA 22209-3925 US
URL: https://www.fbo.gov/notices/902e2856d383f9fac417d813a7da68e8
OutreachSystems Article Number: 120920/AWARDS/0928
Matching Key Words: naics!512110; 


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

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Lorena Aslan, Contracting Officer , Phone 817-850-8407, Fax 817-574-2342, Email lorena.aslan@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0545Y $500000 082312 541-4B_541_1000 CARTER PICTURES, LLC, 1202 N VENICE TUCSON, AZ 857124630, Tucson, AZ 85712 US
URL: https://www.fbo.gov/notices/4f4aab892f5c616204a71899d841a727
OutreachSystems Article Number: 120920/AWARDS/0932
Matching Key Words: naics!512110; 


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

T–Manatee Manners Video Award Notice F12PS00999 Promise, Jamese 404-679-4055, jamese_promise@fws.gov ; Promise, Jamese 404-679-4055, jamese_promise@fws.gov Promise, Jamese F12PX03434 $29959 091912 VIDEO ONE PRODUCTIONS, INC.1820 W WEBSTER AVE STE 201CHICAGOIL60614-2927US No Description Provided
URL: https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00999/listing.html
OutreachSystems Article Number: 120920/AWARDS/0974
Matching Key Words: video*; produc*; production?; naics!512110; 

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

R — Field Review of Appraisers DU204SB12Q0012-Kentucky-1 Charles William Hoyle Jr, Contracting Officer , Phone 6787322761, Fax 4047303426, Email charles.w.hoylejr@hud.gov – George B Chabot, Contracting Officer, Phone 678-732-2608, Fax 404-730-3426, Email George.B.Chabot@hud.gov DU204SB12P0024 $21,900.00 091712 American Appraisers , 10507 Watterson TRL FL 2, louisville , KY 40299 US
URL: https://www.fbo.gov/spg/HUD/NFS/NFSA/Awards/DU204SB12P0024.html
OutreachSystems Article Number: 120919/AWARDS/1080
Matching Key Words: state!ky; 

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

R — NB730040-12-03372 Smart Grid Technical Writer NB730040-12-03372 Willie W. Lu, Phone 3019758259, Email willie.lu@nist.gov – Chon S. Son, Contracting Officer, Phone 301-975-8567, Email chon.son@nist.gov SB1341-12-SE-0808 $146,000.00 091712 CLIN 0001, 0002 Wedin Communications, 1400 Sycamore Lane N, Plymouth, MN 55441 US
URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB730040-12-03372/listing.html
OutreachSystems Article Number: 120918/AWARDS/1012
Matching Key Words: naics!711510; writ*; technical; 


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

R — RECOVERY–R–PROJECT NUMBER 116941, Kentucky Lock&Dam, TN R, KY W912P5-10-D-0010-0014 Isaac J. Taylor, 615-736-5679 USACE District, Nashville W912P5-10-D-0010-0014 $87,000.00 091512 0001 AVPOL INTERNATIONAL LLC (099974946)
1320 PEABODY AVE
MEMPHIS, TN 38104-3500 RECOVERY – PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY WAS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): AVPOL INTERNATIONAL, LLC

Temporary Support Services for one Quality Assurance Representative III at the Kentucky Lock Addition Construction Project, Marshall and Livingston Counties, KY, for the Nashville District U.S. Army Corps of Engineers
URL: https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-10-D-0010-0014/listing.html
OutreachSystems Article Number: 120918/AWARDS/1019
Matching Key Words: state!ky; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Jackson, MICC – Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491

69-Training Videos W9124C12T0011 Kimberly Marsh, 8037511420 MICC – Fort Jackson W9124C-12-P-0046 $109,930.00 091212 0001 H.A.P. DIGITAL, INC. (143304520)
363 W ARLINGTON ST
SATELLITE BEACH, FL 32937-5212 Award Notification
URL: https://www.fbo.gov/notices/782a4f79161db415177f182e7fd67b36
OutreachSystems Article Number: 120918/AWARDS/1246
Matching Key Words: video*; train*; naics!512110; 

