FedBizOpps – Procurements
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Study of Television News Branding (Arab World) BBG50-R-12-0022 082712 Myria Carpenter, Fax 202-382-7870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov ;
p;
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation No. BBG50-R-12-0022 is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-060, dated July 26, 2012. (iv) The North American Industry Classification Systems (NAICS) code for this acquisition is 541720. (v). The contractor shall provide the Contract Line Items (CLIN) as shown in the uploaded Standard Form (SF) 1449. (vi.) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) located in Washington, D.C. has a requirement for contractor to conduct a study of television news branding throughout the Arab world in the wake of the Arab Spring. This study will have two parts: First, an assessment of the role of brand identity and content in the choice of Arabic language TV news channels and secondly, an assessment of a recently created 30-second advertisement for the BBG’s Arabic language television service, Alhurra.
For part one of this study, some of the key substantive issues to be explored shall be: To what extent is brand identity a driver of the choice of TV stations for news? What are some of the brand identities for TV news audiences view positively? Negatively? How do audiences learn about these brands? What are some of the differences in preferences by country or demographic groups? What is the role of content in shaping perceptions of the TV news brands? What is the news and information content audiences are looking for in the wake of the Arab spring? Which TV channels do they believe are providing this content? Why? To what extent are audiences getting this news from non-TV sources such as the internet, radio, newspapers, etc? What attracts them to these sources?
Part two of the study will involve the assessment of a new 30 second TV advertisement: “I am Alhurra”. The aim of this aspect of the study will be to examine the identity the advertisement conveys and the extent to which the advertisement promotes an image consistent with audience preferences, along with the implications for future marketing and advertising efforts.
The BBG encourages offerors to suggest a research structure that effectively addresses the questions above in the most cost-efficient way. Offerors are encouraged to suggest methods that include analysis of currently available research (both previous work conducted by BBG – which will be made available for the contractor – and other publicly accessible research), as well as regional expertise and/or use of new market research such as focus groups, expert interviews, etc. This requirement is for a regional assessment. However, offerors may submit technical and price proposals to limit the research to Egypt, Morocco, and Saudi Arabia, as long as the offeror submits a regional assessment as well. Offerors are encouraged to submit proposals including various levels of comprehensiveness and cost.
(vii)The project deliverables shall include: (1) a final paper with two parts a) Assessment of content/brand preferences for TV news among target audiences and a) results of the analysis of Alhurra’s 30-second advertisement ; (2) presentation of results of entire study to BBG senior staff members either in person or via video conference; (3) technical report detailing project methodology and any problems encountered in research.
It is anticipated that an award and base period may begin on or about September 20, 2012. All deliverables are due shall be received not less than 120 days after contract award. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at:http://acquisition.gov/far/index.html. Interested offerors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The Offerors shall demonstrate the ability and experience in providing the required services. Interested offerors shall submit with their proposal a narrative about how they will provide the services, in addition to listing similar projects with the same or like requirement, with budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references that have direct knowledge of the offeror’s skills and experience. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Narrative and detailed information on the requirement. [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all of the listed CLIN shall be noted in English and United States dollars. (ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP provides the best value to the Government. The following factors listed shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Demonstrated experience in conducting qualitative media research in the Arab world; 2) Demonstrated experience in conducting branding studies in the Arab world; 3) Overall suitability of the research design in addressing the specific issues laid out in this solicitation; 4) Professional qualifications of proposed project managers and 5) Ability to complete the project in a timely manner; 6) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement within the last five (5) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information: (i) client’s name, address, and name, email and telephone number of contact person; (ii) dollar amount of the contract; (iii) current term of the contract; and (iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance.; and 7) a separate Price Proposal showing a breakdown of the price for the above Contract Line Item Number (CLIN). Evaluation Factors 1, 2 and 3 are of equal importance and are more important that Factors 4 and 5. All evaluation factors other than cost or price, when combined are significantly more important cost or price. The Offeror’s Technical Proposal should address the following: 1) a detailed description of the proposed research methodology, including specific listing of organizations the Offeror shall use for performing fieldwork (if subcontractor are to be used by the contractor); 2) current information on the qualifications of Offeror’s office and field staff who will participate in performing the work specified in this Solicitation; 3) specific information on Offeror’s past experience in conducting qualitative media research and branding studies in the Arab world; 4) a detailed description of the proposed fieldwork plan, and 5) a schedule showing the time required for each phase of the project. In addition to the Offeror’s proposed Total Contract Price, the Offeror’s Price proposal shall be further broken down into the follow component prices: a) preparation work; b) fieldwork c) data processing; d) report preparation; and e) miscellaneous. Prices for all of the listed CLIN shall be noted in English and United States dollars. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable. All evaluation factors other than cost or price, when combined are more important than cost or price. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The successful offeror must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause.
The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE
The Contracting Officer will appoint by letter a Contracting Officer Representative (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED ACTIONS.
(xii)FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (31 U.S.C. 6101 note); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-50 Combating Trafficking in Persons (22 U.S.C. 7104(g)); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.223-3 Protest After Award (31 U.S.C. 3553); 52.233-4 Applicable Law for Breach of Contract Claim (Pub. L 108-77, 108-78). (xiii) There are no additional contract requirement(s). (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). (xv) Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Faxed or oral proposals will not be accepted. Questions must be submitted in writing to Myria Carpenter at mecarpen@bbg.gov. Written questions must be submitted by 12:00 p.m., Eastern Daylight Saving Time on August 17, 2012. Technical proposals shall be submitted with an original and one (1) copy. Price proposals shall be submitted with an original and one (1) copy. Proposals may be hand delivered or sent via courier or overnight delivery before the closing deadline below. Proposals are due to Myria Carpenter, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 before 12:00 p.m., Eastern Daylight Saving Time on August 27, 2012. (xvi) Contact: Myria Carpenter, Contract Specialist, email: mecarpen@bbg.gov or Facsimile 202-382-7870. All responsible sources may submit an offer that will be considered by the Agency.
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0022/listing.html
OutreachSystems Article Number: 121003/PROCURE/0047
Matching Key Words: video*; conference?; web; site?; business*; instruct*; commercial?;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
U — Military Free Fall Course of Instruction H92244-13-T-0017 101712 Joseph E. Reaume, Contract Specialist, Phone 757-862-9476, Fax 757-862-0809, Email joseph.reaume@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0017. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 effective 13 September 2012. North American Industrial Classification Code (NAICS) 611620 with a standard business size of $7.0 million applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-S10.
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B Schedule of Supplies and Services
CLIN 0001 Contractor shall provide Factory Representatives/Qualified Instructors/ Videographer for Performance Designs Ram-Air Canopies to provide Military Free Fall (MFF) Instruction, Video and Still In-Air Photography Support Services.
Period of Performance: three (3) weeks 22 October thru 09 November 2012 (Contractor shall provide a detailed breakdown of the quote) Qty – 1 lump sum
Period of Performance:
First week – One (1) Factory Representative for five (5) days
Second Week – Two (2) Factory Representatives for five (5) days
Third Week – Two (2) Factory Representatives for five (5) days
CLIN 1001 (OPTION) Contractor shall provide Factory Representatives/Qualified Instructors/ Videographer for Performance Designs Ram-Air Canopies to provide Military Free Fall (MFF) Instruction, Video and Still In-Air Photography Support Services.
Period of Performance: three (3) weeks, dates to be determined with performance start date no later than September 30, 2013. (Contractor shall provide a detailed breakdown of the quote) Qty – 1 lump sum
Period of Performance:
First week – One (1) Factory Representative for five (5) days
Second Week – Two (2) Factory Representatives for five (5) days
Third Week – Two (2) Factory Representatives for five (5) days
CLIN 1002 (OPTION) Contractor shall provide Factory Representatives/Qualified Instructors/ Videographer for Performance Designs Ram-Air Canopies to provide Military Free Fall (MFF) Instruction, Video and Still In-Air Photography Support Services.
Period of Performance: three (3) weeks, dates to be determined with performance start date no later than September 30, 2013. (Contractor shall provide a detailed breakdown of the quote) Qty – 1 lump sum
Period of Performance:
First week – One (1) Factory Representative for five (5) days
Second Week – Two (2) Factory Representatives for five (5) days
Third Week – Two (2) Factory Representatives for five (5) days
Place of Performance: Marana, Arizona
Section C Specifications
1. Vendor must be an authorized factory representative for the following manufacturers:
a. Performance Design Parachutes
b. United Parachute Technologies containers and tandem systems
c. Sun Path containers
2. Vendor must be able to provide instruction in the rigging, maintenance and use of all aforementioned gear and all ancillary equipment involved.
3. Vendor must provide representatives with the following qualifications and capabilities:
a. Current United States Parachute Association (USPA) member
b. Federal Aviation Administration (FAA) Master Rigger
c. Must be able to shoot usable, high definition video of a student in free fall for debrief purposes
4. Factory Representatives/Qualified Instructors / Videographer shall be required to arrive at least 30 minutes prior to training evolutions. They shall be required to make up to 12 jumps (skydives) per day from military or commercial contracted aircraft from an altitude of no more than 24,999 feet above sea level. They shall be required to provide their own equipments.
Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal laws and regulations.
CLAUSES INCORPORATED BY REFERENCE:
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-99 System for Award Management Registration (DEVIATION) Aug-12
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-36 Payment by Third Party Feb-10
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87
FAR 52.246-25 Limitation of Liability – Services Feb-97
FAR 52.247-29 F.o.b. Origin Feb-06
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil
FAR 52.232-18 Availability of Funds (APR 1984)
Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance:
(i) Technical – Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation.
(ii) Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.
(iii) Price -All line items will be reviewed for price reasonableness.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9469.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
LOCAL The Government will not sign any release forms, as Government liability is
governed by the contract and applicable Federal law and regulation.
LOCAL The vendor will be required to submit monthly reports detailing maintenance performed with each invoice.
SOFARS 5652.215-9016 Technical and Contractual Questions Concerning
This Solicitation (JAN 2000)
As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Joseph Reaume – Contract Specialist
joseph.reaume@vb.socom.mil
PH – 757-862-9476
1636 Regulus Ave. Virginia Beach, VA 23461-2299
SOFARS 5652.232-9003 Paying Office Instructions (2005)
As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins
(a) The Primary Contracting Office Point of Contact is: Joseph Reaume, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, joseph.reaume@vb.socom.mil, 757-862-9479.
(b) The Administrative Contracting Office Point of Contact is: Joseph Reaume, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, joseph.reaume@vb.socom.mil, 757-862-9476.
(c) The Contracting Officer’s Representative is: Joseph Reaume, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, joseph.reaume@vb.socom.mil, 757-862-94766.
(d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449.
(e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office.
(f) Payment to the contractor shall be mailed to the following address to be determined before contract award.
(g) Special Payment Instructions: None.
SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)
All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809.
All questions concerning this procurement, either technical or contractual must be submitted to joseph.reaume@vb.socom.mil by October 1, 2012 at 2:00PM EST. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. Youmust clearly identify how your proposal meets ALL of the solicitation requirements.
Point of contact for this procurement is Joseph Reaume at phone number: (757-862-9476) or email at joseph.reaume@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Joseph Reaume by email at joseph.reaume@vb.socom.mil , fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Joseph Reaume (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 1:00 p.m. Eastern Standard Time (EST) on 17 October 2012.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0017/listing.html
OutreachSystems Article Number: 121003/PROCURE/0068
Matching Key Words: video*; film?; edit*; produc*; train*; you; website; business*; event?; instruct*; commercial?;
National Labor Relations Board, Division of Administration, Acquisitions Management Branch, 1099 14th Street, N.W. Washington DC 20570
99 — CONTRACT WRITING SOFTWARE NLRB-RFI-13-001 102712 Douglas S. Wolf, SR CONTRACTING OFFICER, Phone 202-273-4218, Fax 202-273-0071, Email doug.wolf@nlrb.gov The National Labor Relations board (NLRB) is issuing this Request for Information (RFI) to gain knowledge of Federal Contract Writing Software (CWS) solutions that comply with the Office of Management and Budget’s (OMB) Financial Management Line of Business (FMLOB) initiative. The intent of this announcement is to acquire information from interested parties to assist the NLRB in developing an understanding of public and private sector capability, capacity, and experience in supporting the existing requirements of the NLRB Contract/Procurement Management. From this information, the NLRB plans to develop an acquisition strategy and procure the required software and services from an OMB designated Federal Government Shared Service Provider (SSP) or commercial vendor. All software and services will be obtained though a forthcoming single public-private competition that will result in the selection of one SSP or one commercial prime-contractor.
The NLRB will accept responses to this RFI in the form of a narrative description of capabilities which clearly address this requirement. Interested parties may request a timeslot for a short presentation in addition to providing a capabilities narrative. Timeslots are limited, and depending on response not all requests may be honored. The request for a time slot should be made in a cover letter accompanying the capabilities narrative. Please limit the size of this capabilities narrative to less than 25 pages.
In accordance with FAR 10.001(a)(3), the NLRB intends to use the information received to better understand the offerings of the Federal Shared Service Providers and determine if commercial providers are available. Upon completion of this knowledge gathering, the NLRB anticipates finalizing a Solicitation packagewhich will contain the following materials
• A Request For Proposal (RFP) containing a Statement of Work (SOW), Instructions to Offerors regarding the submission of both Technical and Price Proposals, Evaluation Criteria, information about required operational capability demonstrations, and applicable general terms and conditions.
• A system requirements document containing the functional and technical
requirements, consisting of applicable FSIO requirements and NLRB-specific requirements.
Once the Solicitation has been issued, all Offerors, whether from the public or private sector, will have the opportunity to submit a written Technical Proposal and a written Price Proposal. As part of the proposal, NLRB will require the Offerors to formally demonstrate their ability to meet the NLRB’s requirements in key technical areas.
Subsequently, the NLRB will make the award selection. Selection of the service provider will be conducted in accordance with the OMB’s memorandum, Competition Framework for Financial Management Lines of Business Migrations, dated May 22, 2006, the Financial Systems Integration Office (FSIO) FMLoB Migration Planning Guidance [Version 1], dated September 13, 2006, and applicable provisions of the Federal Acquisition Regulations (FAR).
Please note, this RFI is issued solely for information and planning purposes, and is not to be construed as a commitment by the Government. It is not a Solicitation Announcement for proposals, and no contract shall be awarded from this Announcement. No reimbursement will be made for costs associated with providing information in response to this Announcement or to any follow-up information requests. Hard copies of this notice are not available.
Place of Performance: 1099 14TH ST NW WASHINGTON, DC 20005 US URL: https://www.fbo.gov/spg/NLRB/DA/OPFB/NLRB-RFI-13-001/listing.html
OutreachSystems Article Number: 121003/PROCURE/0354
Matching Key Words: writ*; technical;
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306 Newport News VA 23606-4516
R — Computer-Based Training F2QF242103A Patricia MadoreBooth, Sr Contract Manager, Phone 757-225-6040, Fax 757-225-7483, Email patricia.madorebooth@langley.af.mil – Vivek Pavan Balaji, Contracting Officer, Phone 7577649529, Fax 7572256455, Email vivek.balaji@langley.af.mil FA4890-12-P-0014 $122,600 092412 CKF Enterprises Inc, 9300 Shelbyville Rd STE 140, Louisville, KY 40222 US
URL: https://www.fbo.gov/spg/USAF/ACC/AACCONS/Awards/FA4890-12-P-0014.html
OutreachSystems Article Number: 121002/AWARDS/0484
Matching Key Words: state!ky;
Department of Housing and Urban Development, Atlanta Operations Branch, Atlanta Operations Branch, NFSA, 40 Marietta Street 14th Floor Atlanta GA 30303-2806
R — Field Service Manager Area 4A DU204SB-12-R-0001 Craig Karnes, Director, M&M Acquisition Center, Phone 678/732-2644, Fax 404-730-3426, Email craig.h.karnes@hud.gov – Joy V Fryer-Scott, Contracting Officer, Phone 678-732-2902, Fax 404-730-3426, Email joy.v.fryer-scott@hud.gov DU204SA-12-D-09 Base and ALL Options Ceiling Value $1,122,112,254.00 093012 P.K. Management Group, 2103 Coral Way, Ste 500, Miami, FL 33145 US Field Service Management (FSM) services for the protection and preservation of Real Estate Owned single family FHA foreclosures for the Department of HUD for area 4A which represents the states of of Indiana and Kentucky.
URL: https://www.fbo.gov/spg/HUD/NFS/NFSA/Awards/DU204SA-12-D-09.html
OutreachSystems Article Number: 121002/AWARDS/0488
Matching Key Words: state!ky;
Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
R–Award Notice – Provide contract employee for KY Army National Guard W912KZ-12-R-0003 Diane Hutchinson, 502-607-1390 USPFO for Kentucky W912KZ-12-P-0168 $64,720.00 092712 1-2 DATA TECH CENTRAL, LLC (059447537)
9662 26TH BAY ST
NORFOLK, VA 23518-1808 Award notice for solicitation W912KZ-12-R-0003
URL: https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ-12-R-0003/listing.html
OutreachSystems Article Number: 121002/AWARDS/0509
Matching Key Words: age:state!ky; state!ky;
Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
R–Award Notice – Contract Employee (Program Analyst) for KY Army National Guard W912KZ-12-R-0002 Diane Hutchinson, 502-607-1390 USPFO for Kentucky W912KZ-12-P-0159 $80,732.80 092512 1-2 PROXY PERSONNEL LLC (148063436)
1100 H STREET NW STE 260
WASHINGTON, DC 20005-5491 Award notice for Solicitation W912KZ-R-0002
URL: https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ-12-R-0002/listing.html
OutreachSystems Article Number: 121002/AWARDS/0510
Matching Key Words: age:state!ky; state!ky;
Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
R–Award Notice – Contract employee for KY Army National Guard GCSS-A W912KZ-12-R-0001 Diane Hutchinson, 502-607-1390 USPFO for Kentucky W912KZ-12-P-0154 $86,832.00 092112 1-2 DATA TECH CENTRAL, LLC (059447537)
9662 26TH BAY ST
NORFOLK, VA 23518-1808 Award notice for Solicitation W912KZ-12-R-0001
URL: https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ-12-R-0001/listing.html
OutreachSystems Article Number: 121002/AWARDS/0511
Matching Key Words: age:state!ky; state!ky;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 199 6th Avenue, Fort Knox, KY 40121
69–Atmospheric Props 0010244528 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W9124D-12-P-0720 $84,921.63 100112 ALL STRATEGIC OPERATIONS, INC. [DUNS: 127626724],4705 RUFFIN RD,SAN DIEGO CA 92123 No Description Provided
URL: https://www.fbo.gov/notices/87fed9e465cc1a76177de3dd60c6c3de
OutreachSystems Article Number: 121002/AWARDS/0818
Matching Key Words: age:state!ky;
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
69–PRE-SOLICITATION ANNOUNCEMENT FOR THE SPECIAL OPERATIONS FORCES AVIATION SYSTEM TRAINER – ENHANCEMENTS (SOFAST-E)
W900KK-13-R-0002 121412 Matthew Sanders, 407-208-3327 PEO STRI Acquisition Center Due to internal tracking procedures at PEO STRI, the SOFAST-E solicitation number, W900KK-12-R-0021, has been revised to the subject number W900KK-13-R-0002. The Government will be posting the most current, revised copy of the draft RFP and Attachments under this new solicitation number.