FedBizOpps – Special Notes

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

99–Small Business Event – CoAlliance Small Business Summitt W912QREVENT10 Jacque Gee, 502-315-6111 USACE District, Louisville Small Business Event – CoAlliance Small Business Summitt being held on Tuesday, October 23, 2012 at The Olmsted, 3701 Frankfort Avenue, Louisville, KY 40207. Register online at http://www.coalliance.net. For additional details, phone 502-367-3883 or email: info@coalliance.net.
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QREVENT10/listing.html
OutreachSystems Article Number: 120920/SPECIAL/1598
Matching Key Words: state!ky; 

General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002 Washington DC 20407

99 — REQUEST FOR QUALIFICATIONS – DESIGN COMPETITION NCPCTempArtCompetition 030112 Mary Pineda, Contracting Officer, Phone 202-205-8468, Fax 202.780-4982, Email mary.pineda@gsa.gov – Jilayne Willhoite, Contract Specialist, Phone 202-260-4445, Fax 202.780-4982, Email jilayne.willhoite@gsa.gov REQUEST FOR QUALIFICATIONS, DESIGN COMPETITION
DUE March 1, 2012, 3:00PM

Beyond Granite: A Design Competition for a Temporary Commemorative Installation at the Ariel Rios Hemicycle, Washington, DC

Introduction
The US General Services Administration (GSA), working with the National Capital Planning Commission (NCPC), announces a competition for a temporary commemorative installation at the Ariel Rios Hemicycle, on 12 th Street NW, Washington, DC, adjacent to the Ariel Rios Federal Building, which houses the headquarters of the US Environmental Protection Agency. The winning proposal will feature a site-specific, temporary work that commemorates the founding principles and legacy of Earth Day-an environmental subject not otherwise represented in the city’s commemorative landscape-and which does so in a way that expands the palette of form and material for commemorative works in Washington.

Project Background
Historically, commemorative installations and memorials in Washington have been designed for the ages. They tend to feature works of stone and granite, set within a solemn landscape that often encompasses multiple acres dedicated solely to a commemorative purpose. Construction costs are high; recent projects range between sixty to one hundred twenty million dollars in costs. The Commemorative Works Act established a process for evaluating the subject matter, location, and form of permanent commemorative works in the Washington region, and the process can be complex and lengthy. It begins with an act of Congress, and often takes 10 years until project realization.   In 2010, NCPC sponsored a forum entitled Beyond Granite: Global Approaches to Public Art and Placemaking .   The program featured public artists and arts administrators discussing temporary works such as the World Trade Center Tribute in Light and London’s Fourth Plinth program in Trafalgar Square. Panelists discussed how a program of temporary commemorative works could be used to enrich the cultural landscape in Washington, DC, by providing a means to recognize issues and events that might not otherwise fit within the confines of the Commemorative Works Act, while alleviating the pressure of demands for permanent memorial sites in the Monumental Core. Such a program would also create opportunities for artists to experiment with new and dynamic kinds of designs and materials.   The Beyond Granite competition has been conceived to pick up where this conversation left off. The goal of the competition is to encourage more public dialogue about alternative ways to commemorate, and also to experiment with temporary forms of commemoration that can contribute to more vital public spaces within the nation’s capital.

Site Description
The site is a grassy semi-circle along 12 th Street NW in the Federal Triangle area of Washington, DC. Immediately in front of the Ariel Rios Federal Building, it is known as the Ariel Rios Hemicycle. Although the site is adjacent to the Federal Triangle Metrorail Station and is a nexus for vehicular and pedestrian traffic moving between the National Mall and Pennsylvania Avenue and between the Old Post Office Pavilion and the Woodrow Wilson Plaza, the site itself is underutilized and undistinguished. Through the competition, NCPC and GSA seek to activate the site and make it a more memorable and attractive public space.  Concurrent with this competition, NCPC and GSA will be making permanent site enhancements such as new seating and improvements to the landscaping. Any other proposed modifications to the site must not permanently impact the façade of the historic Ariel Rios Federal Building, and also must not adversely affect the operations or structure of the Metrorail station located under the site.