Special Note Regarding Tentative Date Changes in the SOFAST-E calendar:
* Deadline for Distribution Agreement/Request for Document Library access: 12 October 2012, no later than (NLT) 2:00 PM, EST
* Estimated Date for Final RFP Release: 19 October 2012
* Cut-off for questions after RFP release: 2 November 2012, NLT 12:00 PM, EST
* Proposals Due: 14 December 2012, NLT 2:00 PM, EST
Special Note Regarding Access to the Document Library:
The GFI list provided in the draft RFP (Attachment 9) comprises ALL the material currently available to the AWARDEE upon contract inception. The vast amount of data and the mixed media upon which it is archived makes it impossible to include it all in the Library. The Government will be including the data it is able to provide and that it feels are necessary to propose against the RFP.
If there are any questions/concerns regarding this announcement please email the PEO STRI point of contact, Mr. Matt Sanders, matthew.sanders6@us.army.mil
Set-Aside: Total Small Business Place of Performance: 160th Special Operations Aviation Regiment (Airborne) 7269 Nightstalker Way Fort Campbell KY 42223 US URL:https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-R-0002/listing.html
OutreachSystems Article Number: 120929/PROCURE/0327
Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, MICC – Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
76–Civilian Enterprise Area Guide/ Telephone Directory and Installation Maps at Fort Campbell, KY W9124812R0013 101512 Noryem Maldonado, 270-798-7852 MICC – Fort Campbell 17. The Mission and Installation Contracting Command, Fort Campbell, KY, intends to issue a Request for Proposal (W91248-12-R-0013) for Civilian Enterprise Area Guide/ Telephone Directory and Installation Maps at Fort Campbell, KY, on or about 15 October 2012. Requirement is for a base period of 12 months and five (5) 12-months option periods. Procurement will be solicited in an unrestricted basis. Requirement will be a Best Value procurement. RFP will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at www.fbo.gov. Hard copies of the solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFP release and all subsequent amendments. The NAICS code is 511140 and the small business size standard is 500 employees. Points of contact are Ms. Noryem Maldonado, 270-798-7852,noryem.g.maldonado.civ@mail.mil or Ms. June Fletcher-Schiewe, 270-798-3441, linda.j.schiewe.civ@mail.mil.
Place of Performance: MICC – Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY 42223-1100 US URL: https://www.fbo.gov/notices/035f0bb0dec3c6e6ea3b7a7a24708342
OutreachSystems Article Number: 120929/PROCURE/0366
Matching Key Words: age:state!ky; state!ky;
Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE Hill AFB UT 84056-5805
R — Technical Writing Services supporting A-10 Technical Orders FA8224-12-R-TECO 101612 Robert Maughan, Contracting Officer, Phone (801) 775-2377, Email robert.maughan@hill.af.mil – Alysha Peek, Acquisition Management Support, Phone (801) 586-0157, Email alysha.peek@hill.af.mil A-10 Technical Order Support
Sources Sought/Request for Information Synopsis
This announcement constitutes a sources sought synopsis for purposes of conducting market research. Market Research is being conducted to seek qualified small business contractors with the skills, knowledge, and resources required to complete this effort. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The 309th Software Maintenance Wing (SMXG) is conducting market research to determine the existence of potential small business sources to provide technical order writing services for A-10 Operational Flight Program (OFP) Suite 8 update at Hill AFB. The scope of this requirement is to provide Advisory and Assistance (A&AS) services to produce A-10 technical orders (insertion ready redlines) and the related logistical support information required for the Suite 8 update. The period of performance of this contract will cover the Suite 8 OFP update time frame with some overlap into Suite 9. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities homepage at http://www.fbo.gov.
The Government shall not reimburse the costs of preparing responses to this request for information. The Ogden Air Logistics Center Contracting Directorate (AFSC), Hill Air Force Base (AFB), Utah, intends to issue a formal RFP in December 2012 timeframe for the acquisition of the subject services. The estimated contract period of performance is 1 January 2013 through 1 January 2016. The successful contractor shall provide (or develop within the first two months) experienced A-10 technical writing and electrical engineering expertise for Tech Order (TO) usage on the A-10C model Aircraft; Presentation and communication of the impacts of modifications to the A-10C aircraft Tech Data publications; determination of baseline TO requirements; and knowledge of tech data/publication requirements to support the A-10 program and processes. The successful contractor shall assist the government engineering team in translating engineering data into TO source data, writing Time Compliance Technical Orders (TCTO’s), ensuring TO engineering data is based on correct baselines, monitoring TO baseline updates via a TODO account, determining baseline TO requirements, and supporting the TO validation/verification process. The proposed NAICS code for this requirement is 541330; if another NAICS code is found to better suit this effort then it shall be included.
Information for interested parties: subject to the Government’s consideration a viable source qualified to provide the requisite services should submit a detailed response to the attached ‘Capability Questionnaire’. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in small businesses to include: 8(a), Service-Disabled Veteran-Owned, Hub-zone, and Women-Owned small business concerns. Interested and qualified sources should provide the following information: (1) company name, point of contact, e-mail address, telephone and fax numbers, type of business and size; (2) a list of your most recent and relevant DoD or commercial contracts (not to exceed five) to include brief description, names, POCs, phone numbers, value & type of contract, and period of performance; and (3) information about your company and why you think you can perform this service. (4) Include in your submission responses to the questionnaire. Send all responses to alysha.peek@hill.af.mil or robert.maughan@hill.af.mil with the heading ‘A-10 Technical Order RFI Response’. In addition to your responses to the RFI questions, feel free to include any suggestions, recommendations, questions, or concerns regarding this effort. In order to be considered in this market survey, please reply by close of business 16 October 2012.
Set-Aside: Total Small Business Place of Performance: 309 SMXG Hill AFB, UT 84315 US URL: https://www.fbo.gov/spg/USAF/AFMC/75/FA8224-12-R-TECO/listing.html
OutreachSystems Article Number: 120929/PROCURE/0390
Matching Key Words: writ*; technical;
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: 120928/PROCURE/0385
Matching Key Words: age:state!ky; 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: 120928/PROCURE/0386
Matching Key Words: age:state!ky; 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: 120928/PROCURE/0387
Matching Key Words: age:state!ky; 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: 120928/PROCURE/0388
Matching Key Words: age:state!ky; state!ky;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 199 6th Avenue, Fort Knox, KY 40121
69–Atmospheric Props 0010244528 092812 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 0010244528 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 326199 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-28 11:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Fort Knox, KY 40121 Set-Aside: Total Small Business Place of Performance: Fort Knox, KY 40121 40121 US URL:https://www.fbo.gov/notices/a9d6dda249008c70176831895008fdbe
OutreachSystems Article Number: 120928/PROCURE/0390
Matching Key Words: age:state!ky; state!ky;
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER(EST II) – REQUEST FOR INFORMATION (RFI)
Notice Type: RFI
Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing
26 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to provide clarification regarding the RFI dated 24 Sep 2012. The Government notified Industry of the patents that have been asserted by Cubic Simulation Systems, Inc. (CSSI) for potential offerors to consider whether or not the patents may impact their individual technical solution.
FYI – PEO STRI does not intend at this time to include FAR 52.227-1 Authorization and Consent in the EST II Solicitation nor will the Government provide any legal opinion regarding the patents.
The Government would still like Industry feedback NLT 9 Oct 2012 regarding whether or not the patents may impact their individual technical solution.
************************************************************************
24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.
“Relevant Patents” on the EST:
– US2010/0302542Al
– US20,080,003,543
– US5,410,815
– US5,426,295
– US5,476,385
– US6,755, 653
– US6,793,494
– US7,345,265B2
– US7,687,751B2
– US8,245,434
2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.
a. The following information is available in Federal Business Opportunities unsecure site:
– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.
– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.
b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
– Updated ‘DRAFT’ System Requirements Document (SRD) for EST
3. Provide Government response to additional Industry questions asked about this proposed acquisition.
************************************************************************
8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.
2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:
a. Disassemble and assemble the simulated weapons and all parts associated
b. Measure all locations of and examine all sensors inside the simulated weapons
c. Examine the recoil kits, trigger, and bolt assembly
d. Check laser locations and see how lasers are mounted
e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.
f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.
3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.
4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:
a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts
d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts
e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon
f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells
g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine
h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine
5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):
a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines
b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines
c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip
d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds
e. U.S. Army M9, 9mm Pistol with magazines
f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)
6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.
7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.
8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.
************************************************************************
10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.
2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.
The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:
Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.
Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.
The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:
– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil
– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil
The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.
After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.
************************************************************************
22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.
1. The following information is on FBO unsecure site:
– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012
– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012
– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012
– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012
– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012
– Appendix E. EST II Typical Collective Scenarios_18 May 2012
– Appendix F. EST II Typical Collective Course of Fire_18 May 2012
– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012
– Appendix H. EST II Typical Collective Criterion_18 May 2012
– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012
– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.
– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.
2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
– ‘DRAFT’ System Requirements Document (SRD) for EST
3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.
************************************************************************
21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:
a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:
1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,
2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.
b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.
2. Provide Government response to additional Industry questions asked about this proposed acquisition.
3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructionsfor the access ad review of controlled packages associated with an opportunity.
ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:
– Capability Product Document (CPD) for EST II, dated February 2007.
4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.
************************************************************************
TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012
27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)
U.S. Army Technical Manuals (TMs):
TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998
TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005
TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004
TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000
TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993
TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993
U.S. Army Field Manuals (FMs):
FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011
FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006
FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007
FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008
FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011
FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007
ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011
U.S. Army Training Circulars (TCs):
TC 25-8: TRAINING RANGES DATED MAY 2010
Weapons List
EST System/Subsystem Specification (SSS)
2. Provide a written response to questions and answers asked about this proposed acquisition.
************************************************************************
RFI POSTING DATED 12 JAN 2012
69–Request for Information (RFI) for a new EST II Program:
The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.
TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012
Notice Type: RFI
Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012
Original Set aside: N/A
Set Aside: N/A
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing
BRIEF SUMMARY OF THE ACQUISITION:
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat TacticalTrainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.
PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.
BACKGROUND:
The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.
INTENDED CAPABILITIES FOR NEW EST II CONTRACT:
1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.
a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.
b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.
c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.
d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).
e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.
f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.
g. Provides pre and post aim point trace for individual weapons.
h. Provides burst by burst trace for machine gun weapons.
2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.
3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.
4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.
5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.
HANDS ON INDUSTRY OPPORTUNITY:
Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)
Sara Creely
(407)384-5291
Sara.Creely@us.army.mil
MAJ Robert DeGaine
(407) 384-3732
Robert.DeGaine@us.army.mil
The EST Training shelter is located at:
STTC/SFC Paul Ray Smith Simulation & Technology
Center RDECOM
12423 Research Parkway
Orlando, FL 32826
GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:
(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:
Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)
U.S. Army Technical Manuals (TMs)
TM 9-1005-319-10
M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998
TM 9-1005-338-13&P
Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)
TM 9-1240-413-12&P
M68 Reflex sight dated 25 July 2004
TM 9-1240-415-13&P
M145
TM 11-5855-213-10
Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993
TM 11-5855-262-10-1
Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993
TM 11-5855-301-12&P
Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002
TM 11-5855-308-12&P
Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005
U.S. Army Field Manuals (FMs)
FM 3-22.9
Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005
FM 3-22.27
MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006
FM 3-22.65
Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007
FM 3-23.35
Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008
FM 7-0
Training for full Spectrum Operations, Dated 12 Dec 2008
FM 7.8
Infantry Rifle Platoon and Squad, Dated 22 Apr 1992
ADP 3-0
Unified Land operations, dated 10 October 2011
U.S. Army Training Circulars (TCs)
TC 25-8
Training Ranges dated April 2004
Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/
In addition, the following will be provided:
1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)
2. System Specification – To be provided at a later date to Offerors.
3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.
4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.
GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:
1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.
2. Raw data for selected scenarios
GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.
1. Gutted (electronics removed) EST fleet of weapons
2. EST Jun-air Compressors (30 liter) for air supply to weapons
3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)
4. Virtual Battlespace 2 (VBS 2)
REQUEST FOR INFORMATION:
The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well aspage number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.
If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.
Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:
E-mail: Helen.Garcia@us.army.mil
Patricia.Hyland@us.army.mil
Robert.DeGaine@us.army.mil
Pete.Walton1@us.army.mil
Sara.Creely@us.army.mil
RFI QUESTIONS:
A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.
1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?
2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?
3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?
4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?
5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.
6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?
B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.
1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?
2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)
3. Would there be any special tools/test equipment required for maintaining your EST?
In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
CONTRACTING OFFICE ADDRESS:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
Points of Contact:
Helen Garcia, Contract Specialist, 407-208-3231
Patricia Hyland, Contracting Officer, 407-384-3754
Major DeGaine, Project Director, 407-384-3732
Pete Walton, Lead System Engineer, 407-380-4728
************************************************************************
ORIGINAL RFI POSTING DATED 24 MAY 2011
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.
Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.
The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.
The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables trainingacross three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.
Interested Sources should provide the following information:
1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.
2). Company history.
3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small armstrainers or components of small arms trainers.
4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.
Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.
This announcement is published for market research purposed only. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement.
Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:
Cori Lampe
Contract Specialist, SFAE-STRI-KOV
Email: Corisann.M.Lampe@us.army.mil
Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.
Questions with answers will be posted as an update to the RFI.
Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html
P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $
For NSN:5855012280939 $
Date Contract Amount To For NSN:5855006295334 $
For NSN:5855012280939 $
OutreachSystems Article Number: 120928/PROCURE/0603
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;
Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway Rome NY 13441-4514
R — VMware Software Support FA8751-13-Q-0005 092812 Cody Owens, Contract Specialist, Phone 315-330-2921, Fax 315-330-2555, Email cody.owens@rl.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation FA8751-13-Q-0005 is issued as a Request for Quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120906. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as a total small business set-aside under NAICS code 511210 and small business size standard of average annual receipts of less than or equal to $25.5M.
The contractor shall provide software maintenance the items in the attached Excel Spreadsheet on a firm fixed price (FFP) basis. Offerors must quantify the warranty terms and include shipping FOB Destination in the total price.
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
The required period of performance is 1 October 2012 thru 30 September 2013. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome. NY 13441-4514.
The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 12:00 PM ET, 28 September 2012. Submit to: AFRL/RIKO, Attn: Cody Owens, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to cody.owens@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.
(b)(4) Submit a technical description of items in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation necessary.
(b)(10) No past performance information is required.
(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price andtechnical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(k) SAM. Offerors must be registered in the SAM database prior to submitting an invoice. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering . Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing.
The provision at FAR 52.212-2, Evaluation — Commercial Items applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: (i) PRICE, (ii) TECHNICALACCEPTABILITY. The evaluation factors are of approximately equal importance.
Offerors are required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items. Also complete DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation). For your convenience all referenced certifications are attached to this solicitation. If you have a current ORCA record and are registered in SAM.gov you may complete only paragraph (b) of 52.212-3 (separate attachment) as well as 252.209-7998 & 252.209-7999.
The clause at 52.212-4, Contract Terms and Conditions — Commercial Items
applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders — Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.227-7015, Technical Data–Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.247-7023, Transportation of Supplies by Sea Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea
The following additional FAR and FAR Supplements provisions and clauses also apply:
52.232-18, Availability of Funds
52.247-34, F.O.B. Destination
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.
“Note: In accordance with FAR 52.232-18 Availability of Funds, Action is being initiated in advance of receipt of funds.” Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this contract action. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs”
All responsible organizations may submit a quote, which shall be considered.
Point of Contact
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-0005/listing.html
OutreachSystems Article Number: 120927/PROCURE/0056
Matching Key Words: writ*; copy; technical; standard;
Department of Veterans Affairs, VA North Texas Health Care System, Department of Veterans Affairs No. Texas Health Care System, Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
U–Speaker Workshop VA25712I1478 092712 Rita Anderson Contract Specialist 214-857-0043 Contract Specialist This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a request for proposal. The request does not obligate the Government to a contract award. The Department of Veterans Affairs, Dallas, TX is issuing this sources sought announcement for the contractor who can provide training which focus on critical leadership communication and team building skills in pursuit of broad scale system improvements and development of patient-centered care initiatives for our Central Texas Veterans Health Care System, 1901 1901 Veteran Memorial Drive, Temple, TX 76504.
This announcement is part of our market research, and responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. All interested firms under NAICS Code 711510 – Independent Artists, Writers, and Performer shall submit the following information no later than September 27, 2012, 10:00 AM CST:
Name, address and DUNS number of your firm
Point of contact (name/phone/email)
Current CCR
Business size, to include designation as Small Business, HUBZONE, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business Woman Owned, or Large Business Concern. The Government must be able to verify SBA certification of HUBZONE, 8(a), or SDB through CCR.
URL: https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25712I1478/listing.html
OutreachSystems Article Number: 120927/PROCURE/0462
Matching Key Words: naics!711510;
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)
Notice Type: RFI
Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing
24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.
“Relevant Patents” on the EST:
– US2010/0302542Al
– US20,080,003,543
– US5,410,815
– US5,426,295
– US5,476,385
– US6,755, 653
– US6,793,494
– US7,345,265B2
– US7,687,751B2
– US8,245,434
2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.
a. The following information is available in Federal Business Opportunities unsecure site:
– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.
– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.
b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO)website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
– Updated ‘DRAFT’ System Requirements Document (SRD) for EST
3. Provide Government response to additional Industry questions asked about this proposed acquisition.
************************************************************************
8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.
2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:
a. Disassemble and assemble the simulated weapons and all parts associated
b. Measure all locations of and examine all sensors inside the simulated weapons
c. Examine the recoil kits, trigger, and bolt assembly
d. Check laser locations and see how lasers are mounted
e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.
f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.
3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.
4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:
a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts
d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts
e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon
f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells
g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine
h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine
5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):
a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines
b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines
c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip
d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds
e. U.S. Army M9, 9mm Pistol with magazines
f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)
6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.
7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.
8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.
************************************************************************
10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.
2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.
The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:
Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.
Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.
The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:
– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil
– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil
The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.
After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.
************************************************************************
22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.
1. The following information is on FBO unsecure site:
– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012
– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012
– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012
– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012
– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012
– Appendix E. EST II Typical Collective Scenarios_18 May 2012
– Appendix F. EST II Typical Collective Course of Fire_18 May 2012
– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012
– Appendix H. EST II Typical Collective Criterion_18 May 2012
– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012
– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.
– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.
2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO)website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
– ‘DRAFT’ System Requirements Document (SRD) for EST
3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.
************************************************************************
21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:
a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:
1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,
2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.
b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.
2. Provide Government response to additional Industry questions asked about this proposed acquisition.
3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:
– Capability Product Document (CPD) for EST II, dated February 2007.
4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.
************************************************************************
TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012
27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailedinstructions for the access ad review of controlled packages associated with an opportunity.
Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)
U.S. Army Technical Manuals (TMs):
TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998
TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005
TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004
TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000
TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993
TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993
U.S. Army Field Manuals (FMs):
FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011
FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006
FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007
FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008
FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011
FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007
ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011
U.S. Army Training Circulars (TCs):
TC 25-8: TRAINING RANGES DATED MAY 2010
Weapons List
EST System/Subsystem Specification (SSS)
2. Provide a written response to questions and answers asked about this proposed acquisition.
************************************************************************
RFI POSTING DATED 12 JAN 2012
69–Request for Information (RFI) for a new EST II Program:
The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.
TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012
Notice Type: RFI
Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012
Original Set aside: N/A
Set Aside: N/A
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing
BRIEF SUMMARY OF THE ACQUISITION:
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat TacticalTrainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.
PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.
BACKGROUND:
The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-firetraining. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.
INTENDED CAPABILITIES FOR NEW EST II CONTRACT:
1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.
a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.
b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.
c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.
d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).
e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.
f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.
g. Provides pre and post aim point trace for individual weapons.
h. Provides burst by burst trace for machine gun weapons.
2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.
3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.
4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.
5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.
HANDS ON INDUSTRY OPPORTUNITY:
Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)
Sara Creely
(407)384-5291
Sara.Creely@us.army.mil
MAJ Robert DeGaine
(407) 384-3732
Robert.DeGaine@us.army.mil
The EST Training shelter is located at:
STTC/SFC Paul Ray Smith Simulation & Technology
Center RDECOM
12423 Research Parkway
Orlando, FL 32826
GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:
(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:
Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)
U.S. Army Technical Manuals (TMs)
TM 9-1005-319-10
M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998
TM 9-1005-338-13&P
Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)
TM 9-1240-413-12&P
M68 Reflex sight dated 25 July 2004
TM 9-1240-415-13&P
M145
TM 11-5855-213-10
Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993
TM 11-5855-262-10-1
Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993
TM 11-5855-301-12&P
Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002
TM 11-5855-308-12&P
Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005
U.S. Army Field Manuals (FMs)
FM 3-22.9
Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005
FM 3-22.27
MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006
FM 3-22.65
Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007
FM 3-23.35
Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008
FM 7-0
Training for full Spectrum Operations, Dated 12 Dec 2008
FM 7.8
Infantry Rifle Platoon and Squad, Dated 22 Apr 1992
ADP 3-0
Unified Land operations, dated 10 October 2011
U.S. Army Training Circulars (TCs)
TC 25-8
Training Ranges dated April 2004
Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/
In addition, the following will be provided:
1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)
2. System Specification – To be provided at a later date to Offerors.
3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.
4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.
GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:
1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.
2. Raw data for selected scenarios
GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.
1. Gutted (electronics removed) EST fleet of weapons
2. EST Jun-air Compressors (30 liter) for air supply to weapons
3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)
4. Virtual Battlespace 2 (VBS 2)
REQUEST FOR INFORMATION:
The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as pagenumber, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.
If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.
Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:
E-mail: Helen.Garcia@us.army.mil
Patricia.Hyland@us.army.mil
Robert.DeGaine@us.army.mil
Pete.Walton1@us.army.mil
Sara.Creely@us.army.mil
RFI QUESTIONS:
A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.
1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?
2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?
3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?
4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?
5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.
6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?
B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.
1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?
2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)
3. Would there be any special tools/test equipment required for maintaining your EST?
In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
CONTRACTING OFFICE ADDRESS:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
Points of Contact:
Helen Garcia, Contract Specialist, 407-208-3231
Patricia Hyland, Contracting Officer, 407-384-3754
Major DeGaine, Project Director, 407-384-3732
Pete Walton, Lead System Engineer, 407-380-4728
************************************************************************
ORIGINAL RFI POSTING DATED 24 MAY 2011
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.
Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.
The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.
The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.
Interested Sources should provide the following information:
1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.
2). Company history.
3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small armstrainers or components of small arms trainers.
4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.
Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.
This announcement is published for market research purposed only. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement.
Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:
Cori Lampe
Contract Specialist, SFAE-STRI-KOV
Email: Corisann.M.Lampe@us.army.mil
Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.
Questions with answers will be posted as an update to the RFI.
Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html
P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $
For NSN:5855012280939 $
Date Contract Amount To For NSN:5855006295334 $
For NSN:5855012280939 $
OutreachSystems Article Number: 120927/PROCURE/0611
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)
Notice Type: RFI
Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing
24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.
“Relevant Patents” on the EST:
– US2010/0302542Al
– US20,080,003,543
– US5,410,815
– US5,426,295
– US5,476,385
– US6,755, 653
– US6,793,494
– US7,345,265B2
– US7,687,751B2
– US8,245,434
2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.
a. The following information is available in Federal Business Opportunities unsecure site:
– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.
– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.
b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO)website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
– Updated ‘DRAFT’ System Requirements Document (SRD) for EST
3. Provide Government response to additional Industry questions asked about this proposed acquisition.
************************************************************************
8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.
2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:
a. Disassemble and assemble the simulated weapons and all parts associated
b. Measure all locations of and examine all sensors inside the simulated weapons
c. Examine the recoil kits, trigger, and bolt assembly
d. Check laser locations and see how lasers are mounted
e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.
f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.
3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.
4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:
a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts
d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts
e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon
f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells
g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine
h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine
5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):
a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines
b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines
c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip
d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds
e. U.S. Army M9, 9mm Pistol with magazines
f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)
6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.
7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.
8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.
************************************************************************
10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.
2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.
The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:
Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.
Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.
The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:
– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil
– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil
The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.
After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.
************************************************************************
22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.
1. The following information is on FBO unsecure site:
– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012
– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012
– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012
– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012
– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012
– Appendix E. EST II Typical Collective Scenarios_18 May 2012
– Appendix F. EST II Typical Collective Course of Fire_18 May 2012
– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012
– Appendix H. EST II Typical Collective Criterion_18 May 2012
– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012
– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.
– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.
2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO)website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
– ‘DRAFT’ System Requirements Document (SRD) for EST
3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.
************************************************************************
21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:
a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:
1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,
2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.
b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.
2. Provide Government response to additional Industry questions asked about this proposed acquisition.
3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:
– Capability Product Document (CPD) for EST II, dated February 2007.
4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.
************************************************************************
TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012
27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailedinstructions for the access ad review of controlled packages associated with an opportunity.
Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)
U.S. Army Technical Manuals (TMs):
TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998
TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005
TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004
TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000
TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993
TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993
U.S. Army Field Manuals (FMs):
FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011
FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006
FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007
FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008
FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011
FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007
ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011
U.S. Army Training Circulars (TCs):
TC 25-8: TRAINING RANGES DATED MAY 2010
Weapons List
EST System/Subsystem Specification (SSS)
2. Provide a written response to questions and answers asked about this proposed acquisition.
************************************************************************
RFI POSTING DATED 12 JAN 2012
69–Request for Information (RFI) for a new EST II Program:
The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.
TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012
Notice Type: RFI
Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012
Original Set aside: N/A
Set Aside: N/A
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing
BRIEF SUMMARY OF THE ACQUISITION:
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat TacticalTrainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.
PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.
BACKGROUND:
The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-firetraining. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.
INTENDED CAPABILITIES FOR NEW EST II CONTRACT:
1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.
a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.
b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.
c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.
d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).
e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.
f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.
g. Provides pre and post aim point trace for individual weapons.
h. Provides burst by burst trace for machine gun weapons.
2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.
3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.
4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.
5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.
HANDS ON INDUSTRY OPPORTUNITY:
Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)
Sara Creely
(407)384-5291
Sara.Creely@us.army.mil
MAJ Robert DeGaine
(407) 384-3732
Robert.DeGaine@us.army.mil
The EST Training shelter is located at:
STTC/SFC Paul Ray Smith Simulation & Technology
Center RDECOM
12423 Research Parkway
Orlando, FL 32826
GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:
(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:
Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)
U.S. Army Technical Manuals (TMs)
TM 9-1005-319-10
M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998
TM 9-1005-338-13&P
Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)
TM 9-1240-413-12&P
M68 Reflex sight dated 25 July 2004
TM 9-1240-415-13&P
M145
TM 11-5855-213-10
Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993
TM 11-5855-262-10-1
Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993
TM 11-5855-301-12&P
Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002
TM 11-5855-308-12&P
Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005
U.S. Army Field Manuals (FMs)
FM 3-22.9
Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005
FM 3-22.27
MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006
FM 3-22.65
Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007
FM 3-23.35
Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008
FM 7-0
Training for full Spectrum Operations, Dated 12 Dec 2008
FM 7.8
Infantry Rifle Platoon and Squad, Dated 22 Apr 1992
ADP 3-0
Unified Land operations, dated 10 October 2011
U.S. Army Training Circulars (TCs)
TC 25-8
Training Ranges dated April 2004
Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/
In addition, the following will be provided:
1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)
2. System Specification – To be provided at a later date to Offerors.
3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.
4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.
GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:
1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.
2. Raw data for selected scenarios
GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.
1. Gutted (electronics removed) EST fleet of weapons
2. EST Jun-air Compressors (30 liter) for air supply to weapons
3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)
4. Virtual Battlespace 2 (VBS 2)
REQUEST FOR INFORMATION:
The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as pagenumber, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.
If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.
Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:
E-mail: Helen.Garcia@us.army.mil
Patricia.Hyland@us.army.mil
Robert.DeGaine@us.army.mil
Pete.Walton1@us.army.mil
Sara.Creely@us.army.mil
RFI QUESTIONS:
A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.
1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?
2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?
3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?
4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?
5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.
6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?
B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.
1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?
2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)
3. Would there be any special tools/test equipment required for maintaining your EST?
In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
CONTRACTING OFFICE ADDRESS:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
Points of Contact:
Helen Garcia, Contract Specialist, 407-208-3231
Patricia Hyland, Contracting Officer, 407-384-3754
Major DeGaine, Project Director, 407-384-3732
Pete Walton, Lead System Engineer, 407-380-4728
************************************************************************
ORIGINAL RFI POSTING DATED 24 MAY 2011
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.
Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.
The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.
The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.
Interested Sources should provide the following information:
1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.
2). Company history.
3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small armstrainers or components of small arms trainers.
4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.
Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.
This announcement is published for market research purposed only. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement.
Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:
Cori Lampe
Contract Specialist, SFAE-STRI-KOV
Email: Corisann.M.Lampe@us.army.mil
Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.
Questions with answers will be posted as an update to the RFI.
Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html
P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $
For NSN:5855012280939 $
Date Contract Amount To For NSN:5855006295334 $
For NSN:5855012280939 $
OutreachSystems Article Number: 120927/PROCURE/0612
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)
Notice Type: RFI
Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing
24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.
“Relevant Patents” on the EST:
– US2010/0302542Al
– US20,080,003,543
– US5,410,815
– US5,426,295
– US5,476,385
– US6,755, 653
– US6,793,494
– US7,345,265B2
– US7,687,751B2
– US8,245,434
2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.
a. The following information is available in Federal Business Opportunities unsecure site:
– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.
– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.
b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO)website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
– Updated ‘DRAFT’ System Requirements Document (SRD) for EST
3. Provide Government response to additional Industry questions asked about this proposed acquisition.
************************************************************************
8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.
2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:
a. Disassemble and assemble the simulated weapons and all parts associated
b. Measure all locations of and examine all sensors inside the simulated weapons
c. Examine the recoil kits, trigger, and bolt assembly
d. Check laser locations and see how lasers are mounted
e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.
f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.
3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.
4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:
a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount
c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts
d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts
e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon
f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells
g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine
h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine
5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):
a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines
b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines
c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip
d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds
e. U.S. Army M9, 9mm Pistol with magazines
f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)
6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.
7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.
8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.
************************************************************************
10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.
2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.
The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:
Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.
Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.
The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:
– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil
– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil
The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.
After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.
************************************************************************
22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.
1. The following information is on FBO unsecure site:
– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012
– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012
– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012
– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012
– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012
– Appendix E. EST II Typical Collective Scenarios_18 May 2012
– Appendix F. EST II Typical Collective Course of Fire_18 May 2012
– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012
– Appendix H. EST II Typical Collective Criterion_18 May 2012
– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012
– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.
– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.
2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO)website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
– ‘DRAFT’ System Requirements Document (SRD) for EST
3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.
************************************************************************
21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:
a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:
1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,
2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.
b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.
2. Provide Government response to additional Industry questions asked about this proposed acquisition.
3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.
ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:
– Capability Product Document (CPD) for EST II, dated February 2007.
4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.
************************************************************************
TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012
27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012
The purpose of this RFI Amendment is to:
1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailedinstructions for the access ad review of controlled packages associated with an opportunity.
Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)
U.S. Army Technical Manuals (TMs):
TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998
TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005
TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004
TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000
TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993
TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993
U.S. Army Field Manuals (FMs):
FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011
FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006
FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007
FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008
FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011
FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007
ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011
U.S. Army Training Circulars (TCs):
TC 25-8: TRAINING RANGES DATED MAY 2010
Weapons List
EST System/Subsystem Specification (SSS)
2. Provide a written response to questions and answers asked about this proposed acquisition.
************************************************************************
RFI POSTING DATED 12 JAN 2012
69–Request for Information (RFI) for a new EST II Program:
The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.
TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012
Notice Type: RFI
Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012
Original Set aside: N/A
Set Aside: N/A
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing
BRIEF SUMMARY OF THE ACQUISITION:
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat TacticalTrainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.
PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.
BACKGROUND:
The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-firetraining. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.
INTENDED CAPABILITIES FOR NEW EST II CONTRACT:
1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.
a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.
b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.
c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.
d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).
e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.
f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.
g. Provides pre and post aim point trace for individual weapons.
h. Provides burst by burst trace for machine gun weapons.
2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.
3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.
4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.
5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.
HANDS ON INDUSTRY OPPORTUNITY:
Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)
Sara Creely
(407)384-5291
Sara.Creely@us.army.mil
MAJ Robert DeGaine
(407) 384-3732
Robert.DeGaine@us.army.mil
The EST Training shelter is located at:
STTC/SFC Paul Ray Smith Simulation & Technology
Center RDECOM
12423 Research Parkway
Orlando, FL 32826
GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:
(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:
Department of the Army Pamphlets (DA PAM):
DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)
U.S. Army Technical Manuals (TMs)
TM 9-1005-319-10
M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998
TM 9-1005-338-13&P
Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)
TM 9-1240-413-12&P
M68 Reflex sight dated 25 July 2004
TM 9-1240-415-13&P
M145
TM 11-5855-213-10
Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993
TM 11-5855-262-10-1
Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993
TM 11-5855-301-12&P
Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002
TM 11-5855-308-12&P
Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005
U.S. Army Field Manuals (FMs)
FM 3-22.9
Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005
FM 3-22.27
MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006
FM 3-22.65
Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007
FM 3-23.35
Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008
FM 7-0
Training for full Spectrum Operations, Dated 12 Dec 2008
FM 7.8
Infantry Rifle Platoon and Squad, Dated 22 Apr 1992
ADP 3-0
Unified Land operations, dated 10 October 2011
U.S. Army Training Circulars (TCs)
TC 25-8
Training Ranges dated April 2004
Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/
In addition, the following will be provided:
1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)
2. System Specification – To be provided at a later date to Offerors.
3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.
4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.
GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:
1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.
2. Raw data for selected scenarios
GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.
1. Gutted (electronics removed) EST fleet of weapons
2. EST Jun-air Compressors (30 liter) for air supply to weapons
3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)
4. Virtual Battlespace 2 (VBS 2)
REQUEST FOR INFORMATION:
The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as pagenumber, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.
If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.
Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:
E-mail: Helen.Garcia@us.army.mil
Patricia.Hyland@us.army.mil
Robert.DeGaine@us.army.mil
Pete.Walton1@us.army.mil
Sara.Creely@us.army.mil
RFI QUESTIONS:
A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.
1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?
2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?
3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?
4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?
5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.
6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?
B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.
1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?
2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)
3. Would there be any special tools/test equipment required for maintaining your EST?
In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
CONTRACTING OFFICE ADDRESS:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
Points of Contact:
Helen Garcia, Contract Specialist, 407-208-3231
Patricia Hyland, Contracting Officer, 407-384-3754
Major DeGaine, Project Director, 407-384-3732
Pete Walton, Lead System Engineer, 407-380-4728
************************************************************************
ORIGINAL RFI POSTING DATED 24 MAY 2011
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.
Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.
The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.
The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.
Interested Sources should provide the following information:
1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.
2). Company history.
3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small armstrainers or components of small arms trainers.
4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.
Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.
This announcement is published for market research purposed only. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement.
Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:
Cori Lampe
Contract Specialist, SFAE-STRI-KOV
Email: Corisann.M.Lampe@us.army.mil
Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.
Questions with answers will be posted as an update to the RFI.
Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html
P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $
For NSN:5855012280939 $
Date Contract Amount To For NSN:5855006295334 $
For NSN:5855012280939 $
OutreachSystems Article Number: 120927/PROCURE/0613
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;
Department of the Navy, Naval Supply Systems Command, Chief of Naval Installations Command – MWR/VQ, 5720 Integrity Drive Bldg 457 Millington TN 38055
R — Webinar Support/Production Svcs for Web-Based Training & E-Learning HDQMWR-12-R-0018 101212 Jovencia V. Williams , Contract Specialist, Phone 901-874-6879, Fax 901-874-2073, Email jovencia.williams@navy.mil – Troy L Milburn, Contracting Officer, Phone 901.874.6681, Fax 901.874.6824, Email troy.milburn@navy.mil To provide Web-based Training (WBT) and e-learning through a virtual classroom learning platform or Learning Management System (LMS). Provide varying levels of Webinar production to include administration and facilitation of live, web-based meetings, and training for FFSP staff and their customers. The Contractor shall coordinate and provide professional graphics design and technical writing svcs for webinars & development of PowerPoint training slides. All training materials developed shall be engaging and interactive, to maximum extent possible, using best practices and understtanding of adult learning theory.
The Contractor shall be located in the United States. All personnel shall be United States Citizens.