Competition Theme
While the overall objective of this competition is to explore opportunities created through temporary forms of commemoration, a theme has been identified to provide a focus for competition submissions-that of Earth Day. Earth Day began, and continues as, a grass-roots effort to promote environmental awareness and broaden responsibility for our planet. It is now the largest civic observance in the world, with more than 1 billion people participating. Earth Day continues to inspire individuals, businesses, diverse organizations and communities. Since the first Earth Day in 1970, this annual awareness and educational event has broadened support for environmental actions and programs at the local, national and international levels. In fact, some of the early Earth Day celebrations are now remembered for launching modern environmental awareness. In the U.S., Earth Day inspired passage of many groundbreaking environmental laws and helped lead to the establishment of the Environmental Protection Agency, whose offices are housed immediately adjacent to the competition site.    NCPC and GSA seek proposals that embody defining precepts of the founding of Earth Day, its legacy, and environmentally sustainable practices. Works should inspire the audience to reflect upon the impact of Earth Day over the past 40 years, environmental achievements going forward, and the challenges that remain. Works also should be site specific, designed to respond to the Hemicycle’s urban form and context.

Scope of Work
The selected Artist/Designer (or, if a team, the designated Lead Artist/Designer) will be responsible for producing a final design for NCPC and GSA approval. Once approved, the selected Artist/Designer may be contracted to develop the design and fabricate and install the project, resulting in a public display at the hemicycle for a period of up to one year (estimated April 22, 2013 – April 22, 2014).   The Artist/Designer will be responsible for producing or subcontracting fabrication, transportation, site preparation, installation, maintenance, and/or de-installation, and other services, as needed. Services required of the contracted artist/designer or team may include, but will not be limited to, site visits, concept design documents, design development documents, working drawings, fabrication documents, specifications, cost estimates, presentations, site preparation services, fabrication services, installation, and post-fabrications services. Ongoing coordination with GSA and NCPC will be required.   The total possible time frame of the project from award of contract to de-installation is anticipated to last between 19 – 21 months (depending on contract award date and final installation date).

Budget
This project is SUBJECT TO AVAILABILITY OF FUNDS .   The total cost range of this temporary commemorative work is between $200,000 to $300,000.    The value includes all costs associated with, but not limited to: presentations, design fees, travel, insurance, project materials, fabrication, and transportation of work to the site, site preparation, installation, maintenance, de-installation, and documentation.

Selection Process
This is a request for Qualification (RFQ) of an Artist/Designer interested in contracting for this temporary commemorative installation.   The Artist/Designer will be designated as the Lead if a team is involved, and is the individual who will have primary responsibility to conceive the design concept and the temporary commemorative installation’s fabrication, installation and deinstallation.

There are two stages to the design competition to select a winning submission. This RFQ represents STAGE I of the competition. Evaluation of all submissions in STAGE I and STAGE II will be conducted by an Evaluation Board, which will make a recommendation to the GSA Selection Authority on the final selection. The Evaluation Board may include representatives from NCPC, GSA, Commission of Fine Arts and private sector professional peers in the fields of art, architecture, history of memorials, and urban planning.  Advisors will include individuals with new media, performance art, or other discipline experience as required.

The process for selection in two stages is as follows:

In STAGE I , Artists/Designers interested in contracting for this work will submit information about themselves, their teams and portfolios of accomplishment that establish their capabilities, as well as a preliminary vision statement for the commemorative installation based on information provided in this Request for Qualifications (RFQ). From this first round of submissions, an Evaluation Board will establish a short-list of approximately five Artists/Designers who are most qualified for the purposes of this competition.