Place of Performance: Commander, Navy Installations Command ATTN: N912, Room 216 7736 Kitty Hawk St. Bldg.457 Millington, TN 38055 US URL:https://www.fbo.gov/notices/30de12a21667b91580a9eafb9eaef5f3
OutreachSystems Article Number: 120926/PROCURE/0075
Matching Key Words: writ*; technical;
Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE MS-4010 Washington DC 20549
99 — The purchase of custom framing, exhibit design and installation or wall/gallery hanging system design and installation. SECHQ112R8003 083012 Julia Gallmon, Contract Specialist, Phone 202-551-8023, Email gallmonj@sec.gov – Regina Mumford-Rush, Contracting Officer, Phone 202-551-7463, Email mumford-rushr@sec.gov This is a combined synopsis/solicitation for the purchase of custom framing, exhibit design and installation or wall/gallery hanging system design and installation (SOW attached), in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is SECHQ112R8003 and is issued as a request for proposals (RFP). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. This requirement is 100% Set-Aside for Small Business Concerns IAW FAR 19.502-2(b); the associated NAICS code is 453920; and the applicable small business size standard $7.0M. Respondents should follow the contract line item number (CLIN) structure detailed in the pricing schedule which is posted as an attachment entitled Pricing Schedule. The anticipated period of performance for this requirement is a five (5) year from September 20, 2012 – September 19, 2017 FOB: Destination. US Securities & Exchange Commission, 100 F Street NE, Washington DC 20549-2000.
All questions concerning this posting are due to the primary and secondary point of contact via e-mail no later than 12:00pm (EST), August 24, 2012.
All offers can be submitted electronically via e-mail, or mailed to the US Securities and Exchange Commission, 100 F Street NE, Washington DC 20549 to the primary and secondary point of contact.
The following FAR provisions apply: 52.212-1 Instructions to Offerors (Feb 2012) applies to this acquisition. The technical quote submission shall be limited to (10) one-sided pages. All offers must be for all items, as stated, partial offers will not be considered. 52.212-2 Evaluation of Commercial Items (Jan 1999) applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
;Technical Approach (address the requirements of the SOW)
Delivery (Ability to deliver large number (50 to 70) of framed certificates within less than two weeks)
Past Performance
Price
Technical, delivery, past performance, when combined, are equal when compared to price.
The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. Offerors must submit a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications Commercial (Apr 2012) with its offer unless the offeror has Representations and Certifications entered into the ORCA database at https://orca.bpn.gov/. FAR 52.212-3 can be downloaded from the Internet: https://www.acquisition.gov/far/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the combined synopsis/solicitation, may be excluded from consideration.
All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at https://www.acquisition.gov/far/.
The following FAR clauses are applicable: FAR 52.212.4 Contract Terms and Conditions Commercial Items (Feb 2012); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (May 2012) applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6 Restriction on Subcontractor Sales to the Government (Sept 2006); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); 52.219-14 Limitations on Subcontracting (Nov 2011); 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2012); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sep 2010); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-7 Payments under Time-and-Materials and Labor-Hour Contracts (Feb 2007); 52.232-33 Payment by Electronic Funds Transfer–Central Contractor (Oct 2003). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. Evidence of valid CCR registration must be obtained before award can be made; 52.239-1 Privacy or Security Safeguards (Aug 1996); 52.217-8 Option to Extend Services (Nov1999); and 52.217-9 Option to Extend the term of the Contract (Mar 2000) are also included by reference.
52.216-19 Order Limitations (Oct 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $100.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor-
(1) Any order for a single item in excess of $35,000;
(2) Any order for a combination of items in excess of $35,000; or
(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause)
52.216-22 Indefinite Quantity (Oct 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum.” The Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum.”
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after five years of award of contract. (End of clause)
Additional Clauses:
MINIMUM AND MAXIMUM QUANTITIES
(a) As referred to in paragraph (b) of FAR Clause 52.216-22, “Indefinite Quantity” of this contract, the contract minimum quantity is establish at $100.00. The contract maximum quantity is hereby established at the total amount of $350,000.00
TASK ORDER FUNDING
Firm-Fixed Task Orders may be issued under this contract within the established contract ceiling limitation.
ORDERING PROCEDURES – TECHNICAL DIRECTION LETTERS
When necessary, technical direction letters specifying quantity and types of frames (including matting) required as set forth in the contract and the required delivery date(s) shall be given through issuance of TechnicalDirection Letters (TDLs) by the Contracting Officer Representative (COR).
Each TDL shall be in writing (preferably via e-mail) from the COR and shall include, as a minimum, the following information:
• Date of TDL
• Contract, task order and TDL number (Program Office choice of convention for TDL number)
• Specific quantity, type of frame (including matting) being ordered and a description of each frame type. This information will be provided for each frame type included in the TDL;
• A space provided for the contractor to acknowledge the order and that they accept the requested delivery dates. Contractor will send the confirmation via return e-mail.
• Each TDL issued is subject to the terms and conditions of the contract; and in no event shall technical directions constitute an assignment of new work or changes to such nature as to justify any adjustment to the firm fixed prices, framing specifications listed in the contract, contract ceiling, contract funding, or delivery terms under the contract. In the event of conflict between a TDL and the contract, the contract shall control.
• When in the opinion of the contractor a technical direction letter calls for effort outside the contract, the contractor shall notify the Contracting Officer thereof in writing, with a copy to the COR, within two business days of having received the technical direction in question. The contractor shall undertake no performance to comply with the technical direction until the matter has been resolved by the Contracting Officer through formal contract modifications or other appropriate action.
Oral technical directions are not allowed.
Amendments to a TDL shall be in writing and shall include the information set forth in paragraph b above
Any effort undertaken by the contractor pursuant to written technical directions issued other than in accordance with the provisions herein shall be at the contractor’s risk. IF THE COR ISSUES A TDL THAT EXCEEDS THE AMOUNT OF FUNDING ON THE CONTRACT, THE TDL SHALL BE CONSIDERED OUT OF SCOPE AND SHALL NOT BE REIMBURSED BY THE GOVERNMENT. THE GOVERNMENT SHALL NOT BE LIABLE FOR OUT OF SCOPE TDLs.
TYPE OF SERVICE
a. The Government and the Contractor understand and agree that any services delivered by the Contractor to the Government are non-personal services. The parties also recognize and agree that no employer-employee or master-servant relationship exists or will exist between the Government and the Contractor. The Contractor and the Contractor’s employees are not employees of the Federal Government and are not eligible for entitlement and benefits given federal employees.
b. Contractor personnel under this contract shall not:
(1) Be placed in a position where there is an appearance that they are employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer.
(2) Be placed in a position of command, supervision, administration or control over personnel or personnel of other Government Contractors, or become a part of the Government organization.
(3) Be used in administration or supervision of procurement activities.
(End of additional clauses)
The contracted services are considered professional services therefore IAW U.S. Code of Federal Regulations (CFR) Title 29 (Labor), Volume 3, Chapter V, Subtitle B, Part 541, regulated by the Wage and Hour Division of the Department of Labor, it has been determined that the Service Contract Act and associated wage determination would not apply to this acquisition.
Set-Aside: Total Small Business Place of Performance: US Securities and Exchange Commission 100 F Street NE Washington , DC 20549 US URL:https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ112R8003/listing.html
OutreachSystems Article Number: 120926/PROCURE/0545
Matching Key Words: writ*; copy; technical; standard;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — Maintenance Renewal H92244-13-T-0003 093012 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation forCommercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0003, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 effective 13 Sep’12.
This procurement is 100% small busines set-aside and the associated North American Industry Classification System (NAICS) code is 541519 with a business size standard of 25 million. The DPAS rating for this procurement is DO-S10.
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B Schedule of Supplies and Services
CLIN 0001 Various software subscription services and maintenance renewals for 1 Oct 2012 through 30 Sep 2013 – See Section C for Extended Description Qty – 1 lump sum
CLIN 1001 Various software subscription services and maintenance renewals for 1 Oct 2013
OPTION through 30 Sep 2014 – See Section C for Extended Description Qty – 1 lump sum
CLIN 1002 Various software subscription services and maintenance renewals for 1 Oct 2014
OPTION through 30 Sep 2015 – See Section C for Extended Description Qty – 1 lump sum
F O B Destination
Section C Extended Description
Please see attached Software Maintenance Renewal spreadsheet. Please use the attached spreadsheet for quote.
Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Deviation) Mar 2012
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-36 Payment by Third Party Feb 2010
FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) Aug 2012
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes – Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.211-7003 Item Identification and Valuation Jun 2011
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Oct 2011
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil
All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance Technical capability and price. Government will award this contract based on best value to the government.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984
FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
FAR 52.232-18 Availability of Funds (APR 1984)
Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715.
SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g.,film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. Youmust clearly identify how your proposal meets ALL of the solicitation requirements.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil
Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 30 Sep’12. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
Set-Aside: Total Small Business Place of Performance: 1636 Regulus Ave Virginia Beach , VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0003/listing.html
OutreachSystems Article Number: 120926/PROCURE/0546
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
R–P2 Support for the Louisville District USACE W912QR-12-R-0062 101112 Lauren N. Otte, 502-315-6202 USACE District, Louisville Amendment 0001 is available at http://www.fbo.gov.
Set-Aside: Total Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL:https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-12-R-0062/listing.html
OutreachSystems Article Number: 120926/PROCURE/0605
Matching Key Words: age:state!ky; state!ky;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–BIOCHEMICAL TEST COLLECTION SERVICES W9124D-12-T-0182 092612 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox BIOCHEMICAL TEST COLLECTION SERVICES
The Mission and Installation Contracting Command (MICC) – Fort Knox intends to issue a request for quote (RFQ) for biochemical test collection services for the Army Substance Abuse Program, Fort Knox, Kentucky. This RFQ will be 100% set-aside for service disabled veteran owned small business. NAICS 541380 (size standard: $14.0 million) applies to this procurement. The period of performance is 28 September 2012 through 27 September 2013, with one one-year option period.
Request for quote (RFQ) will be posted to the Federal Business Opportunities website, FedBizOpps (www.fbo.gov) on or about 24 September 2012. The quote due date will be specified within the RFQ. All responsible sources may submit a quote. Contractors must download the solicitation from the website.
All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments.
A mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the System for Award Management (SAM.gov) (https://www.sam.gov).
All questions must be submitted in writing via e-mail to Barbara.j.mattingly2.civ@mail.mil.
Set-Aside: Service-Disabled Veteran-Owned 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/4f17687e16a3013c03d7bd2c585def3b
OutreachSystems Article Number: 120925/PROCURE/0065
Matching Key Words: age:state!ky; state!ky;
Department of Justice, Bureau of Prisons, USP McCreary, 330 Federal Way Pine Knot KY 42635
99 — GREASE TRAP REMOVAL SERVICES RFQP01201300003 092712 Edward D. Duncan, Email exduncan@bop.gov The Federal Bureau of Prisons, United States Penitentiary, McCreary, Kentucky, intends to issue a solicitation for the requirement of: GREASE TRAP REMOVAL SERVICES. Removal of grease traps and waste film from the lift station will occur monthly. The contractor will be required to hold all applicable licenses and permits required to perform the services. This solicitation is set aside for small businesses. The NAICS code for this solicitation is 562991. Services will begin in OCTOBER 2012 (Facilities Department staff will schedule services monthly). The contract type will be a requirements type contract with firm fixed pricing. The Government reserves the right to make single or multiple awards based on best value. The Government will award to the responsible quoter(s) whose quote, conforming to the solicitation, is most advantageous to the Government based on best value. Best value will be determined by evaluating each quotation based on price and administrative costs. The solicitation will be made available on or about SEPTEMBER 25,2012, and will be posted to the General Services Administration’s Federal Business Opportunities website: http://www.fbo.gov. All future information about this acquisition, including solicitation amendments, will also be distributed through this site. Interested parties are responsible for monitoring this site to insure they have the most up to date information about this solicitation. The anticipated date for receipt of quotes is SEPTEMBER 27,2012; however, this is a projected estimate and quoters should refer to Page 1 of the solicitation (Block #8) for the actual date quotations are due. The point of contact for all information regarding this solicitation is Edward Duncan, Procurement & Property Specialist, at the address listed above. Completed offers should be mailed to the address above or e-mailed to exduncan@bop.gov. The anticipated award date is OCTOBER 1,2012. The only format in which questions will be answered is by e-mail (no phone calls please). Faith Based and Community Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible.
Set-Aside: Total Small Business Place of Performance: USP McCreary 330 Federal Way Pine Knot, KY 42635 US URL: https://www.fbo.gov/spg/DOJ/BPR/12004/RFQP01201300003/listing.html
OutreachSystems Article Number: 120925/PROCURE/0447
Matching Key Words: age:state!ky; state!ky;
Department of Justice, Bureau of Prisons, USP McCreary, 330 Federal Way Pine Knot KY 42635
99 — SOLID WASTE DISPOSAL AREA. RFQP01201300002 092712 Edward D. Duncan, Phone 6063547021, Email exduncan@bop.gov The Federal Bureau of Prisons, United States Penitentiary, McCreary, Kentucky, intends to issue a solicitation for the requirements of: SOLID WASTE DISPOSAL AREA. This solicitation is unrestricted. The NAICS code for this solicitation is 562111. Delivery dates will begin in OCTOBER 2012 (exact dates shown within the solicitation). The Government reserves the right to make single or multiple awards based on best value. The Government will award to the responsible quoter(s) whose quote, conforming to the solicitation, is most advantageous to the Government based on best value. Best value will be determined by evaluating each quotation for one or more of the following: price, past performance, quality, comparison with other offers, and administrative cost. The solicitation will be made available on or about September 25, 2012, and will be posted to the General Services Administration Federal Business Opportunities website: http://www.fbo.gov. All future information about this acquisition, including solicitation amendments, will also be distributed through this site. Interested parties are responsible for monitoring this site to insure they have the most up to date information about this solicitation. The anticipated date for receipt of quotes is September 27, 2012; however, this is a projected estimate and quoters should refer to Page 1 of the solicitation (Block #8) for the actual date quotations are due. The point of contact for all information regarding this solicitation is Edward Duncan. Completed offers should mailed to the address listed above or e-mailed to exduncan@bop.gov. The anticipated award date is October 01, 2012. The only format in which questions will be answered is by e-mail (no phone calls please). Faith Based and Community Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible.
Place of Performance: USP MCCREARY 330 FEDERAL WAY PINE KNOT, KY 42635 US URL: https://www.fbo.gov/spg/DOJ/BPR/12004/RFQP01201300002/listing.html
OutreachSystems Article Number: 120925/PROCURE/0448
Matching Key Words: age:state!ky; state!ky;
Department of Homeland Security, Customs and Border Protection, Procurement Directorate – IN, 6650 Telecom Drive Intech Two, Suite 100 Indianapolis IN 46278
99 — No-cost Electronics Recycling 20070034 080112 Cynthia C. Young, Phone 317-614-4575, Email cynthia.young@dhs.gov ;
p;
This solicitation is issued as a competitive Request for Quotation (RFQ). This is a full and open solicitation. The applicable NAICS Code is 562998.
U.S. Customs and Border Protection (CBP), Office of Information and Technology (OIT), Hi-Tech, is disposing of a large amount of radio communication equipment. It is estimated, but not guaranteed, that thousands of pieces of equipment will be disposed of. In an effort to support a “Green Environment” concept, CBP is seeking a vendor to pick up, remove, and transport the equipment off CBP premises, all at no cost to the Government, and recycle and/or dispose of the items as described in the attachment statement of work (SOW).
CBP plans to establish a single, no-cost purchase order to fulfill this requirement. The resultant award will be one (1) year in duration with three (3) one-year option periods. The services rendered must be entirely free of cost to the Government.
See Attachment 1, Statement of Work, for a detailed description of technical requirements.
The Government will award a no-cost purchase order to the contractor whose quote is determined to be most advantageous to the Government based on the evaluation criteria of technical capability and past performance. Price is not a factor in the Government’s evaluation since award will be made at no cost.
Technical Capability–
For the Technical Capability evaluation factor, the Government will evaluate the contractor’s capability to provide timely, efficient, and reliable recycling services for CBP. The Government will evaluate each contractor’s technical approach for satisfying the requirement to determine whether the contractor has demonstrated a clear understanding of the work to be performed, including competent and thorough knowledge of the requirements as stated in the Statement of Work (SOW), as well as the resources, tools and methods to meet the requirements. The contractor’s technical capabilities as demonstrated in thewritten technical quotation will be evaluated to determine their understanding and proven ability to provide the shredding, smelting, and/or total meltdown of all waste. No secondary or downstream vendors are authorized to participate in the destruction process. Rather, the vendor must provide all contemplated services without subcontracting for any component of this process. Due to the security risk involving waste equipment, refurbishment, redistribution, or resale of whole equipment to the public is not authorized. Written quotations must sufficiently demonstrate the vendor’s ability to meet all of the requirements of the SOW, including, but not limited to, the “Special Considerations” outlined in Section 10 of the SOW concerning the Contractor’s possession of necessary permits and/or licenses and proper management of materials under federal environmental and/or transportation requirements. As part of this evaluation factor, contractors must demonstrate that they are R2/RIOS certified electronics recyclers. In addition totechnical capabilities, vendors must substantiate their ability to meet the required turnaround time of 24-48 hours in responding to requests and picking up waste containers from the addresses listed in Section 7 of the SOW.
Past Performance–
The following will be considered in evaluating a Contractor’s past performance: Demonstrated record (as confirmed by references) of recent successful past performance of efforts of similar size and complexity to that being solicited herein. Recent past performance is defined as all or part of the period of performance having occurred within 36 months of RFQ closing date. An effort of “similar size and complexity” for the purpose of this evaluation means a similar volume of waste material recycled, and a similar number of sites serviced. No-cost contracts similar to the one currently being solicited are preferred as past performance references. Contractors shall provide two (2) separate past performance references. The past performance submission shall include company/agency name, period of performance, point of contact, telephone and e-mail address. Additionally, for each reference, the contractor shall provide a brief description of how the identified effort is similar in size and complexity to the effort being solicited. Contractors shall also provide the dollar amount for referenced projects if they were not performed at no cost. Dollar amount as described herein refers to the amount paid to the vendor for such services. CBP will provide past performance references with a past performance questionnaire, which is provided for informational purposes as an attachment to the solicitation. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor.
Quotations shall be provided in one volume addressing both technical capability and past performance and shall not exceed seven pages in length, including any attachments that the Contractor may choose to provide. Documentation of R2/RIOS certification may be included as an attachment to the technical quotation and excluded from the seven-page limit.
In order to eligible for award, contractors must be registered in the Central Contractor Registration (CCR) at https://www.ccr.gov/ and not be found in the Excluded Parties Listing System (EPLS) athttps://www.epls.gov/ .
Quotes are due via email by August 1, 2012, at 4:00 PM Eastern Daylight Time. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government.
All quotes must be submitted via email to Cynthia Young at cynthia.young @dhs.gov , and must be received no later than the response date and time identified above. When responding, please include “Electronics Recycling – 20070034” In the subject line. To verify receipt of your response, please contact Cynthia Young via e-mail.
Important note regarding email attachments: CBP’s email system limits incoming email attachments to 10 MB per email. Contractors should not submit .zip files as these may be stripped by CBP’s email system. All incoming files are scanned so there may be a delay between the time the file is submitted and the time it is received. Therefore, Contractors must ensure they submit quotes with sufficient time to reach the required destination no later than the response due date identified above. Contractors are strongly encouraged to verify receipt of their responses (via email) as noted above. Contractors may submit attachments in multiple emails due to size constraints; however, the complete quote (including all required submissions) must be received by the due date and time identified above.
All communications regarding this solicitation shall be submitted via email. Phone calls regarding this requirement may not be returned.
Attachment 1: Statement of Work
Attachment 2: Past Performance Questionnaire (Information Only)
Place of Performance: See SOW US URL: https://www.fbo.gov/spg/DHS/USCS/FPSB/20070034/listing.html
OutreachSystems Article Number: 120925/PROCURE/0456
Matching Key Words: writ*; technical;
United States Postal Service, Supplies and Services Purchasing, Services Purchasing (Headquarters), 475 L’Enfant Plaza SW Room 4541 Washington DC 20260-6237
R — Equal Employment Opportunity (EEO) Investigator 2B-12-A-0085 100812 Patricia K. Goode, Contracting Officer, Phone 3037431262, Email patricia.k.goode@usps.gov Solicitation for Investigative Services for the United States Postal Service
The Supplier will perform investigations of discrimination complaints, management initiated investigations of harassment allegations that are not discrimination complaints, and compensatory damages claims and prepare Reports of Investigation (ROI) for the United States Postal Service (USPS) National Equal Employment Opportunity Investigative Services Office (NEEOISO) and its federal agency customers.
The Supplier will conduct a thorough investigation for each case assigned to identify and obtain evidence from all relevant sources and gather sufficient information relevant to the issues in the complaint for the USPS, its federal agency customers, or EEOC to determine the validity of the claim(s) and any remedies as appropriate. The Supplier will perform the investigation by:
a. Preparing an Investigative Plan;
b. Obtaining documentary information, including relevant statistics;
c. Securing testimony from complainants and witnesses;
d. Submitting a draft ROI, based on a complete review and analysis of the facts; and
e. Submitting a final ROI, based on a complete review and analysis of the facts.
If you are qualified to perform the above services and are interested in applying for the position, you will need to respond to the information under Section D on page 19 of the Solicitation attached.
Pages 2 through 14 are the Provisions and Clauses that are required for you to accept in order to provide services for the United States Postal Service. Signing the attached 8203 is your acceptance to these conditions.
Pages 16 through 18 is the Statement of Work (SOW) which explains the type of work you will be performing.
Page 19 through 23 is information on your proposal, how to submit and the qualifications. As mentioned under item B, you are limited to only three (3) pages for your responses to the Technical & Supplier Capability and Past Performance. On page 20, under Technical & Supplier Capability, the items are listed as i, ii, iii, etc, I recommend that you only list the letter and then your response to save space; the same with Past Performance. If you exceed the three (3) pages for your response to these, we will remove the last pages that exceeds that number and the evaluation will only be performed on the first three (3) pages.
Note – Cover pages, tables of contents and resumes do NOT count towards the page limitation.
Items that need to be Submitted
Signed 8203
Pages 5, 6 & 7 of solicitation with responses to Provision 4-3 Representations and Certifications
Responses to the qualifications for Technical & Supplier Capability and Past Performance (limited to 3 pages)
Resume with 3 references included and any other information listed that you need to submit to support your qualifications
NOTE THIS IS AN AGREEMENT BETWEEN AN INDIVIDUAL AND THE USPS ONLY.
Place of Performance: Home-Based US URL: https://www.fbo.gov/spg/USPS/SSP/SPHQ/2B-12-A-0085/listing.html
OutreachSystems Article Number: 120924/PROCURE/0014
Matching Key Words: documentar*;
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W. Washington DC 20005
T — FREELANCE PHOTOJOURNALIST SERVICES MCC-12-RFQ-0047 092412 Lisa Smith Kulley, Contracting Officer, Phone 2025213719, Fax 202521-3947, Email Smith-Kulleylm@mcc.gov (a) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(b) The Solicitation number is: MCC-12-RFQ-0047 and is issued as a Request for Quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-61 dated September 13, 2012.
(c) The North American Industrial Classification System (NAICS) code is 711510 and the small business size standard is $7.0 million.
(d) The Millennium Challenge Corporation (MCC) is an innovative and independent U.S. foreign assistance agency that is helping lead the fight against global poverty. Created by the U.S. Congress in 2004 with strong bipartisan support, MCC is changing the conversation on how best to deliver smart U.S. foreign assistance by focusing on good policies, country ownership and results. MCC forms partnerships with some of the world’s poorest countries, but only those committed to good governance, economic freedom and investments in their citizens. MCC provides these well-performing countries with compact grants to fund country-led solutions for reducing poverty through sustainable economic growth. MCC grants are designed to complement other U.S. and international development programs, as well as create an enabling environment for private sector investment.
(e) The Millennium Challenge Corporation (MCC) requires a freelance Photojournalist to provide striking imagery to effectively tell the stories of our beneficiaries and impact. The Photojournalist will be expected to travel to MCC partner countries to capture documentary-style photographs to elevate awareness of the MCC model and showcase impacts and results.
(f) Photojournalists are invited to submit their quotations in response to this notice by 5:00 PM Eastern Daylight Time (EDT), September 24, 2012. Only e-mailed requests for additional information will be accepted at smith-kulleylm@mcc.gov 12:00 Noon EDT, September 24, 2012. Quotations submitted in response to this notice shall include the solicitation number in the subject line and be signed, dated and submitted via email to smith-kulleylm@mcc.gov.
(g) GSA Schedule Holders who responded to MCC-12-RFQ-0047are still being considered and should not re-submit. Additionally, Freelance Photojournalists who responded to the MCC Freelance Photojournalist solicitation based on invitation from the Contracting Officer are still being considered and should not re-submit.
(h) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html.
(i) The FAR provision 52.212-2, Evaluation – Commercial Items, applies to this Solicitation. See attached document entitled: Selection Factors/ Evaluation. The Government will award a Commercial Item, Time and Materials contract resulting from this RFQ to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, price, and other factors in the solicitation. When combined, technical and past performance evaluation factors are more important than cost/price.
(j) All vendors who do business with the Government must be registered in the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/ . A DUNS number is needed to register your entity in SAM. If you do not have a DUNS number, you can request a DUNS number for free by visiting D&B at: http://fedgov.dnb.com/webform. It takes 1-2 business days to obtain a DUNS number. Representations and Certifications will be obtained from SAM.
(k) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, (Alt I) applies to this acquisition with addendum to the clause. The Addendum is attached.
(l) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation and proposed subsequent contract (See attached Addendum for the other applicable clauses contained within FAR clause 52.212-5)
(m) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices.
(n) See attached documents entitled: 1) ADDENDUM TO FAR CLAUSE 52.212-4 CONTRACT TERMS AND CONDITIONS -COMMERCIAL ITEMS; 2) SELECTION / EVALUATION; 3) PHOTOJOURNALIST PRICE TEMPLATE
Place of Performance: Mozambique, Tanzania US URL: https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-12-RFQ-0047/listing.html
OutreachSystems Article Number: 120923/PROCURE/0031
Matching Key Words: documentar*; naics!711510;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
69 — Jump Tickets H92244-13-T-0010 092812 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for CommercialItems in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0010, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 effective 13 Sep’12.
This procurement is unrestricted and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of $7 million. The DPAS rating for this procurement is DO-C9.
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B Schedule of Supplies and Services
CLIN 0001 Jump Lift Tickets from 1 Oct 2012 through 30 Sep 2013 Qty – 1000 ea
CLIN 1001 Jump Lift Tickets from 1 Oct 2013 through 30 Sep 2014 Qty – 1000 ea
Option
Location: Marana, AZ
F O B Destination
Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Deviation) Mar 2012
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-36 Payment by Third Party Feb 2010
FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) Aug 2012
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes – Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.211-7003 Item Identification and Valuation Jun 2011
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Oct 2011
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil
All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance Technical capability and price. Government will award this contract based on best value to the government.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984
FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
FAR 52.232-18 Availability of Funds (APR 1984)
Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715.
SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. Youmust clearly identify how your proposal meets ALL of the solicitation requirements.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil
Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 28 Sep’12. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
Place of Performance: Marana, AZ US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0010/listing.html
OutreachSystems Article Number: 120923/PROCURE/0151
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
T–Public Service Announcement (PSA) that supports the Navy’s efforts in marine mammal protection using software-based modeling and simulation entitled NAEMO (Navy Acoustic Effects Model). N6660412Q3632 092712 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 Public Service Announcement (PSA) that supports the Navy’s efforts in marine mammal protection using software-based modeling and simulation entitled NAEMO (Navy Acoustic Effects Model). PSA will be created in 4K resolution using high-end production/post production pipeline and workflow methods. The contractor will Produce a 60 second spot that will screen in large format in museums, aquariums or general theatre (digital cinema) venues. The final product shall include final script, concept art, storyboards, live action source material and, stock library footage (as needed), high-resolution computer-generated imagery (CGI) and all composite elements for Visual Effects sequences, and sound design/audio tracks, and a finished edited master.
The required services consist of CLIN 0001-Pre-production, Production and CLIN 0002-Post-Production.
CLIN 0001 consists of services to execute a development/scriptwriting phase and tasking that will include all research, concept development, outlining, writing, editing, illustrations, storyboarding and other activities that are necessary in order to document the proposed concept and to develop a finished script or artwork depicting the media deliverable in its final form. Services for this task are required 30 days from date of award.
CLIN 0002 consists of services to execute a post-production phase consisting of all services and products that result in the end deliverable through mostly digital means such as image capture, transcoding, meta-data tagging, media organization, offline editing, online editing, color correction, graphics, titles, visual effects, sound design, music and all finishing necessary in order to achieve quality required the final digital master, all through a file-based workflow.
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 21 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 Tuesday September 25, 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/N6660412Q3632/listing.html
OutreachSystems Article Number: 120922/PROCURE/0098
Matching Key Words: naics!512110;
Department of Veterans Affairs, Long Beach VANLO, Department of Veterans Affairs, 4811 Airport Plaza Drive, Long Beach, CA 90822
T–Web Video Vignettes on Psychotherapy Skills VA262-12-Q-1896 092512 Name: Darwin Thomas, Title: Contracting Officer, Phone: 5627662270, Fax: , Email: darwin.thomas@va.gov; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is VA262-12-Q-1896 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110 with a small business size standard of $29.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-25 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Los Angeles, CA 90073 Set-Aside: Total Small Business Place of Performance: Los Angeles, CA 90073 90073 US URL:https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA262-12-Q-1896/listing.html
OutreachSystems Article Number: 120921/PROCURE/0112
Matching Key Words: naics!512110;
National Aeronautics and Space Administration, Glenn Research Center, Office of Procurement, NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
U–WINDCHILL TRAINING NNC12450710Q 092612 Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov Dorothy E Viancourt This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as Request for Quotations (RFQ) for: Windchill Overview training developed and delivered. The training session should provide an overview of Windchill as a Product Lifecycle Management tool, and also provide a working knowledge of how Windchill is implemented at NASA GRC. Specifically, attendees should leave the training session with a better understanding of the data and processes that Windchill helps to manage, and an awareness of how activities they perform on a daily basis effect downstream capabilities and deliverables. The training will be delivered to up as many as 400 NASA GRC Windchill users, though not simultaneously. The training will cover a wide range of topics, including: Windchill Overview, NASA GRC Windchill, System Layout, Data Configuration, Data Loading, Initial Release Process, Change Process, Baselines, Variations, and Miscellaneous Training Session Specifics: Each training session shall, minimally, cover the following: High level Windchill overview, including: Products, Libraries, Programs, and Projects Folders, Teams and roles, Preferences, and Table Views. GRC data management, including: Lifecycles, Iterations and versions, Naming, Numbering, Object Types, and Attributes. Common object types, including: CAD Documents (particularly as related to Creo Elements/Pro), Documents, Structures, including CAD, Part (Product) Windchill Searches Releasing data Revising data (Problem Report, Change Request, Change Notice) GRC Baselines Action Items The GRC approach to managing product variants Visualization using CreoView Performing a document inspection Loading a large amount of data at one time Folder level access control Waivers Deliverables: 1. The contractor shall deliver the training session in a lecture-style format 2. Each training session shall last two hours 3. The contractor shall deliver no fewer than 8 training sessions, with each one having as many as 50 attendees 4. The contractor shall provide a video/audio DVD recording of one of the last training sessions to satisfy the training needs of future users. 5. The contractor shall provide a PowerPoint file that summarizes the training a. At the outset of each session, the contractor shall provide a hardcopy of the summary to each attendee 6. The contractor shall, for the six working hours that remain each training session day, provide user-requested Windchill support a. At the conclusion of the training, the contractor shall provide, in an electronic format, a detailed log of who was helped, and the nature of the support What NASA GRC Will Provide: 7. NASA GRC will make a Windchill administrator available to provide the contractor information about GRC Windchill that is germane to the training sessions 8. NASA GRC will provide a room large enough to accommodate up to 50 attendees 9. NASA GRC will provide a projector in the room The provisions and clauses in the RFQ are those in effect through FAC 2005-58 [ENTER THE NUMBER-CURRENT FAC CAN BE OBTAINED FROM http://nais.nasa.gov/far/ ]. The NAICS Code and the small business size standard for this procurement are 611420, $7.0 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by NOON ON WEDNESDAY SEPT 26TH, 2012 to DE VIANCOURT (Dorothy.E.Viancourt@nas.gov) and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act — Supplies, ” the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: NONE The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to DE VIANCOURT (Dorothy.E.Viancourt@nas.gov) not later than MONDAY SEPT 24TH, 2012. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance, scheduling and any other information supplied and requested in regards to completely covering all the specs for the training required. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications – Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf . These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html . Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr-D&pin-22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
URL: https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12450710Q/listing.html
OutreachSystems Article Number: 120921/PROCURE/0118
Matching Key Words: writ*; copy; technical; standard;
FedBizOpps – Awards
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE, N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE01220 Pacific Highway San Diego, CA
99–N62473-12-R-4801 Navy-Retained Condition (NRC) at Former Mare Island Naval Shipyard (MINS), Vallejo, California. N6247312R4801 Mr. Mark Muralt, Contract Specialist Phone: (619) 532-0779allan.tamayo@navy.mil N6247312C4801 $422,016.00 092812 0001 NOREAS, Inc. (DUNS 016933927) 16501 Scientific Way Irvine, CA 92618-4356 To support the Navy’s closure of Navy-Retained Condition (NRC) at Former Mare Island Naval Shipyard (MINS), Vallejo, California.
The objective of the scope of work (SOW) is to perform a limited excavation of soils in the area where levels of the contaminants of concern (COCs) are above removal monitoring levels (RMLs) and take confirmation samples of soil, soil gas and groundwater to confirm the remaining COCs at the site are below the RMLs. Options described in this SOW include quarterly performance of additional soil gas and groundwater sampling in the 6 existing soil gas and 5 existing groundwater monitoring wells and documentation of the results in a letter report, performance of a screening level human health risk assessment (SLHHRA) on the data collected at the site and writing a technical memorandum (TM) documenting the SLHHRA., additional subsurface treatment of the site by injection and creation of a new Work Plan (WP), as necessary.
URL: https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/Awards/N6247312C4801.html
OutreachSystems Article Number: 121005/AWARDS/1246
Matching Key Words: writ*; technical;
Department of Veterans Affairs, VA Western New York Health Care System, Department of Veterans Affairs Western New York Health Care System, Department of Veterans Affairs;Western New York Healthcare System;2875 Union Road, Suite 3500;Cheektowaga, NY 14227
T–Behavioral Health DVD-Buffalo VAMC VA52812R0785 Michelle A. Harsch Contracting Officer Michelle.Harsch@va.gov Michelle A. Harsch, Contracting Officer VA528-12-P-1543 $8,500.00 092712 Behavioral Health DVD B ROLL VIDEO PRODUCTIONS;425 FILLMORE AVE;TONAWANDA;NY;141502512 No Description Provided
URL: https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52812R0785/listing.html
OutreachSystems Article Number: 120928/AWARDS/0820
Matching Key Words: video*; produc*; production?; naics!512110;
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 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox W9124D-12-P-0660 $149,424.00 091812 0001 REPARIO LTD., INC (168564677)
3225 MCLEOD DR STE 100
LAS VEGAS, NV 89121-2257 Award Notice
URL: https://www.fbo.gov/notices/e104cec3fd508b07984ee920dc42ae8a
OutreachSystems Article Number: 120928/AWARDS/1359
Matching Key Words: age:state!ky; 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 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox W9124D-12-P-0653 $149,700.00 091812 0001 REPARIO LTD., INC (168564677)
3225 MCLEOD DR STE 100
LAS VEGAS, NV 89121-2257 Award Notice.
URL: https://www.fbo.gov/notices/5ba25ee849dac9e841c781336f3376bd
OutreachSystems Article Number: 120928/AWARDS/1360
Matching Key Words: age:state!ky; 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 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox W9124D-12-P-0655 $128,700.00 092112 0001 REPARIO LTD., INC (168564677)
3225 MCLEOD DR STE 100
LAS VEGAS, NV 89121-2257 Award Notice.
URL: https://www.fbo.gov/notices/17e673049fd15bc7d298d462ac3477b7
OutreachSystems Article Number: 120928/AWARDS/1361
Matching Key Words: age:state!ky; 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 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox W9124D-12-P-0661 $149,702.00 092512 0001 REPARIO LTD., INC (168564677)
3225 MCLEOD DR STE 100
LAS VEGAS, NV 89121-2257 Award Notice.
URL: https://www.fbo.gov/notices/a2b8176855ce8af5a785c1f81ba2a9d7
OutreachSystems Article Number: 120928/AWARDS/1362
Matching Key Words: age:state!ky; state!ky;
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000 Atlanta GA 30341-4146
U — National Tobacco Education Campaign 2012-N-14321 Thaddeus E Rollins, Phone 770-488-1971, Fax 770-488-2778, Email tnr6@cdc.gov – Natasha Y Rowland, Contracting Officer, Phone 770-488-2601, Fax 770-488-2671, Email hee5@cdc.gov 200-2012-53469 $146,988,430.00 092412 Plowshare Group, Inc, 1 Dock Street Ste 209, Stamford, CT 06902 US This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. In conjunction with FAR 12.6, the government intends to use the policies and procedures in accordance with FAR 15 Contract By Negotiation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. 2012-N-14321 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This procurement is Total Small Business Set-Aside. The associated NAICS code 541890. The total period of performance under this contract shall be base period of 12 months with two (2) option periods twelve (12) months each. This is a Firm-Fixed-Price contract with not to exceed travel line item. The resultant contract will be funded using Prevention and Public Health Funds (PPHF). Additional PPHF reporting as required per Health and Human Services Acquisition Regulation (HHSAR) clause 352.204-16 is incorporated in full text.
The purpose of the National Tobacco Education Campaign is to educate the public about the harmful effects of tobacco use and encourage smokers to quit. Our objectives will be to raise awareness of the health consequences of tobacco use; encourage cessation of tobacco products; and to direct people to free resources to help them quit. This campaign will support and reinforce the messages delivered by state and community media campaigns. The primary target audience for this campaign is the adult smoker ages 18-54. Secondary audiences include adult and young adult non-smokers, parents, family members, and adolescents. Coordinated mass media, public and private sector partnerships, and earned and social media strategies are core elements of the campaign.