In STAGE II , short-listed Artists/Designers will be notified and asked to develop conceptual proposals for the commemorative installation in response to a Request for Proposals (RFP).   The RFP will include detailed guidelines, evaluation criteria, and final information about submission requirements and the site.   Soon after the RFP is issued, short-listed Artists/Designers (and their teams) will be invited to a Q&A session and site visit, and then given time to develop their proposals.   At the site visit, site conditions will be relayed. The STAGE II proposal submission requirements will consist of a written statement describing the concept, schedule and budget, and a 45-minute in-person interview and presentation using boards as well as digital material/slides. More specific information about STAGE II proposal submission requirements will be given to short-listed Artists/Designers along with the RFP.   The purpose of the RFP design review is to further evaluate the Artist/Designer (and team) qualifications, and the design for the temporary commemorative installation.   After reviewing all submitted materials and interviewing candidates, the Evaluation Board will recommend a winning candidate for Lead Artist/Designer to the GSA Selection Authority for approval.   A stipend will be offered to the short-listed artists/designers to assist with the purposes above.   The stipend will be paid following submission of the Stage II design.  All submitted materials become the property of the U.S. Government and may or may not be the basis, whole or in part, for the development of the final commemorative installation and may be posted to the competition website.

Eligibility
All experienced, practicing artists and/or designers are encouraged to apply. Artists/designers may work as individuals or teams, and may work in a variety of media. Proposed projects may be individual projects, team projects, or projects consisting of multiple works and artists. If submitting as a team, a Lead Artist/Designer must be identified.  To be considered eligible, the Lead Artist/Designer must be an American citizen or be a permanent resident of the US, and submit all required materials in the formats, and  with the page/character limits, described in the “Submission Requirements” section below. Project team members from NCPC and GSA will screen all responses to the RFQ for eligibility.

Submission Requirements and Evaluation Criteria
Submission materials for STAGE I shall be submitted as follows : ONE HARD COPY and ONE CD of the materials listed below, following the formats and size limitations listed. Submissions shall be sent to : Mary E. Pineda, Contracting Officer, Office of Planning and Design Quality, GSA/NCR, 301 7th Street, S.W., Room 4004, Washington, DC, 20407 by no later than 3:00 P.M. on 1 March 2012 via an overnight carrier with a tracking/receipt system. Percentages of valuation are given in parenthesis after each factor:

(1) Cover Letter (5%): Submit a cover letter (8-1/2″ x 11″ format, one-page maximum, single-sided, titled: lastname_firstname_CoverLetter) referencing the FBO announcement and briefly identifying and describing the artist/designer or team, the proposed Lead Artist/Designer (if for a team), and noteworthy accomplishments. Include acknowledgement of the proposed Lead Artist/Designer’s U.S. citizenship/permanent residency.

(2) Portfolio (55%): Submit a portfolio representative of you/your team’s artistic and/or design ability and demonstration of your ability to complete an installation, consisting of the following: I would say 300 dpi at 10 inches with files no bigger than 6mb – that will ensure you can print 8x10s, but the files won’t be huge and they’ll all have to be jpegs (no tiffs).

a) Work Sample Images: Include examples of past work in the form of no more than five (5) digital images (count includes any images of details), in JPEG format ( 300 dpi at 10″square with files no bigger than 6MB) Image files should be titled in the following format: lastname_firstname_imagenumber (ex: Smith_Joe_01). Do not include label information in the JPEG image. One image per JPEG is preferred. However, if you need to convey a project’s complexity using multiple images, please make an effort to have no more than three views per JPEG compositeOnly five images may be submitted to represent an entire team.   (Jilayne is confirming the IT requirements for receiving information electronically for a paperless (earth friendly) submission)

b) Work Sample Narrative, to correspond with the images of examples of past work (8-1/2″ x 11″ format, titled lastname_firstname_WorkSampleNarrative). The Work Sample Narrative should include: image number, title of project, location of installation, client, dimensions, materials, construction techniques, contractors (where relevant), and total budget for the project.

c) Three (3) Letters of Recommendation (if a team, submit 3 for team or at least 2 of the 3 for proposed Lead Artist/Designer). Files should be titled: lastname_firstname_RecLetter.