This is a Performance Base Award. The main purpose of this contract is to conduct a paid national media campaign which will run for three to six months (per performance period). The contractor should describe in its proposal a strategy for implementing a paid national media campaign, recognizing that with limited funds available, an emphasis would need to be placed on leveraging media dollars to the greatest extent possible and considering the best ratio of national to localized placement. Contractors are encouraged to include budgets for the costs of running a 12- vs. 24-week buy (3 vs. 6 month campaign) in all 200+ designated market areas (DMAs).
The contractor shall develop up to fifteen (15) ad packages (5 in the Base year, 5 in Option period one and 5 in Option period two) that may target particular underserved populations at high risk for tobacco use. For the purposes of this contract, an ad package refers to the comprehensive development of an ad concept, with at least one execution in these mediums: television, radio, print, out of home, and digital executions. Note that certain executions will have multiple variations in sizes, etc. The contractor is also free to propose additional creative ad assets.
For the campaign to be successful, a thorough understanding of the target audiences, the health behaviors promoted, and the barriers and motivators for the target audiences taking action is essential. This understanding will inform the placement of media, facilitate the development of messages, and enhance the campaign strategies and tactics that resonate with the target audiences. Contractors are encouraged to be creative and offer their best ideas to CDC.
The following attached documents are an integral component of this synopsis/solicitation:
1. Attachment 1- Contract Line Items
2. Attachment 2- Performance Work Statement
3. Attachment 3- Quality Assurance Surveillance Plan
Your submission should include three separate proposals: technical, business and past performance. Evaluation of Offeror’s proposals shall occur in a two stage process. In Stage One, the offeror’s written technical and business proposals will be evaluated based on the criteria listed below. After initial evaluation, and for the purposes of efficiency, the Government may elect to establish a competitive range limited to those Offerors that are the most highly rated, based only on the Offeror’s written technical and business proposal.
In Stage Two, Offerors in the Competitive Range will be invited to participate in Oral presentations. During this stage the Offeror’s Oral Presentation will be evaluated and the scoring thereof added to the Offeror’swritten proposal (Stage One score) to form the overall rating for the Offeror. Past Performance will be evaluated for all offerors in the Competitive Range on performance documentation or any other pertinent information available to the Government.
This contract will be awarded to the Offeror whose proposal is considered to be the best value to the Government, price and other factors considered. For purposes of this evaluation, technical factors are more important than price in making the award determination. The Government will not make an award at a higher overall cost to the Government to achieve only slightly superior performance.
Quality Assurance Surveillance
The contractor evaluation of this contract will be subject to the terms and conditions of the Quality Assurance Surveillance Plan (QASP) per attachment 3. The QASP is a Government developed document and the purpose is used to ensure that the Government receives quality services, and pays only for services actually provided. The QASP provides a systematic method to evaluate the services the Contractor is required to furnish. The QASP includes a Performance Requirement Summary, which will be used to gauge the Contractor’s commitment to successful performance, its willingness to stand behind its products and services during the course of the contract, as well as its confidence and ability to perform.
Part I: Technical Proposal:
The Contractor shall limit the technical proposal to 50 single-sided pages (not including appendices and exhibits), 8 1/2 by 11 inch paper of 12-point font. Pages exceeding the specified limit will be removed and not forwarded for evaluation. The narrative plan must include a technical approach & plan of operation, staffing & management work plan, proposed deliverables, and key deadline dates. In addition, the Contractor must provide a description of corporate qualifications and past/similar experience to demonstrate the company’s ability to successfully complete assignments of comparable size and complexity.
Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s statement of work will not be eligible for award. The technical proposal should be in as much detail as considered necessary to reflect a clear understanding of the nature of the work being undertaken.
The technical proposal must not contain reference to cost; however, resource information, such as data concerning labor hours and categories, materials, subcontracts, etc., must be contained in the technicalproposal so that the Offeror’s understanding of the work can be evaluated. For purposes of the requirements set forth under this contract, the evaluation will be based upon the following criteria in descending order of importance:
Criteria Value of criteria
Similar Experience 40%
Technical Approach and Plan of Operation 25%
Oral Presentation 20%
Staffing and Management Plan 15%
100%
Part II: Business Proposal
The business proposal shall include the total price for the entire project, and shall be broken down by the task activities as set forth in the performance work statement. Pricing shall be a firm fixed priced, with a not to exceed Travel Line Item. The price should be included as an appendix in an Excel spreadsheet itemized per task including cost for any subcontracted work. Budgets, staff hours, and other direct costs should be organized around the tasks and related deliverables described in the PWS. Offerors shall propose a payment schedule based on completion of defined milestones or specified deliverables in accordance with the PWS.
Part III: Past Performance
The Government will evaluate the quality of the Offeror’s past performance as it relates to accomplishing the requirements of the Statement of Work. Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. By past performance, the Government means the Offeror’s record of conforming to specifications and standards of good workmanship; the Offeror’s record of forecasting and controlling costs; the Offeror’s adherence to contract schedules and terms, including the administrative aspects of performance; the Offeror’s reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror’s business-like concern for the interest of the customer and the degree of quality of deliverables and performance
A list of no more than three (3) most current (within the last 5 years), relevant contracts and/or subcontracts (completed or currently in progress) for the prime offeror and any subcontractors (3 each for prime and significant subcontract(s)). Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. The offeror shall provide the following information for each reference cited in the Corporate Experience section of the Technical Proposal. Include the following information for each contract/subcontract:
1) Name of Contracting Activity
2) Contract Number
3) Contract Type
4) Total Contract Value
5) Contract Description
6) Contracting Officer Name, Email and Telephone Number
FAR Clauses
All FAR clauses and provisions can be obtained at http://www.arnet.gov/far/loadmainre.html.
FAR 52.212-1 Instructions to offerors — Commercial Items
FAR 52.212-4 Contract Terms and Conditions – Commercial Items
FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition.
The following FAR clauses identified in FAR 52.212-5 are applicable to this acquisition; 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 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; 52.222-50 Combating Trafficking in Persons; 52.232-36 Payment by Third Party (May 1999); 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR), 52.246-2 Inspection of Supplies-Fixed-Price.
FAR 52.212-3 Offeror Representations and Certifications – Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found athttp://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far.
ALTERNATE – REPRESENTATION BY CORPORATION REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UN ANY FEDERAL LAW
The Consolidated Appropriations Act, 2012 Pub L112-74 and the Consolidated and Further Continuing Appropriations Act, Pub L. 112-55 prohibit covered agencies from using funds to enter into contracts with corporation that have unpaid federal tax delinquencies or certain felony convictions unless certain conditions are met.
(a) The Offeror represents that:
1. It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.
2.
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 agreement with the authority responsible for collecting the tax liability.
FAR 52.219-14 Limitations on Subcontracting (NOV 2011)
(a) This clause does not apply to the unrestricted portion of a partial set-aside.
(b) Applicability. This clause applies only to-
(1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns;
(2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and
(3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).
(c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for-
(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.
(3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.
(4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.
(End of clause)
FAR 52.221-41 Service Contract Act of 1965 (Nov 2007)
Applicable Service Contract Act Wages (Jul 1999)
The attached Wage Determination, No. 2005-2134 dated 06/13/2011 specifies hourly rates of wages that shall be paid to all employees performing work required under this contract. These rates have been determined by the Secretary of Labor in accordance with the provisions of the Service Contract Act of 1965, as amended.
(End of Clause)
FAR 52.217-8 Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.
FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.
(End of Clause)
52.227-17 Rights in Data-Special Works (DEC 2007)
(a) Definitions. As used in this clause-
“Data” means recorded information, regardless of form or the media on which it may be recorded. The term includes technical data and computer software. The term does not include information incidental to contract administration, such as financial, administrative, cost or pricing, or management information.
“Unlimited rights” means the rights of the Government to use, disclose, reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, in any manner and for any purpose, and to have or permit others to do so.
(b) Allocation of Rights.
(1) The Government shall have-
(i) Unlimited rights in all data delivered under this contract, and in all data first produced in the performance of this contract, except as provided in paragraph (c) of this clause.
(ii) The right to limit assertion of copyright in data first produced in the performance of this contract, and to obtain assignment of copyright in that data, in accordance with paragraph (c)(1) of this clause.
(iii) The right to limit the release and use of certain data in accordance with paragraph (d) of this clause.
(2) The Contractor shall have, to the extent permission is granted in accordance with paragraph (c)(1) of this clause, the right to assert claim to copyright subsisting in data first produced in the performance of this contract.
(c) Copyright-
(1) Data first produced in the performance of this contract.
(i) The Contractor shall not assert or authorize others to assert any claim to copyright subsisting in any data first produced in the performance of this contract without prior written permission of the Contracting Officer. When copyright is asserted, the Contractor shall affix the appropriate copyright notice of 17 U.S.C. 401 or 402 and acknowledgment of Government sponsorship (including contract number) to the data when delivered to the Government, as well as when the data are published or deposited for registration as a published work in the U.S. Copyright Office. The Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license for all delivered data to reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, by or on behalf of the Government.
(ii) If the Government desires to obtain copyright in data first produced in the performance of this contract and permission has not been granted as set forth in paragraph (c)(1)(i) of this clause, the Contracting Officer shall direct the Contractor to assign (with or without registration), or obtain the assignment of, the copyright to the Government or its designated assignee.
(2) Data not first produced in the performance of this contract. The Contractor shall not, without prior written permission of the Contracting Officer, incorporate in data delivered under this contract any data not first produced in the performance of this contract and that contain the copyright notice of 17 U.S.C. 401 or 402, unless the Contractor identifies such data and grants to the Government, or acquires on its behalf, a license of the same scope as set forth in paragraph (c)(1) of this clause.
(d) Release and use restrictions. Except as otherwise specifically provided for in this contract, the Contractor shall not use, release, reproduce, distribute, or publish any data first produced in the performance of this contract, nor authorize others to do so, without written permission of the Contracting Officer.
(e) Indemnity. The Contractor shall indemnify the Government and its officers, agents, and employees acting for the Government against any liability, including costs and expenses, incurred as the result of the violation of trade secrets, copyrights, or right of privacy or publicity, arising out of the creation, delivery, publication, or use of any data furnished under this contract; or any libelous or other unlawful matter contained in such data. The provisions of this paragraph do not apply unless the Government provides notice to the Contractor as soon as practicable of any claim or suit, affords the Contractor an opportunity under applicable laws, rules, or regulations to participate in the defense of the claim or suit, and obtains the Contractor’s consent to the settlement of any claim or suit other than as required by final decree of a court of competent jurisdiction; and these provisions do not apply to material furnished to the Contractor by the Government and incorporated in data to which this clause applies.
(End of clause)
HHS Clauses
HHSAR 352.203-70 Anti-Lobbying (MAR 2012)
Pursuant to the current HHS annual appropriations act, Public Law 112-74, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for:
• Publicity or propaganda purposes
• the preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television, or video presentation, designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or legislative body or designed to support or defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any State or local government itself
• Paying the salary or expenses of the Contractor, or agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations, regulation, administrative action, or Executive order proposed or pending before the Congress or any State government, State legislature or local legislature or legislative body, other than normal and recognized executive-legislative relationships or participation by an agency or officer of a State, local or tribal government in policymaking and administrative processes within the executive branch of that government.
The prohibitions above shall include any activity to advocate or promote any proposed, pending or future Federal, State or local tax increase, or any proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control.
352.204-16 Prevention and Public Health Fund- Reporting Requirements (MAR 2012)
(a) Pursuant to Public Law 112-74, FY2012 Labor, HHS and Education Appropriations Act, Sec. 220, this contract requires the contractor to provide products and/or services that are funded from the Prevention and Public Health Fund (PPHF), Public Law 111-148, sec. 4002. Section 220(a)(5) requires each contractor to report on its use of these funds under this contract. These reports will be made available to the public.
(b) Semi-annual reports from the Contractor for all work funded, in whole, or in part, by the PPHF, are due no later than 20 days following the end of each six-month period. The six-month reporting periods are January through June and July through December. The first report is due no later than 20 days after the end of each reporting period. If applicable, the Contractor shall submit its final report for the remainder of the contract period no later than 20 days after the end of the reporting period in which the contract ended.
(c) The Contractor shall provide the following information in electronic and 508 compliant format to the Contracting Officer.
(1) The Government contract and order number, as applicable.
(2) The amount of the PPHF funds invoiced by the contractor for the reporting period and the cumulative amount invoiced for the contract or order period.
(3) A list of all significant services performed or supplies delivered, including construction, for which the contractor invoiced in the reporting period.
(4) Program or project title, if any.
(5) The Contractor shall report any subcontract funded in whole or in part with PPHF funding, that is valued at $25,000 or more. The Contractor shall advise the subcontractor that the information will be made available to the public. The Contractor shall report
(i) Name and address of the subcontractor.
(ii) Amount of the subcontract award.
(iii) Date of the subcontract award.
(iv) A description of the products or services (including construction) being provided under the subcontract.
352.237-73 Non-Discrimination in Service Delivery (MAR 2012)
It is the policy of the Department of Health and Human Services that no person otherwise eligible will be excluded from participation in, denied the benefits of, or subjected to discrimination in the administration of HHS programs and services based on non-merit factors such as race, color, national origin, religion, sex, gender identity, sexual orientation, or disability (physical or mental). By acceptance of this contract, the contractor agrees to comply with this policy in supporting the program and in performing services called for under this contract. The contractor shall include this clause in all sub-contracts awarded under this contract for supporting or performing the specified program and services. Accordingly, the contractor shall ensure that each of its employees, and any sub-contractor staff, is made aware of, understands, and complies with this policy.
(End of clause)
HHSAR 352.239-70 Standard for Security Configurations (Oct 2009)
(a) The Contractor shall configure its computers that contain HHS data with the applicable Federal Desktop Core Configuration (FDCC) (see http://nvd.nist.gov/fdcc/index.cfm) and ensure that its computers have and maintain the latest operating system patch level and anti-virus software level.
Note: FDCC is applicable to all computing systems using Windows XPTM and Windows VistaTM, including desktops
and laptops–regardless of function–but not including servers.
(b) The Contractor shall apply approved security configurations to information technology (IT) that is used to process information on behalf of HHS. The following security configuration requirements apply:
Approved security configurations are identified in NIST checklists (http://web.nvd.nist.gov/view/ncp/repository) or contained in a DoD DISA security technical implementation guide or security checklisthttp://iase.disa.mil/stigs/index.html. If CDC specific security configuration requirements are later determined to apply, they will be provided subsequent to contract award and incorporated by contract modification.
Note: The Contracting Officer shall specify applicable security configuration requirements in solicitations and contracts based on information provided by the Project Officer, who shall consult with the OPDIV/STAFFDIV Chief Information Security Officer.
(c) The Contractor shall ensure IT applications operated on behalf of HHS are fully functional and operate correctly on systems configured in accordance with the above configuration requirements. The Contractor shall use Security Content Automation Protocol (SCAP)-validated tools with FDCC Scanner capability to ensure its products operate correctly with FDCC configurations and do not alter FDCC settings–seehttp://nvd.nist.gov/validation.cfm. The
Contractor shall test applicable product versions with all relevant and current updates and patches installed. The Contractor shall ensure currently supported versions of information technology products meet the latest FDCC major version and subsequent major versions.
(d) The Contractor shall ensure IT applications designed for end users run in the standard user context without requiring elevated administrative privileges.
(e) The Contractor shall ensure hardware and software installation, operation, maintenance, update, and patching will not alter the configuration settings or requirements specified above.
(f) The Contractor shall (1) include Federal Information Processing Standard (FIPS) 201-compliant (see http://csrc.nist.gov/publications/fips/fips201-1/FIPS-201-1-chng1.pdf), Homeland Security Presidential Directive 12 (HSPD-12) card readers with the purchase of servers, desktops, and laptops; and (2) comply with FAR Subpart
4.13, Personal Identity Verification.
(g) The Contractor shall ensure that its subcontractors (at all tiers) which perform work under this contract comply with the requirements contained in this clause.
(End of clause)
HHSAR 352.239-71 Standard for Encryption Language (Oct 2009)
(a) The Contractor shall use Federal Information Processing Standard (FIPS) 140-2-compliant encryption (Security Requirements for Cryptographic Module, as amended) to protect all instances of HHS sensitive information during storage and transmission. (Note: The Government has determined that HHS information under this contract is considered “sensitive” in accordance with FIPS 199, Standards for Security Categorization of Federal Information and Information Systems, dated February 2004.)
(b) The Contractor shall verify that the selected encryption product has been validated under the Cryptographic Module Validation Program (see http://csrc.nist.gov/cryptval/) to confirm compliance with FIPS 140-2 (as amended). The Contractor shall provide a written copy of the validation documentation to the Contracting Officer and the Contracting Officer’s Technical Representative.
(c) The Contractor shall use the Key Management Key (see FIPS 201, Chapter 4, as amended) on the HHS personal identification verification (PIV) card; or alternatively, the Contractor shall establish and use a key recovery mechanism to ensure the ability for authorized personnel to decrypt and recover all encrypted information (see http://csrc.nist.gov/drivers/documents/ombencryption-guidance.pdf). The Contractor shall notify the Contracting Officer and the Contracting Officer’s Technical Representative of personnel authorized to decrypt and recover all
encrypted information.
(d) The Contractor shall securely generate and manage encryption keys to prevent unauthorized decryption of information in accordance with FIPS 140-2 (as amended).
(e) The Contractor shall ensure that this standard is incorporated into the Contractor’s property management/control
system or establish a separate procedure to account for all laptop computers, desktop computers, and other mobile devices and portable media that store or process sensitive HHS information.
(f) The Contractor shall ensure that its subcontractors (at all tiers) which perform work under this contract comply with the requirements contained in this clause.
(End of clause)
HHSAR 352.239-72 Security Requirements for Federal Information Technology Resources (Oct 2009)
(a) Applicability. This clause applies whether the entire contract or order (hereafter “contract”), or portion thereof,
includes information technology resources or services in which the Contractor has physical or logical (electronic) access to, or operates Department of Health and Human Services (HHS) system containing, information that directly supports HHS’ mission. The term “information technology (IT)”, as used in this clause, includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing unit of a computer, software,
firmware and similar procedures, services (including support services) and related resources. This clause does not apply to national security systems as defined in FISMA.
(b) Contractor responsibilities. The Contractor is responsible for the following:
(1) Protecting Federal information and Federal information systems in order to ensure their–
(i) Integrity, which means guarding against improper information modification or destruction, and includes ensuring information non-repudiation and authenticity;
(ii) Confidentiality, which means preserving authorized restrictions on access and disclosure, including means for protecting personal privacy and proprietary information; and.
(iii) Availability, which means ensuring timely and reliable access to and use of information.
(2) Providing security of any Contractor systems, and information contained therein, connected to an HHS network or operated by the Contractor, regardless of location, on behalf of HHS.
(3) Adopting, and implementing, at a minimum, the policies, procedures, controls, and standards of the HHS Information Security Program to ensure the integrity, confidentiality, and availability of Federal information and Federal information systems for which the Contractor is responsible under this contract or to which it may otherwise have access under this contract. The HHS Information Security Program is outlined in the HHS Information Security Program Policy, which is available on the HHS Office of the Chief Information Officer’s (OCIO) Web site.
(c) Contractor security deliverables. In accordance with the timeframes specified, the Contractor shall prepare and submit the following security documents to the Contracting Officer for review, comment, and acceptance:
(1) IT Security Plan (IT-SP)–due within 30 days after contract award. The IT-SP shall be consistent with, and further detail the approach to, IT security contained in the Contractor’s bid or proposal that resulted in the award of this contract. The IT-SP shall describe the processes and procedures that the Contractor will follow to ensure appropriate security of IT resources that are developed, processed, or used under this contract. If the IT-SP only applies to a portion of the contract, the Contractor shall specify those parts of the contract to which the IT-SP applies.
(i) The Contractor’s IT-SP shall comply with applicable Federal laws that include, but are not limited to, the Federal Information Security Management Act (FISMA) of 2002 (Title III of the E-Government Act of 2002, Public Law 107-347), and the following Federal and HHS policies and procedures:
(A) Office of Management and Budget (OMB) Circular A-130, Management of Federal Information Resources, Appendix III, Security of Federal Automated Information Resources.
(B) National Institute of Standards and Technology (NIST) Special Publication (SP) 800-18, Guide for Developing Security Plans for Federal Information Systems, in form and content, and with any pertinent contract Statement of Work/Performance Work Statement (SOW/PWS) requirements. The IT-SP shall identify and document appropriate IT security controls consistent with the sensitivity of the information and the requirements of Federal Information Processing Standard (FIPS) 200, Recommended Security Controls for Federal Information Systems. The Contractor shall review and update the IT-SP in accordance with NIST SP 800-26, Security Self-Assessment Guide for Information Technology Systems and FIPS 200, on an annual basis.
(C) HHS-OCIO Information Systems Security and Privacy Policy.
(ii) After resolution of any comments provided by the Government on the draft IT-SP, the Contracting Officer shall accept the IT-SP and incorporate the Contractor’s final version into the contract for Contractor implementation and maintenance. On an annual basis, the Contractor shall provide to the Contracting Officer verification that the IT-SP remains valid.
(2) IT Risk Assessment (IT-RA)–due within 30 days after contract award. The IT-RA shall be consistent, in form and content, with NIST SP 800-30, Risk Management Guide for Information Technology Systems, and any additions or augmentations described in the HHS-OCIO Information Systems Security and Privacy Policy. After
resolution of any comments provided by the Government on the draft IT-RA, the Contracting Officer shall accept the IT-RA and incorporate the Contractor’s final version into the contract for Contractor implementation and maintenance. The Contractor shall update the IT-RA on an annual basis.
(3) FIPS 199 Standards for Security Categorization of Federal Information and Information Systems Assessment (FIPS 199 Assessment)–due within 30 days after contract award. The FIPS 199 Assessment shall be consistent with the cited NIST standard. After resolution of any comments by the Government on the draft FIPS 199 Assessment, the Contracting Officer shall accept the FIPS 199 Assessment and incorporate the Contractor’s final version into the contract.
(4) IT Security Certification and Accreditation (IT-SC&A)–due within 3 months after contract award. The Contractor shall submit written proof to the Contracting Officer that an IT-SC&A was performed for applicable information systems–see paragraph (a) of this clause. The Contractor shall perform the IT-SC&A in accordance with the HHS Chief Information Security Officer’s Certification and Accreditation Checklist; NIST SP 800-37, Guide for the Security Certification and Accreditation of Federal Information Systems; and NIST SP 800-53, Recommended Security Controls for Federal Information Systems. An authorized senior management official shall sign the draft IT-SC& A and provide it to the Contracting Officer for review, comment, and acceptance.
(i) After resolution of any comments provided by the Government on the draft IT-SC&A, the Contracting Officer shall accept the IT-SC&A and incorporate the Contractor’s final version into the contract as a compliance requirement.
(ii) The Contractor shall also perform an annual security control assessment and provide to the Contracting Officer verification that the IT-SC&A remains valid. Evidence of a valid system accreditation includes writtenresults of:
(A) Annual testing of the system contingency plan; and
(B) The performance of security control testing and evaluation.
(d) Personal identity verification. The Contractor shall identify its employees with access to systems operated by the Contractor for HHS or connected to HHS systems and networks. The Contracting Officer’s TechnicalRepresentative (COR) shall identify, for those identified employees, position sensitivity levels that are commensurate with the responsibilities and risks associated with their assigned positions. The Contractor shall comply with the HSPD-12 requirements contained in “HHS-Controlled Facilities and Information Systems Security” requirements specified in the SOW/PWS of this contract.
(e) Contractor and subcontractor employee training. The Contractor shall ensure that its employees, and those of its subcontractors, performing under this contract complete HHS-furnished initial and refresher security and privacy education and awareness training before being granted access to systems operated by the Contractor on behalf of HHS or access to HHS systems and networks. The Contractor shall provide documentation to the COR evidencing that Contractor employees have completed the required training.
(f) Government access for IT inspection. The Contractor shall afford the Government access to the Contractor’s and subcontractors’ facilities, installations, operations, documentation, databases, and personnel used in performance of this contract to the extent required to carry out a program of IT inspection (to include vulnerability testing), investigation, and audit to safeguard against threats and hazards to the integrity, confidentiality, and availability, of HHS data or to the protection of information systems operated on behalf of HHS.
(g) Subcontracts. The Contractor shall incorporate the substance of this clause in all subcontracts that require protection of Federal information and Federal information systems as described in paragraph (a) of this clause, including those subcontracts that–
(1) Have physical or electronic access to HHS’ computer systems, networks, or IT infrastructure; or
(2) Use information systems to generate, store, process, or exchange data with HHS or on behalf of HHS, regardless of whether the data resides on a HHS or the Contractor’s information system.
(h) Contractor employment notice. The Contractor shall immediately notify the Contracting Officer when an employee either begins or terminates employment (or is no longer assigned to the HHS project under this contract), if that employee has, or had, access to HHS information systems or data.
(i) Document information. The Contractor shall contact the Contracting Officer for any documents, information, or forms necessary to comply with the requirements of this clause.
(j) Contractor responsibilities upon physical completion of the contract. The Contractor shall return all HHS information and IT resources provided to the Contractor during contract performance and certify that all HHS information has been purged from Contractor-owned systems used in contract performance.
(k) Failure to comply. Failure on the part of the Contractor or its subcontractors to comply with the terms of this clause shall be grounds for the Contracting Officer to terminate this contract.
(End of clause)
The Defense Priorities and Allocations System (DPAS) does not apply.
URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-N-14321/listing.html
OutreachSystems Article Number: 120926/AWARDS/0880
Matching Key Words: writ*; copy; technical; standard; operating;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 199 6th Ave., Ste 250, Fort Knox, KY 40121
99–Trade Show Displays w/Case W9124D-12-Q-5482 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W9124D-12-F-0287 $128,998.23 092512 ALL GRAFIK INDUSTRIES, LTD [DUNS: 148064384],640 E Diamond Ave Ste F,Gaithersburg MD 20877-5331 No Description Provided
URL: https://www.fbo.gov/notices/2e2d157cf24d436b6d65cae3b864d5fb
OutreachSystems Article Number: 120926/AWARDS/1461
Matching Key Words: age:state!ky;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 431 Battlefield Memorial Hwy, Richmond, KY 40475
99–Mannequins W22G1F224201DE Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W22G1F-12-P-0112 $1,802.50 092512 ALL PKJ INTERNATIONAL LLC [DUNS: 078454603],12999 MURPHY ROAD, SUITE N6,STAFFORD TX 77477 No Description Provided
URL: https://www.fbo.gov/notices/dd538d3b89d5e94f1f6dafe5beb07b80
OutreachSystems Article Number: 120926/AWARDS/1462
Matching Key Words: age:state!ky;
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000 Atlanta GA 30341-4146
R — NHM&E Service Center 2012-N-14314 Jerry W. Outley, Contracting Officer, Phone 770-488-2831, Fax 770-488-2868, Email jmo4@cdc.gov – Julio E Lopez, Lead Contract Specialist, Phone 404-639-6401, Fax 404-639-8095, Email ftg4@cdc.gov 200-2012-53363 $4,001,049 092012 0001- 0005 Emergint Technologies, Inc., 455 S. 4th Street, Suite 1250, Louisville, KY 40202-2527 US
URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-N-14314/listing.html
OutreachSystems Article Number: 120925/AWARDS/0705
Matching Key Words: state!ky;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, Bldg 2172, 13 1/2 St, Fort Campbell, KY 42223
99–Airfield Consoles and Counters 0010215598 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; 0010215598 12-P-0167 $50,351.54 092412 ALL EVANS CONSOLES INCORPORATED [DUNS: 030397025],1577 Spring Hill Road,Vienna VA 22182 No Description Provided
URL: https://www.fbo.gov/notices/85aeb5a3ba48695661afd8c257ef2e70
OutreachSystems Article Number: 120925/AWARDS/1137
Matching Key Words: age:state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Stewart, MICC – Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
T–Marne TV broadcast Service W9124M12T0048 Jim Shuman, 912-767-8438 MICC – Fort Stewart W9124M12P0414 $92,252.00 092012 MARNE TELEVISION PRODUCTION M N C OF HINESVILLE INC (101999506)
125 S MAIN ST
HINESVILLE, GA 31313-3217 Marne TV broadcast Service
URL: https://www.fbo.gov/notices/eb505782eff3693e2c30a9dd8df4c88e
OutreachSystems Article Number: 120922/AWARDS/0799
Matching Key Words: naics!512110;
Department of Agriculture, Natural Resources Conservation Service, California State Office, 430 G Street, Suite 4164 Davis CA 95616-4164
T — RFP for production of You Tube Videos Ag-9104-S-12-0003 John D. McClure, Contract Specialist, Phone 5307925677, Fax 530-792-5731, Email john.mcclure@ca.usda.gov AG-9102-C-12-0003 $45,975.00 091712 AG-9104-C-12-0003, 903 W. Broadway, Spokane, WA 99201 US
URL: https://www.fbo.gov/spg/USDA/NRCS/CASO/Awards/AG-9102-C-12-0003.html
OutreachSystems Article Number: 120921/AWARDS/0926
Matching Key Words: video*; produc*; you; tube; production?; naics!512110;
FedBizOpps – Special Notes
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W. Washington DC 20005
R — Notice of Intent to Award Open Market Items MCC-12-RFQ-0008 092612 Jennifer M. Crouse, Phone 2025213593, Email crousejm@mcc.gov
NOTICE OF INTENT TO AWARD OPEN MARKET ITEMS
MCC intends to award a firm-fixed price task order against a GSA MOBIS schedule contract for services under the Statement of Work entitled “Support Services for Land Use Planning, District Readiness, Strategic Environmental Assessment and Related Preparatory Activities for the Green Prosperity (GP) Project in Indonesia.”
An RFQ was posted to GSA e-buy on May 18, 2012, and quotes were received on July 24, 2012. Quoters were instructed to provide a Business Quote which followed the guidelines of MCC’s estimated labor categories and Other Direct Costs. For any deviation from the labor categories, labor mix, and hours stated, Quoters were instructed to provide a written explanation of their technical approach and its correlation to the proposed labor hours, labor mix, and the SOW requirement. Technical quotes were evaluated in strict conformance of the evaluation factors in the RFQ.
During price discussions, it was determined that proposed local Indonesian consultants, considered to be Cooperating Country Nationals (CCNs), should be taken off GSA Schedule in order to comply with Trade Agreement Act requirements under the GSA contract.
Therefore, MCC anticipates award of approximately 13.7% of the total contract price for Open Market services. The Open Market services will be subject to the terms and conditions of FAR Part 12.
URL: https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-12-RFQ-0008/listing.html
OutreachSystems Article Number: 120926/SPECIAL/1476
Matching Key Words: writ*; technical;
Department of the Army, Army Contracting Command, ACC – Rock Island (ACC-RI), ACC – Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
R–Logistics Support Services at Fort Campbell, KY W52P1J12R0112 Jana McElliott, 309-782-6835 ACC – Rock Island (ACC-RI) Synopsis:
This DRAFT Performance Work Statement (PWS) is for the Fort Campbell task order competition, W52P1J-12-R-0112, to be awarded under an EAGLE BOA. It does not constitute a final PWS, or serve to bind the United States Government in any way. The USG is not utilizing this document to negotiate or solicit offers. No offers are requested at this time.
This draft PWS is being posted for industry feedback. The Government does not intend to provide direct responses to any comments or questions received. When in the best interest of the USG, revisions due to relevant feedback will be incorporated into the final PWS to the maximum extent practicable.
The purpose of this draft PWS is to mitigate questions AFTER issuance of the official RFP as there will be a short window of time available for industry feedback.
It is requested that only one set of questions be submitted by each Offeror instead of multiple sets of questions. All questions and comments shall be addressed to the EAGLE mailbox at usarmy.RIA.acc.mbx.eagle@mail.mil no later than COB 28 September 2012.
When submitting questions and comments, use the following:
Subject Line: “W52P1J-12-R-0112 Draft PWS Comments – Contractor Name”
URL: https://www.fbo.gov/notices/dd6266632496dbd5e68d20a6a4cfe0c5
OutreachSystems Article Number: 120922/SPECIAL/1269
Matching Key Words: state!ky;
FedBizOpps – Surplus
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Baled Post-Consumer Vinyl Siding QRP12-0017 100113 Daniel Pearman, QRP Manager, Phone 5026245673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil – Jennifer J Stubbs, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email jennifer.j.stubbs.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for bid of Baled Post-Consumer Vinyl Siding. The duration of this agreement is for 1 load.
Please open the attached document on this posting for the sale solicitation/agreement form that is required for bidding. Sign, date, and enter all of the required information on your bid. Send your bid to Daniel Pearman or Jennifer J Stubbs at fax #: 502-624-5672 or by email at jennifer.j.stubbs.naf@mail.mil. Respond due date is October 1, 2012 at 2 pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any question. All bids are welcome.
The contract performance location is at Building 94 Dixie St. Fort Knox, KY 40121. Contracting Office is not the location of the Fort Knox Qualified Recycle Program.
Thanks,
Jennifer J Stubbs
Sales, Shipping, and Receiving Clerk
Fort Knox QRP
Bldg 94 Dixie St.
Fort Knox, KY 40121
Daniel Pearman
Program Manager
Place of Performance: 94 Dixie Street Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP12-0017/listing.html
OutreachSystems Article Number: 120925/SURPLUS/1143
Matching Key Words: state!ky;
USABID State and Local Purchases
Cabinet for Health & Family Services, Dept. for Medicaid Services, 275 E. Main Street, 6W-C, Frankfort, KY 40621
R – FINANCIAL MANAGEMENT FOR PARTICIPANT DIRECTED WAIVER. RFP-746-1200000569-1 DUE 26-OCT-2012 Earl Gresham, Phone: (502) 564-8196; Website: https://emars.ky.gov/online/vss/AltSelfServiceProvide the financial management services include processing and maintaining timesheets, issuing paychecks to Consumer Directed Option (CDO)/Participant Directed Services (PDS) employees, assisting consumers, representatives, or employees with tax forms, documentation, and reports needed by State or Federal agencies, and financial reports for the consumer and Case Manager. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121005/BID/0003
Matching Key Words: age:state!ky; state!ky;
Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202
R – LOCAL MULTI HAZARD MITIGATION PLAN. RFP-2886-0-2013/TN DUE 16-OCT-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121003/BID/0002
Matching Key Words: age:state!ky; state!ky;
Kentucky Department of Corrections, 275 East Main Street, Room G-39, Frankfort, KY 40601
U – RE-ENTRY TASKFORCE SUPPORT. RFP-527-1300000096-1 DUE 10-OCT-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: 121001/BID/0010
Matching Key Words: age:state!ky; state!ky;
New Jersey Transit http://www.njtransit.com/tm/tm_servlet.srv?hdnPageAction=CalendarTo NJ Transit; Office of Procurement-Bid Desk; One Penn Plaza East; Newark, NJ 07105-2246 Phone:(973) 491-7546 Fax: (973) 491-7854 Email: biddesk@njtransit.com
T – Pre-proposal Conference: Safety Education Video No Fee*To obta SOL RFP 13-017 Pre-proposal Conference: Safety Education Video No Fee*To obtain a copy please fax your request to 973-491-7854 or email: biddesk@njtransit.com For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120929/BID/0346
Matching Key Words: video*; conference?; education*;
New Jersey Transit http://www.njtransit.com/tm/tm_servlet.srv?hdnPageAction=CalendarTo NJ Transit; Office of Procurement-Bid Desk; One Penn Plaza East; Newark, NJ 07105-2246 Phone:(973) 491-7546 Fax: (973) 491-7854 Email: biddesk@njtransit.com
T – Proposals Due: Safety Education Video No Fee*To obtain a copy SOL RFP 13-017 Proposals Due: Safety Education Video No Fee*To obtain a copy please fax your request to 973-491-7854 or email: biddesk@njtransit.com For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120929/BID/0347
Matching Key Words: video*; education*;
Colorado – Rocky Mountain E-Purchasing System http://www.govbids.com/scripts/CO1/public/OpenBids/ViewSolicitations.asp Serving the purchasing needs of more than 70 local agencies across the Rocky Mountain states.
R – On-Call Videography and Editing Professional Services SOL On-Call Videography and Editing Professional Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120928/BID/0181
Matching Key Words: video*; edit*;
Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202
R – PRODUCTION AND MANAGEMENT OF LIGHT UP LOUISVILLE CELEBRATION. RFP-2879-0-2013/KBM DUE 08-OCT-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website: http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120927/BID/0001
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
T – REVENUE 1099G FORMS. RFB-758-1300000270-1 DUE 09-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: 120926/BID/0007
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R – PROCUREMENT CARD SERVICES. RFP-758-1300000107-1 DUE 07-NOV-2012 Jodyi Hall, Phone: (502) 564-8625; Website: https://emars.ky.gov/online/vss/AltSelfService This Request for Proposal (RFP) is being issued for the purpose of securing a vendor to provide procurement card services to all agencies of the Commonwealth of Kentucky. The procurement card program in KY is a program used primarily to pay for orders against specific master agreements and small purchases of goods and services to Commonwealth agencies. That is, it is not a program to provide travel and entertainment services, although some more centralized cards are used to purchase airline tickets and to pay for registration fees. This document should provide respondents with the information necessary to assess the ability of their organization to meet the needs of the Commonwealth in providing the specified services under the terms included herein by which the Commonwealth proposes to govern the relationship between itself and the selected vendor. The objectives of this request include but are not limited to: Secure a vendor to provide credit card services to employees of the Commonwealth that will be billed to the Commonwealth of Kentucky; Maximize the ability of employees to use the procurement card at area vendors for small purchases without the need to register vendors for the program; Provide the ability to make multiple procurements and combine them into fewer payments; Secure economies of scale pricing for procurement card activity and take advantage of statewide usage; Receive electronic information on a daily basis of procurement card activity that will be loaded to the Commonwealth of Kentucky financial system; Establish a process where agency employees can request the establishment of cards for their employees and limit their usage based on the dollar size of the purchase and the merchant. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120925/BID/0002
Matching Key Words: age:state!ky; state!ky;
Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622
99 – VARIOUS TRAFFIC ITEMS (RE-BID). RFB-605-1300000269-1 DUE 16-OCT-2012 Jennifer Houchin, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120925/BID/0004
Matching Key Words: age:state!ky; state!ky;
Michigan- State of Michigan http://www.govbids.com/scripts/Bid4Michigan/public/OpenBids/ViewSolicitations.asp Serving the purchasing needs of more than 350 state departments, community colleges, and school districts across the state of Michigan.
T – MULTIPLE EVENT VIDEOGRAPHY SERVICES SOL MULTIPLE EVENT VIDEOGRAPHY SERVICES MULTIPLE EVENT VIDEOGRAPHY SERVICES For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120922/BID/0216
Matching Key Words: video*; event?;
Other Federal Procurements (Small)
American Public Transportation Association http://apta.com/passengertransport/Pages/classifieds.aspx American Public Transportation Association;1666 K Street, NW Suite 1100; Washington, DC 20006;Phone: (202) 496-4800
R — Transit Authority of Northern Kentucky (TANK) – RFP SOL TRANSIT AUTHORITY OF NORTHERN KENTUCKY TRANSIT NETWORK STUDY UPDATE RFP 2013.03 Request for Proposals The Transit Authority of Northern Kentucky (TANK) is requesting proposals for a TRANSIT NETWORK STUDY UPDATE. TANK is seeking proposals to update a Transit Network Study that provides a 25 year transit plan evaluating the existing and potential transit route network as well as existing or potential facilities to serve as a guideline for future growth and financial needs. The geographic focus of the study will include all of TANK?s current service area, including Boone, Kenton and Campbell Counties in Kentucky and downtown Cincinnati, Ohio. TANK?s fixed route transit service utilizes 105 buses, running 24 routes, operating approximately 3,400 weekly hours of service and 57,000 weekly miles of service, carrying approximately 5,327 weekly trips. A copy of the Request for Proposals can be downloaded at http://www.tankbus.org/rfp . The RFP can also be obtained by writing the office of Tim Bender, Manager of Planning, TANK, 3375 Madison Pike, Fort Wright, KY 41017 or by emailing tbender@tankbus.org . All proposals must be submitted in accordance with requirements set forth in the Request for Proposals (RFP) and must be received in the office of Andrew Aiello, General Manager at or before 4:30 p.m. on Wednesday October 24, 2012. TANK hereby notifies all proposers that it reserves the right to award no contract under this RFP. If a contract is entered into pursuant to this RFP, advertisement or solicitation, Disadvantaged Business Enterprises (DBE) will be afforded full opportunity to submit proposals. No one will be subjected to discrimination on the basis of age, color, disability, marital status, national origin, race, religion, sex or sexual orientation in consideration for an award. TANK is an equal opportunity employer. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120922/SMALL/1760
Matching Key Words: state!ky;
Kentucky State Procurement
University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005
R — PROJECT #2345.0 CONSTRUCTION MANAGEMENT SERVICES TO RENOVATE/EXPAND GATTON BUILDING – ADDENDUM #1. UK-1209-13 DUE 12-OCT-2012 Phone: (859) 257-9100; Website address:http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121005/KY/0137
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — EXECUTIVE SEARCH FIRM. RFP149-PSC DUE 19-OCT-2012 Ann Coffey, Phone: (502) 852-1044; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm The University of Louisville is requesting proposals from qualified executive search firms interested in serving as consultant to the Vice President for University Advancement in the recruitment and hiring of multiple philanthropic positions within the fundraising division of the department, focusing on the Health Sciences campus. 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: 121005/KY/0138
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
R — CONSULTANT FOR CAMPUS VISITS AND RECRUITMENT EVENTS. UK-1213-13 DUE 16-OCT-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121003/KY/0058
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
R — HEALTH PLAN THIRD PARTY ADMINISTRATOR – ADDENDUM #2. UK-1210-13 DUE 19-OCT-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121003/KY/0059
Matching Key Words: age:state!ky; state!ky;
Kentucky Energy Workforce Development Consortium,
R — ELECTRIC AND GAS UTILITY ENERGY SECTOR MARKET RESEARCH CONSULTANT. DUE 15-OCT-2012 The Kentucky Energy Workforce Development Consortium (KEWDC) is seeking proposals to 1) conduct a survey of Energy industry in generation, transmission and distribution sectors regarding future workforce needs; 2) Perform an asset inventory of education and training programs available with educational providers in Kentucky; and 3) Conduct a Gap Analysis after receiving the results of these two surveys to determine where the educational programs are not meeting the identified employer needs. The results of the Gap Analysis will identify critical discrepancies between the workforce needs and the education and training programs available with educational providers in Kentucky. The RFP will be available on the NKADD website at http://www.nkadd.org/request-for-proposals. Completed applications must be submitted by 9:00 a.m. on Monday, October 15, 2012 as instructed in the RFP. 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: 121001/KY/9971
Matching Key Words: age:state!ky; state!ky;
Transit Authority of Lexington (LexTran), 109 West Loudon Avenue, Lexington, KY 40508
R — PAYROLL SERVICES. DUE 21-NOV-2012 Notice is hereby given that the Transit Authority of Lexington, Kentucky (Lextran) is requesting proposals from firms for payroll services. Copies of the Request for Proposals are available from the office of Keith Srutowski, Lextran, 109 West Loudon Avenue, Lexington, Kentucky 40508, (859) 255-7756 ext. 408. Email requests for electronic copies of the RFPs should be made to KSrutowski@Lextran.com. All proposals must be submitted in accordance with requirements set forth in the RFPs and must be received in the Lextran offices at 109 West Loudon Avenue, Lexington, KY 40508 by or before 3:00 P.M. local time, on November 21, 2012. There will be a pre-proposal conference held at the Lextran Training Center at 105 Spruce Street, Lexington, KY 40507 at 1:00 P.M. on Thursday, October 25, 2012. Lextran hereby notifies all proposers that in regard to any contract entered into pursuant to this RFP, advertisement or solicitation, disadvantaged business enterprises will be afforded full opportunity to submit proposals and no one will be subjected to discrimination on the basis of race, color, creed, religion, sex, disability, age, or national origin in consideration for an award. Lextran reserves the right to postpone, accept or reject any and all proposals and to waive any informality in the RFP process as Lextran deems in its own best interest. 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: 121001/KY/9976
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
R — RECRUITMENT FIRM. UK-1211-13 DUE 05-OCT-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121001/KY/9980
Matching Key Words: age:state!ky; state!ky;
Association of Educational Purchasing Agencies,
R — A. DIGITAL MFD/COPIERS, PRINTERS AND MANAGED DOCUMENT SERVICES; B. ROOFING & BUILDING ENVELOPE SERVICES; C. MEDICAID BILLING; D. FOOD SERVICE DISTRIBUTION; E. FOOD MANUFACTURERS; F. CUSTODIAL EQUIPMENT; G. ATHLETIC LIGHTING. DUE 17-OCT-2012 Sealed Bids will be received by the Association of Educational Purchasing Agencies (AEPA) on behalf of Green River Regional Educational Cooperative and its other AEPA Member Agencies until: 1:30 p.m. EDT, Wednesday, October 17, 2012 for: A. Digital MFD/Copiers, Printers and Managed Document Services; B. Roofing & Building Envelope Services; C. Medicaid Billing; D. Food Service Distribution; E. Food Manufacturers; F. Custodial Equipment; G. Athletic Lighting. Each bid package consists of three or more parts: Part A – Notice to Bidders, Bid Procedures and Terms and Conditions (Same for all bid commodities); Part B – Commodity Specifications; Part C – Bid Forms; Part D- G – Additional Bid Forms if required (varies by commodity). All bids shall be submitted to CSIU, 90 Lawton Lane, Milton, PA 17847-9756, in a sealed envelope marked SEALED BID AEPA #013 on the front of the envelope. Note that Bidders must be able to provide their proposed products and services in up to 26 states including California, Colorado, Connecticut, Florida, Indiana, Iowa, Kansas, Kentucky, Massachusetts, Michigan, Minnesota, Missouri, Montana, Nebraska, New Jersey, New Mexico, North Dakota, Ohio, Oregon, Pennsylvania, Texas, Virginia, Washington, West Virginia, Wisconsin and Wyoming. Bid documents can be downloaded after registering from the web at http://www.aepacoop.org. AEPA or Green River Regional Educational Cooperative reserves the right to reject any or all bids in whole or in part; to waive any formalities or irregularities in any bids, and to accept the bids, which in its discretion, within state law, are for the best interest of Green River Regional Educational Cooperative and/or other AEPA Member Agencies and/or their Participating Entities. Bids will be opened and publicly read immediately following the deadline. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120928/KY/9894
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
99 — 2012 UK PUBLIC RELATIONS PROMOTIONAL ITEMS. K-0657-13 DUE 11-OCT-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120928/KY/9913
Matching Key Words: age:state!ky; state!ky;
Northern Kentucky Independent District Health Department,
R — EMPLOYEE INSURANCE-RELATED BENEFITS. DUE 12-OCT-2012 The deadline for receipt of proposals by the Northern Kentucky Independent District Health Department (NKIDHD) has been extended until the date listed for the following: PROPOSAL ITEMS: EMPLOYEE INSURANCE-RELATED BENEFITS. OPENING TIME: 3:00 P.M. Eastern Standard Time (synchronized at the following web-site:http://www.time.gov/widget.html) LOCAL TIME; NEW DATE: October 12, 2012; LOCATION: NORTHERN KY INDEPENDENT DISTRICT HEALTH DEPT., 610 MEDICAL VILLAGE DRIVE, EDGEWOOD, KY 41017. The deadline for accepting proposals in response to each of four RFPs has been extended from October 2 to October 12, 2012. Specifications can be obtained from George Moore at (859) 341-4264 ext.5461, FAX (859) 578-3689, or by e-mail at George.Moore@nkyhealth.org. Sealed proposals must be clearly marked, per the RFP guidelines, on the outside of the sealed envelope and received by the Northern Kentucky Independent District Board of Health at the above location at or before the new date and time set out above. Proposal submissions must include eight (8) complete hard copies and one (1) electronic copy of the proposal. Proposals will be opened and vendor names read aloud. Any proposal received after advertised date and time as revised will be automatically rejected, unopened and returned to vendor. The NKIDHD reserves the right to reject any and all proposals, to waive any informalities and to negotiate for the modifications of any proposal or accept that proposal which is deemed the most desirable and advantageous from the standpoint of customer value and may not, on its face, appear to be the lowest and best price. No proposal may be withdrawn for a period of sixty (60) days after the scheduled proposal opening date. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120927/KY/9856
Matching Key Words: age:state!ky; state!ky;
KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383
R — TRUSTEE SERVICES. RFP-0122 DUE 25-OCT-2012 Jennifer Miracle, Phone: (859) 256-3297; Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx The Kentucky Community and Technical College System (KCTCS) issues this Request for Proposals for the purpose of providing a trustee service provider(s) for their Postretirement Benefit Plan (“Plan”) which, by way of an “outsourcing” arrangement, will provide effective custody of the trust funding the Plan and responsive and efficient administrative services for participants. KCTCS may award more than one contract as a result of this RFP, or award a contract for solutions that meet some, but not all requirements stated herein, if it is in their best interest to do so. Generally speaking, the Plan provides health insurance premium assistance for retirees based upon Pre-Medicare and Post-Medicare status through the funding of monthly premium rates based upon stated Medicare coverage rates. Pre-Medicare eligible employees have the same healthcare plan choices as active employees. Post Medicare eligible employees receive monthly benefits determined to meet the premium obligations for the Medicare Advantage plan. 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: 120927/KY/9867
Matching Key Words: age:state!ky; state!ky;
Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623
99 — “5 CARD CASH” ILLUMINATED AND ANIMATED LOGO SIGNS – ADDENDUM #2. BID #KL-13-015 DUE 18-OCT-2012 Catherine Tomlinson, Phone: (502) 560-1770; Fax: (502) 560-1531; E-mail: catherine.tomlinson@kylottery.com; Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.html 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: 120927/KY/9871
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
R — HEALTH PLAN THIRD PARTY ADMINISTRATOR – ADDENDUM #1. UK-1210-13 DUE 19-OCT-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm A Pre-Proposal Conference will be held in Lexington, Kentucky on October 1, 2012 at 10:30 a.m. in Conference Room #379 of the Peterson Service Building. 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: 120926/KY/9834
Matching Key Words: age:state!ky; state!ky;
Louisville Water Company, 550 South 3rd Street, Louisville, KY 40202
99 — BARRICADE RENTALS & PURCHASE OF SAFETY SIGNS. BID #12-144 DUE 10-OCT-2012 Website: http://www.lwckyplanroom.com/goodsandservices This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120926/KY/9839
Matching Key Words: age:state!ky; state!ky;
McCracken County Board of Education, 435 Berger Road, Paducah, KY 42003
R — DENTAL AND VISION INSURANCE. DUE 12-OCT-2012 Notice is hereby given that the McCracken County Board of Education will accept bids on contract dental and vision insurance for employees. Separate bids should be sealed and submitted to the Board no later than October 12, 2012, at 2:00 p.m. CDT, where they will be opened publicly at the Board of Education Office located at 435 Berger Road, Paducah, KY 42003. The specifications are available at http://www.mcweb.mccracken.kyschools.us/Finance or upon request at the Board of Education office. 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: 120925/KY/9766
Matching Key Words: age:state!ky; state!ky;
KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383
99 — INDUSTRIAL ROBOT, MAYSVILLE COMMUNITY & TECHNICAL COLLEGE, ROWAN CAMPUS, MOREHEAD, KY. KCT-00866 DUE 09-OCT-2012 Jennifer Miracle, Phone: (859) 256-3297; 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: 120925/KY/9774
Matching Key Words: age:state!ky; state!ky;
Warren County Board of Education, 303 Lovers Lane, Bowling Green, KY 42101
99 — SENIOR ITEMS (DIPLOMAS, INVITATIONS, CLASS RINGS). BID #013-12 DUE 04-OCT-2012 Website: http://warrenky.web1.schoolpointe.com/content_page.aspx?cid=996 Applications for bidding, specifications, and other pertinent data are available at the Warren County Board of Education located at 303 Lovers Lane, Bowling Green, KY 42103, contact person: Valerie D. Rich, Phone: 270-781-5150. All bid responses being mailed need to be mailed to Warren County Board of Education, P.O. Box 51810, Bowling Green, KY 42102-6810. 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: 120925/KY/9780
Matching Key Words: age:state!ky; state!ky;
Warren County Board of Education, 303 Lovers Lane, Bowling Green, KY 42101
T — SENIOR ITEMS (DIPLOMAS, INVITATIONS, CLASS RINGS). BID #013-12 DUE 04-OCT-2012 Website: http://warrenky.web1.schoolpointe.com/content_page.aspx?cid=996 Applications for bidding, specifications, and other pertinent data are available at the Warren County Board of Education located at 303 Lovers Lane, Bowling Green, KY 42103, contact person: Valerie D. Rich, Phone: 270-781-5150. All bid responses being mailed need to be mailed to Warren County Board of Education, P.O. Box 51810, Bowling Green, KY 42102-6810. 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: 120925/KY/9781
Matching Key Words: age:state!ky; state!ky;
Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623
99 — “5 CARD CASH” ILLUMINATED AND ANIMATED LOGO SIGNS – ADDENDUM #1. BID #KL-13-015 DUE 11-OCT-2012 Catherine Tomlinson, Phone: (502) 560-1770; Fax: (502) 560-1531; E-mail: catherine.tomlinson@kylottery.com; Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120925/KY/9792
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R — RECORDKEEPING, COMMUNICATIONS, MARKETING SERVICES – ADDENDUM. RFP-758-1300000011-4 DUE 10-OCT-2012 Jodyi Hall, Phone: (502) 564-8625; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120924/KY/9679
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 — DCBS WEP MEDICAL/ACCIDENT INSURANCE – ADDENDUM. RFB-758-1300000213-2 DUE 28-SEP-2012 Michael Gustafson, Phone: (502) 564-5945; Website: https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120924/KY/9687
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 — DBHDID DIRECTOR/OFFICER LIABILITY INSURANCE – ADDENDUM. RFB-758-1300000174-2 DUE 28-SEP-2012 Michael Gustafson, Phone: (502) 564-5945; Website:https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120924/KY/9688
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005
R — PROJECT #2345.0 CONSTRUCTION MANAGEMENT SERVICES TO RENOVATE/EXPAND GATTON BUILDING. UK-1209-13 DUE 12-OCT-2012 Phone: (859) 257-9100; Website address:http://www.uky.edu/Purchasing/bidlist.htm A Pre-Proposal Conference will be held in Lexington, Kentucky on 9/28/12 at 1:30 p.m. in Classroom 148 of the Gatton College of Business & Economics Building, to allow prospective Construction Managers an opportunity to ask questions, and clarify the University’s expectations. This conference provides Offerors an opportunity for oral questions. For directions see the following Web Site: http://gatton.uky.edu/Content.asp?PageName=VisitingGatton. This conference provides Offerors an opportunity for oral questions. Visitor parking is available, for a small fee, in the University’s Parking Structure #5, located at 721 South Limestone, Lexington, KY 40506. 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: 120924/KY/9725
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — COORDINATION OF THE “SUMMER IN EUROPE PROGRAM” FOR 2013. RFP148-PSC DUE 01-OCT-2012 Denise McKnight, Phone: (502) 852-4889; Website:http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120924/KY/9727
Matching Key Words: age:state!ky; state!ky;
KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383
T — DIPLOMAS/CERTIFICATES/COVERS – ADDENDUM #4. KCT-00862 DUE 10-OCT-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 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: 120924/KY/9728
Matching Key Words: age:state!ky; state!ky;
KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383
R — CERTIFICATION EXAMINATION OF EMERGENCY MEDICAL TECHNICIANS. RFP-0119 DUE 18-OCT-2012 Jennifer Miracle, Phone: (859) 256-3297; E-mail: jennifer.miracle@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: 120924/KY/9729
Matching Key Words: age:state!ky; state!ky;
Western Kentucky University, Bowling Green, KY
T — PRINTING OF THE VICTORIAN NEWSLETTER. BID #WKU-2013-026 DUE 04-OCT-2012 Website: http://www.wkuplanroom.com/purchasing/ This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120924/KY/9747
Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
October 7, 2012
Business / Career