In evaluating the above-listed portfolio materials, the Evaluation Board will consider artistic excellence and achievement as evidenced by the materials submitted, as well as the relevance of the artist/designer’s previous professional experience to this project and the artist/designer’s experience with projects of similar scale and scope, including demonstrated ability to successfully collaborate with public agencies.

(3) Profile (10%): Submit a Resume/Biographical sketch that outlines the Lead Artist/Designer’s education, professional experience, and professional accomplishments inclusive of examples and specific successful achievements in public projects (8-1/2″ x 11″ format, maximum three pages, single-sided).   Resumes for team members should be no longer than three pages. In evaluating the Lead Artist/Designer profile, the Evaluation Board will consider overall experience and achievement, as well as relevance of the Artist/Designer’s previous professional experience to this project and the Artist/Designer’s experience with projects of similar scale and scope, including demonstrated ability to successfully collaborate with public agencies.

(4) Vision Statement (30%): Submit a statement (8-1/2″ x 11″ format, 5000 characters, including spaces, maximum) in the proposed Lead Artist/Designer’s own words, that shares your vision, and the conceptual approach you would take to this project. The statement should present a sense of the quality of your thinking and level of expertise.   In evaluating this statement, the Board will look for evidence of the Artist/Designer’s understanding of competition theme and goals and ability to convey concepts clearly; an approach that addresses commemoration through nontraditional forms and materials; an approach that has the potential to engage and resonate with the public; an approach that is responsive to the surrounding environment and has the potential to integrate well with the urban environment. Please note that specific project proposals are not requested at this time and will not be reviewed by the committee.

Schedule
Mar 1, 2012                               Deadline for RFQ submission
Apr 30, 2012                              Short List of competitors notified (others will be notified at conclusion of the process)   Apr 18, ’12                                 RFP issued to finalists
Apr 25, ’12                                 Q&A Session and Site Visit
Apr 18 – June 6, ’12                  Proposals developed
June 6, ’12                                  Deadline for submissions in response to RFP
Mid June, ’12                             Interviews with proponents
Early Aug ’12                             Winning proposal announced
A ug/Dec ’12                               Award Contract (SUBJECT TO AVAILABILITY OF FUNDS)
Sep/Jan ’13                                 Prepare Final Design Fabrication/Construction documents
Nov/Mar ’12                              Approval of Final Design
Dec/Apr ’13                                Permits & Bidding
Jan to Apr or Apr to Jun ’13     Fabrication and Installation
Apr/Jun ’13 – Apr/Jun ’14         Public Display

Submission Deadline
Materials must be submitted to the Contracting Officer, Mary Pineda, by 3:00pm local time, March 1, 2012 via an overnight carrier with a tracking/receipt system.

Notification
GSA will acknowledge receipt of submissions. GSA will send invitations for interviews/proposal stage or notification of non-selection by April 16, 2012.

Questions
All questions are due by no later than 3:00 PM on 22 February 2012 and must be addressed in writing to the GSA Contracting Officer via email mary.pineda@gsa.gov with cc: jilayne.willhoite@gsa.gov .   Do not contact the NCPC with inquiries concerning this solicitation.

All questions about the competition process, guidelines, or other content contained on the competition website located at:   http://www.ncpc.gov/beyondgranite must also be submitted by no later than February 22, 2012.

Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/GSA/PBS/WPC/NCPCTempArtCompetition/listing.html
OutreachSystems Article Number: 120919/SPECIAL/1565
Matching Key Words: naics!711510; 

Other Federal Procurement’s (Small) 

Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website

T — Federal Supply Classification T015 SOL N66604-12-Q-3631 General Desc: Multimedia ProductionDetail Desc: The Naval Undersea Warfare Center, Division Newport, Rhode Island (NUWCDIVNPT) is solicitingcommercial services to produce a completed, interactive web app compatible with standard kiosk and tablet devices that will contain short-form video, animation. Specifically, including a 5-6 minute edited high definition video on the Navy?s efforts in marine mammal protection. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120920/SMALL/9459
Matching Key Words: video*; edit*; produc*; web; produce?; commercial?; 

USABID State and Local Purchases

Kentucky Department of Corrections, 275 East Main Street, Room G-39, P.O. Box 2400, Frankfort, KY 40602-2400

R – EMERGENCY FUND MANAGEMENT. RFP-527-1300000088-1 DUE 28-SEP-2012 Reba Lewis, Phone: (502) 564-4726; 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: 120920/BID/0003
Matching Key Words: age:state!ky; state!ky; 

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

R – TEMPORARY LABOR, KY STATE FAIR BOARD. RFB-758-1300000253-1 DUE 02-OCT-2012 Richard Mize, Phone: (502) 564-6521; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120919/BID/0002
Matching Key Words: age:state!ky; state!ky; 


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

99 – EXPLOSIVE DETECTION EQUIPMENT, ACCESSORIES, ETC. RFB-758-1300000252-1 DUE 25-SEP-2012 Jodyi Hall, Phone: (502) 564-8625; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120919/BID/0006
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 — REQUEST RFP FOR THE KY STATE FAIR BOARD THEME PARK OPERATOR – ADDENDUM. RFP-758-1300000095-2 DUE 19-OCT-2012 Greg Hughes, Phone: (502) 564-6515; 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: 120920/KY/9626
Matching Key Words: age:state!ky; state!ky; 


Cabinet for Health & Family Services, Division of Strategic Procurement Services, 275 East Main Street, 4E-B, Frankfort, KY 40621

R — LS-PPATS 2001 LEXINGTON COURIER SERVICE – ADDENDUM. RFQ-736-1300000021-2 DUE 01-OCT-2012 Leslie Searcy, Phone: (502) 564-7736; 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: 120920/KY/9628
Matching Key Words: age:state!ky; state!ky; 


Western Kentucky University, Bowling Green, KY

T — TALISMAN PORTRAIT PHOTOGRAPHER. BID #WKU-2013-023 DUE 04-OCT-2013 Website: http://www.wkuplanroom.com/purchasing/ This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120920/KY/9653
Matching Key Words: age:state!ky; state!ky; 


Western Kentucky University, Bowling Green, KY

R — TALISMAN PORTRAIT PHOTOGRAPHER. BID #WKU-2013-023 DUE 04-OCT-2013 Website: http://www.wkuplanroom.com/purchasing/ This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120920/KY/9654
Matching Key Words: age:state!ky; state!ky; 


Kenton County Board of Education, 1055 Eaton Drive, Fort Wright, KY 41017

99 — MISCELLANEOUS CATALOG/STORE DISCOUNT PERCENTAGE BID. DUE 05-OCT-2012 Phone: (859) 344-8888; Fax: (859) 344-1531; Website: http://www.kenton.k12.ky.us/content_page2.aspx?cid=302 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: 120920/KY/9658
Matching Key Words: age:state!ky; state!ky; 

Bowling Green Area Convention & Visitors Bureau, 352 Three Springs Road, Bowling Green, KY 42104

T — PRINTING OF THE 2013 VISITORS GUIDE. DUE 04-OCT-2012 Sealed bids will be received in the office of the Bowling Green Area Convention & Visitors Bureau, 352 Three Springs Road, Bowling Green, KY 42104 until 11:00 a.m. CST, October 4, 2012, for printing of the 2013 Visitors Guide. Bids will be opened publicly thereupon or about 11:00 a.m. CST, October 4, 2012 at a public bid opening in the office of the Bowling Green Area Convention & Visitors Bureau, 352 Three Springs Road, Bowling Green, Kentucky. No bidder may withdraw his bid within sixty (60) days after the actual date of the opening thereof. The Bowling Green Area Convention & Visitors Bureau reserves the right to reject any or all bids received. Specifications may be obtained at the office of the Bowling Green Area Convention & Visitors Bureau. Any questions regarding these specifications should be directed to Marissa Butler, Marketing Director of the Bowling Green Area Convention & Visitors Bureau. You are invited to be present for the opening of the bids submitted. 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: 120918/KY/9547
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 – ADDENDUM #1. RFP145-PSC DUE 01-OCT-2012 Cheri J. Jones, Phone: (502) 852-4494; 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: 120918/KY/9551
Matching Key Words: age:state!ky; state!ky; 


Western Kentucky University, Bowling Green, KY

R — EXECUTIVE SEARCH FIRM. BID #RFP-2013-024 DUE 11-OCT-2012 Website: http://www.wkuplanroom.com/purchasing/ Western Kentucky University (WKU) has determined that university personnel are not available or that it is not feasible to utilize University employees for Professional Executive Search Firms for a Director of Study Abroad. Therefore, we are requesting proposals from qualified providers of Executive Search Firms. 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: 120918/KY/9557
Matching Key Words: age:state!ky; state!ky; 

Kentucky Department of Corrections, P.O. Box 2400, Frankfort, KY 40602-2400

R — COMMUNITY CORRECTIONS AUDIT – ADDENDUM. RFP-527-1300000072-2 DUE 21-SEP-2012 Reba Lewis, Phone: (502) 564-4726; 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: 120917/KY/9515
Matching Key Words: age:state!ky; state!ky; 


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

R — CPA CONSULTANT – ADDENDUM. RFP-074-1300000071-3 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: 120917/KY/9516
Matching Key Words: age:state!ky; state!ky; 


Louisville Regional Airport Authority, 4320 Park Boulevard, Louisville, KY 40209

R — GENERAL SURVEYING SERVICES, LOUISVILLE INTERNATIONAL AIRPORT & BOWMAN FIELD AIRPORT. DUE 05-OCT-2012 Website: http://bids.flylouisville.com/raa/currentbids.asp The Louisville Regional Airport Authority (LRAA) is accepting Statements of Qualifications for a surveying consulting firm for miscellaneous surveying needs at Louisville International Airport and Bowman Field. A proposal format may be obtained beginning Monday, September 17, 2012 at the Authority s website at www.flylouisville.com or at the Office of the Deputy Executive Director of Planning & Engineering, LRAA Administrative Offices, 700 Administration Drive, Louisville, Kentucky 40209, between the hours of 8:15 a.m. to 11:45 a.m. and 1:15 p.m. to 4:15 p.m., Monday through Friday. This work may consist of boundary surveys, runway obstruction surveys, as needed elevation or location surveys, etc. Consulting firms should submit evidence of qualifications and experience related to successfully performing the requested services on similar projects. Statement of Qualifications will be received at the Office of the Deputy Executive Director of Planning & Engineering, LRAA Administrative Offices, 700 Administration Drive, Louisville, Kentucky 40209, until 2:00 p.m. local time, Friday, October 5, 2012. Responses should be clearly marked: QUALIFICATIONS STATEMENT: GENERAL SURVEYING SERVICES LOUISVILLE INTERNATIONAL AIRPORT AND BOWMAN FIELD . All prospective Proposers are requested to contact Steve Tucker, Project Engineer, with all questions and/or requests. The Authority has a No Contact Policy which prohibits contact by Proposer(s) or its representative(s) directed at the Authority, its Board, members, employees, consultants, or its other representatives except as permitted by the Proposal Documents. Any questions from the prospective firms will be accepted in writing by fax. These questions must be faxed to Mr. Tucker at (502) 368-5895 using the enclosed form. Mr. Tucker will serve as the Point of Contact (POC) for this solicitation. 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: 120917/KY/9517
Matching Key Words: age:state!ky; state!ky; 


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

T — DIPLOMAS/CERTIFICATES/COVERS – ADDENDUM #3. 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: 120917/KY/9523
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: