Business and Career Opportunities Bids and Purchases

December 16, 2012

Business / Career

FedBizOpps – Procurement

 

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway Rome NY 13441-4514

R — Palo Alto Renewal FA8751-13-Q-PALO 121812 Tiffany Slopka, Contract Specialist, Phone 315-330-4394, Fax 315-330-7357, Email Tiffany.Slopka@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-PALO 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) 2005-63 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20121116. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as a total small business set aside under NAICS code 541519 and small business size standard of $25.5M average annual receipts.

The contractor shall provide maintenance support for the attached List of Requirements items on a firm fixed price basis including the cost of shipping FOB Destination.

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 delivery performance period is specified in the attached list of requirements. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is 26 Network Operations Squadron Maxwell AFB-Gunter Annex, Alabama 36114.

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 3 PM, 18 Dec 2012. Submit to: AFRL/RIKO, Attn. Tiffany Slopka, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7357 or by email to Tiffany.Slopka@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered.

(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) technical capability of the item offered to meet the Government requirement;

(ii) price;

All 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, ALT I. Also complete DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law. For your convenience 52.212-3, DFARS 252.209-7999 and 252.209-7998 are attached to this solicitation.

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

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

52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration

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

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

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

52.232-18, Availability of Funds
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.

The following additional terms and conditions apply:

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 DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

All responsible organizations may submit quotes, which shall be considered.

Note: “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”.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-PALO/listing.html
OutreachSystems Article Number: 121214/PROCURE/0063
Matching Key Words: writ*; copy; technical; standard; 


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

T — Ethical Decision Games M00264-13-RFI-0206 010713 Lawrence M. Rice, Phone 5712562725, Email lawrence.rice@usmc.mil Request for Information M00264-600px-US-DeptOfNavy-Seal.svg13-RFI-0206
Ethical Decision Games
13 Dec 2012
PURPOSE: This Request for Information (RFI) is an effort to conduct market research for use in formulating an acquisition plan/strategy to obtain support for the Deputy Commandant, Marine Corps Manpower and Reserve Affairs (DC,M& RA) Sexual Assault Prevention & Response Program (SAPR) to further expand the knowledge of Marine Corps leadership and other military personnel about sexual assault, including what their responsibilities are when a sexual assault is reported and how they can intervene to prevent sexual assaults. The objective for this project is to develop high-impact videos that engage leadership and other military personnel by having them think critically about scenarios presented to them and how best to respond in accordance to Marine Corps requirements. This RFI allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities and suggestions that will allow the Government to refine its potential course of action. The RFI effort is intended to assess industry service capabilities and solicit feedback for acquisition planning purposes.

BACKGROUND: In April 2012, the Commandant of the Marine Corps convened an Operational Planning Team (OPT), which developed a three-phased campaign plan to reinvigorate the SAPR program, improve reporting rates, and reduce, with a goal to eliminate, incidents of sexual assault. A key component to reaching these campaign goals is by providing training to Marines of all ranks. As part of Phase II (FY13), SAPR is tasked with developing and implementing video based SAPR Ethical Decision Games (EDG) for Marine Corps leadership, which is to be infused with lessons learned from Phase I training execution, including previous EDGs developed.

CORE OBJECTIVES TO BE ACCOMPLISHED: The draft Performance Work Statement provided with this RFI sets forth the work efforts required to support the SAPR EDG requirement. The scope of this effort shall encompass the following objectives/tasks:

• Script Development
• Pre-Production: Storyboard and Logistics Planning
• Production: Filming
• Post-Production: Editing, Finalizing, and Delivering Final Product
• Project Management Support

INSTRUCTIONS: Responses to this RFI shall not exceed ten (10) pages, including cover letter, discussion and contact information. Subject response must contain: (1) Capability statement sufficient to demonstrate performance acumen directly related to the objectives; (2) Two customer references describing similar work efforts; (3) Commercial published labor categories and rates used by respondents for similar services ( if available- this does not count against the 10 page limit); and (4) Other material relevant to establishing the core competencies of the firm. Please identify Large/Small Business size, CAGE Code and GSA Schedule contract number if available.

Response is due by 7 January 2013, 3:00 PM. Please submit e-mail responses to Lawrence Rice, Customer Liaison, at: Lawrence.rice@usmc.mil

NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services or to issue a solicitation. The Marine Corps is neither seeking proposals nor accepting unsolicited proposals, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. See FAR 52.215-3, Request for Information or Solicitation for Planning Purposes. Insert: Information ONLY.

Place of Performance: Primarily Contractor Location with filming at military installations US URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-13-RFI-0206/listing.html
OutreachSystems Article Number: 121214/PROCURE/0437
Matching Key Words: filming; naics!512110; 

 

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989) Patrick Air Force Base FL 32925-3002

R — Materials Technology Support (MTS) FA7022-12-R-0004 111912 Charlotte Simon, Contract Specialist, Phone 3214948621, Email charlotte.simon2@patrick.af.mil – Michelle Raines, Contracting Officer, Phone 3214947320, Email michelle.raines@us.af.mil This is a synopsis for a competitive, Small Business Set-Aside (SBSA) services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE WEBSITE. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
The Air Force Intelligence, Surveillance and Reconnaissance Agency (AFISRA) has been tasked to solicit for, and award a contract for the Materials Technology Support (MTS) acquisition. The type of work required includes (1) radiation safety support; (2) radio-chemistry laboratory support; (3) simulation, modeling, and system integration support; and (4) program and administrative support. Specific tasks include:

(1) The contractor shall provide support and health physics expertise to the Air Force Technical Applications Center (AFTAC) radiation safety program.
(2) The contractor shall provide support to AFTAC’s radio-chemistry laboratory.
(3) The contractor shall provide simulation and modeling support.
(4) The contractor shall provide support services for the integration of advanced technology sensor systems in various field test deployments, joint military exercises or demonstrations.
(5) The contractor shall provide a Program Manager responsible for the contractor’s performance of the work.
(6) The contractor shall provide any necessary administrative and technical writing support to meet the requirements of tasks.
SECURITY REQUIREMENT: Company must have a TOP SECRET clearance with valid DCID 6/4 date for Sensitive Compartmented Information (SCI) access on the first day of all task order awards. Overarching security requirements will be specified in the DD Form 254, Department of Defense Security Classification attached to the contract.

This acquisition will be conducted on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 541330 Professional, Scientific and Technical Services and the size standardis $14M. The RFP will be available electronically on this website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for Mar 2013. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of 54 months. It is anticipated that the contract will be awarded using Firm Fixed Price (FFP) for operation and maintenance (O&M) CLINs with a cost reimbursement line item for travel. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award (see https://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above.

The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AF ISR Agency ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: veronica.solis@lackland.af.mil.

Set-Aside: Total Small Business Place of Performance: 1030 South Highway A1A, Bldg 989 Patrick AFB, FL 32925 US URL: https://www.fbo.gov/notices/12d263d9cae60731b6fd4603342918ed
OutreachSystems Article Number: 121213/PROCURE/0055
Matching Key Words: writ*; technical; standard; 


Agency for International Development, Overseas Missions, Ukraine USAID-Kiev, Regional Contracting Office Dept. of State Washington DC 20521-5850

R — PEPFAR Country Coordinator SOL-121-13-000004 011113 Oksana Shvaitser, HR Mgmt Assistant, Phone 00380445215638, Email oshvaitser@usaid.gov – 720px-USAID-Identity.svgElizabeth Wager, Deputy EXO, Phone 00380445215506, Email ewager@usaid.gov PEPFAR Country Coordinator Position
USAID/Kyiv, Ukraine
1. SOLICITATION No. SOL-121-13-000004

2. ISSUANCE DATE: December 12, 2012

3. CLOSING DATE/TIME SPECIFIED FOR RECEIPT OF APPLICATIONS: January 11, 2013

4. POSITION TITLE: President’s Emergency Program for HIV/AIDS Relief (PEPFAR) Country Coordinator for Ukraine

5. MARKET VALUE: GS-14 ($84,697 to $110,104) Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background.

6. PERIOD OF PERFORMANCE: 2 years (with a possibility of extension)

7. PLACE OF PERFORMANCE: Ukraine, Kyiv

8. SECURITY CLEARANCE REQUIREMENT: The selected applicant shall be required to obtain a secret level security clearance as a pre-condition for employment.

9. MEDICAL CLEARANCE: The selected applicant and any eligible family members who will accompany the applicant to post shall be required to obtain a Department of State Medical clearance to live and/or work in Ukraine as a pre-condition for employment and/or residence in this position.

10. SUPERVISOR: Chief of Mission/Ambassador, Ukraine or Designee

11. AREA OF CONSIDERATION: US Citizens, Eligible Family Members, Green Card Holders

____________________________

1. General Principles:

The incumbent is the primary point of contact and coordinator of U.S. Government (USG) activities, schedules and events related to the U.S. President’s Emergency Plan for AIDS Relief (PEPFAR) in the country. The PEPFAR Coordinator plays a key role in the planning, inter-agency implementation, and inter-agency reporting on program performance. The role of the Coordinator is becoming more essential as the size and complexity of the PEPFAR/Ukraine program grows from a few projects to 23 discreet activities.

The Ambassador leads the in-country PEPFAR program and is the final decision-maker under PEPFAR Guidance to all program plans and activities submitted to the US Deputy Principal’s Group, with final authority to the U.S. Global AIDS Coordinator for approval. The first line supervisor for this position is the Ambassador or his designee. The PEPFAR Coordinator is an internal USG facilitator, a communicator, and ensures the timely roll-out of PEPFAR reports and implementation plans. The PEPFAR Coordinator is responsible for maintaining an electronic interagency tracking report. The Coordinator is not a technical director and is not expected to provide technical oversight of programs, although the Coordinator may be expected on occasion to ensure follow-up on implementation of technical recommendations based on the Country Operational Plan (COP) and other performance review information.

The PEPFAR/Ukraine Country team currently has an interagency working group comprising agency leads. The Coordinator is accountable to ensure this group meets regularly, has an agenda, and is achieving objectives. As required or needed, the management working group may consist of smaller interagency technical working groups (TWGs) around themes such as medication assisted therapy, prevention or disease surveillance. In general, the PEPFAR Coordinator, in collaboration with Agency leads, will be accountable to ensure that these groups are established, have an agenda, are achieving objectives and maintain a clear file on actions taken, results and key issues.

Agency leads should be copied on communications between the Coordinator and TWGs or staff as well as on substantive communications between the Coordinator and the Country Support Team Lead in headquarters. This procedure is essential to retain trust and respect between agency leads and the Coordinator. In addition, it is critical that the Coordinator be copied on internal agency communication related to matters of PEPFAR program strategy, implementation, and management and staffing.

The Coordinator will periodically meet with the host country and technical partners, particularly when the nature of these contacts and meetings is related to bilateral coordination and information sharing. When the Coordinator meets with host country government counterparts, s/he should include Agency leads or, if not possible, consult with Agency leads. Regarding meetings that are of a technical nature or for purposes of negotiating with partners, this function will be maintained by the Agency leads.

The Coordinator is the USG lead for coordinating and assembling the country operations plan (COP), Semi-Annual Performance Review (SAPR), and Annual Performance Review (APR) development. The Coordinator is responsible for ensuring that reports are submitted to Washington on time, for organizing the logistical arrangements for inter-agency work, and for keeping agencies on task for inter-agency efforts.

2. The Ukraine Context and Background:

The PEPFAR/Ukraine portfolio is a $22.0 million annual program currently supporting HIV/AIDS prevention, including medication assisted therapy (MAT), safe blood supply, disease surveillance and HIV/TB integration and referrals, support for pharmaceutical management and commodity supply chain management for HIV, TB and other co-infection drugs and medication for MAT. The PEPFAR/Ukraine programs works with both the public sector and leading HIV non-governmental organizations (NGOs) across the country and a select number of private sector groups in leveraged partnerships. The program also engages a number of partners in academic institutions, foundations, international and bilateral organizations as well as the multilateral funding mechanism, the Global Fund to Fight AIDS, Tuberculosis and Malaria (GFATM), which is the largest external HIV/AIDS donor. The USG is the largest bilateral donor providing funds, technical assistance and some commodity support for HIV/AIDS programs.

USG HIV/AIDS activities in Ukraine fall under the responsibility of the PEPFAR/Ukraine Team, under the leadership of the Ambassador, with principle membership being the US Agency for International Development (USAID/Ukraine), the US Department of Health and Human Services Centers for Disease Control and Prevention office (HHS/CDC/Ukraine), the US Department of Health and Human Services Substance Abuse and Mental Health Administration (SAMSHA) the US Peace Corps, which currently has over 500 volunteers making it the largest PC program in the world, and the Office of the Defense Attaché (DOA). Issues addressed by the Team include PEPFAR program implementation (program planning, budgeting, oversight, and reporting), support and assistance to Global Fund activities and coordinating with other health sector donors on issues regarding HIV/AIDS. In FY 2010, PEPFAR/Ukraine managed a $12 million program. The PEPFAR program is expected to receive $22 million for the core program with a possible additional resources to support a public private partnership and to support the work of the Global Fund.

3. Principal Responsibilities include:

• Liaise with the Office of the Global AIDS Coordinator (OGAC) through the respective country Support Team Lead and members named by OGAC.
• Liaise with units at the Embassy to ensure that the Ambassador and others are well apprised of key PEPFAR accomplishments, challenges, and timelines.
• Liaise with named representatives of the USG PEPFAR agencies, (USAID, CDC, PC, DOA, and others present at post) and SAMSHA based in Washington to ensure critical communication between and among agencies, including action requests, and policy guidance from OGAC.
• Liaise with specific and agreed-upon host government ministries/offices to promote maximum collaboration between the host government HIV/AIDS programs and those being planned and implemented by USG agencies and their partners.
• Liaise with development partners active in HIV/AIDS, and specifically with the Country Coordination Mechanism and administrative agents of the Global Fund to Fight AIDS, TB and Malaria, to ensure optimal integration of USG efforts with those of others on their implementation plans.
• Support representational activities by the following illustrative examples:
o With agency input, prepare speeches for delivery by the Ambassador and requested background materials for public as well as sensitive diplomatic events,
o With agency input, prepare written materials in collaboration with the PAS, including press releases and Op-Ed materials for local and international media,
o With agency input, support Congressional visits, PEPFAR Deputy Principal visits, and visits by international dignitaries.

• Facilitate the development and implementation of a unified PEPFAR program, which includes the planning and production of the bi-annual major COP , that capitalizes on the comparative advantages and competencies of participating USG agencies, achieves maximum results related to the HIV Partnership and is optimally responsive to the needs of the respective host country’s citizens infected and/or affected by HIV.
• Coordinate and facilitate all reporting, including SAPR and APR development.

4. Specific Duties shall include:

• Facilitate USG interagency collaboration and cooperation around HIV/AIDS activities by coordinating schedules and work plans;
o Organize the work of the PEPFAR/Ukraine Team; call for meetings, prepare agendas, and keep and distribute minutes of PEPFAR Team meetings; maintain a calendar of important benchmarks to ensure the program is on schedule;
o Coordinate interagency and Washington clearance for TDYs, and promoting inter-agency benefit from TDYs whenever possible and appropriate.
o Coordinate strategic planning discussions among PEPFAR Team agencies;

• Prepare and disseminate periodic internal and external updates/status reports on PEPFAR in the host country.
o Work closely with Strategic Information team and USG agencies to coordinate and report program results.
o Facilitate and ensure timely financial and programmatic reporting by all participating USG agencies.
o Monitor, analyze and report trends and policy developments related to Ukraine’s HIV/AIDS epidemic as context for the operational environment of PEPFAR/Ukraine activities;
o Responsible for the coordination of inputs and preparation of all required reports/documents to the Office of the OGAC, including the COP, the Annual report, and Joint Portfolio Reviews with partners;
o Develop presentation and distribution materials regarding PEPFAR, globally and in Ukraine, for diverse audiences (including visitors, implementing partners, US businesses and the press) for all PEPFAR Team members to use;

• Attend all relevant meetings concerning PEPFAR and often convene and chair meetings that are required to execute assigned responsibilities;
• Assist in “translating” for the PEPFAR/Ukraine Team and implementing partners changes in and additions to OGAC policies, directives, guidance, etc. showing how they are applicable to the Ukraine program;
• Work with the US Pubic Affairs Section (PAS) on outreach opportunities both in Ukraine and at other appropriate venues on PEPFAR and HIV/AIDS issues;
• Assist in coordinating visits of U.S. government officials involved in health issues, and support HIV-related consultations, site visits and other activities developed and managed by the PEPFAR Team;
• Undertake other assignments as identified by the PEPFAR Country Team.

5. Qualifications:

To be considered, the applicant must have:
• An advanced degree(s) (masters or higher) in a relevant professional discipline such as Public Health, Public Policy, Administration, Nursing, Medicine and a minimum of 5 years of progressively more senior experience managing projects, communications, planning and coordination of public health programming and/or implementation;
• Excellent written and oral English communication skills;
• Demonstrated ability to develop and coordinate implementation of detailed work plans/timelines for major time-sensitive and complex work projects that are dependent on contributions from multiple agencies and dozens of individuals;
• At least 2 years of proven experience working with large, complex international or domestic programs;
• Ability to work and reside in Kyiv, Ukraine;

6. Personal Attributes:

The successful applicant will have:
• Highly effective interpersonal skills and demonstrated experience in operating effectively in cross-cultural environments and working within interagency settings;
• Demonstrated teamwork and leadership skills;
• Demonstrated ability to communicate clearly and effectively to both technical and non-technical colleagues, orally and in written format;
• Demonstrated ability to communicate and collaborate effectively with multiple partners;
• Familiarity with USG systems and implementation mechanisms;
• Demonstrated high degree of sound judgment, maturity, ingenuity and originality to interpret technical and political opportunities and constraints;
• Demonstrated ability to keep track of a large amount of data and manage complex interagency planning and reporting processes
• Demonstrated ability to facilitate consensus on complex technical, programmatic, strategic, and financial issues.
• Strong capacity to multi-task; including managing, prioritizing, and fulfilling competing demands in real time.

7. Other considerations:
Desired Knowledge, Skills, and Abilities: Significant experience working directly for one or more of the United States government agencies responsible for implementing PEPFAR is preferable. Detail-oriented person; ability to work both independently and in teams; ability to organize tasks with critical time constraints; excellent interpersonal skills; ability to understand and use various computer programs. Basic knowledge/experience in program administration and oversight, and fiscal management within the US federal government context.

Work Environment: Normal office environment with some travel required.

Probationary Period: Within three months of entry into the position, the employee will demonstrate:
• A good working knowledge of PEPFAR policy and overall objectives in Ukraine as well as a thorough understanding of the country program, its overall design, and structure.
• An excellent working relationship with all USG personnel and local partner representatives engaged in PEPFAR implementation so that information can be gathered and shared openly and expeditiously. An excellent working relationship with the PEPFAR Strategic Information Specialist is essential.
• Familiarity with the USG budgeting process, in particular the PEPFAR budgeting cycle that includes reprogramming and knowledge of accountability for USG spending.

Available Guidelines: The incumbent is required to understand PEPFAR and Agency specific HIV policies and procedures which govern project activity management in addition to State-established administrativeoperating procedures, policies and formats. Oral guidance and specific detailed instructions will be given (when necessary) for carrying out unique assignments. The incumbent will be required to be proactive in keeping abreast of evolving guidelines and policies which affect overall initiative and keeping abreast of evolving development on HIV/AIDS issues in Ukraine.

The PEPFAR Ukraine Team and the Ambassador (or designee) will review progress towards the end of the probationary period to determine if the employee should be retained.

8. Supervision:

First-line supervision of this position is assigned to the Ambassador, DCM or his/her designee. As such, the incumbent represents the DCM or Ambassador in sensitively and collaboratively managing the complex processes associated with planning for, implementing, and monitoring the results of the Emergency Plan across the participating USG implementing agencies. USAID/Ukraine, the employing agency, or its agent, will manage administrative requirements (personnel files, payroll, etc.).

9. Authority to Make Commitments:

The incumbent will have no independent authority to commit U.S. Government (USG) funds on behalf of the U.S. Government.

10. Evaluation of performance:

In addition to the personnel evaluation procedures of USAID/Ukraine, the employing agency, and its agent, the Ambassador, DCM or his/her designee will obtain a “360 degree” evaluation seeking the perspectives of; at least one representative of each USG implementing agency, directly supervised staff involved in coordinating the Emergency Plan in the host country, and key host government interlocutors at least annually. The results of the “360 degree” evaluation will be shared with both the Coordinator and the Ambassador and will serve as the basis for determining whether the Coordinator’s terms of employment will be renewed.

Appropriate security and medical clearances will be required before a contract is signed. This is not negotiable and forms will be provided to the selected candidate to complete.

11. Selection Factors:

ABILITIES AND SKILLS (50 points):
• Excellent management, coordination, interpersonal and teamwork skills
• Demonstrated judgment, maturity, ingenuity and originality to interpret technical and political opportunities and constraints.
• Demonstrated ability to develop and coordinate implementation of detailed work plans/timelines for major time-sensitive and complex work projects
• Strong quantitative and analytical skills, verbal skills and ability to communicate technical information clearly and effectively to both technical and non-technical colleagues.
• Familiarity with USG systems and implementation mechanisms.
• Experience in operating effectively in cross-cultural environment and working within interagency setting.

WORK EXPERIENCE (40 points):
Minimum of seven years experience in international public health programming and/or implementation. Minimum of four years experience working in technical oversight, design and implementation of health programs in developing countries. Project Management and Coordination experience in developing countries is highly desirable.

EDUCATION (10 points):
Advanced degree(s) in public health, public policy/administration or other relevant advanced training in international health.

Applicants meeting the required qualifications for the position will be evaluated based on information presented in the application and obtained through reference checks.

12. Selection Process:

After the closing date for receipt of applications, a committee will be convened to review applications and evaluate them in accordance with the evaluation criteria. Applications from candidates which do not meet the selection factors will not be scored. As part of the selection process, final candidates may be interviewed either in person or by telephone at the discretion of the selection panel. Reference checks will be made only for applicants considered as finalists. If an applicant does not wish for the current employer to be contacted as a reference check, this should be stated in the application. The interviewing committee will delay such reference check pending communication with the applicant. Only shortlisted candidates shall be contacted with regards to the status of the recruitment and selection process.

13. Terms of Performance:

The selected candidate shall perform the preceding services for a period of two years (with a possibility of extension), based in Kyiv, Ukraine. Within 2 weeks after written notice from the Contracting Officer that all clearances have been received; the incumbent will begin work. The position described has been classified at a U.S. Government GS-14. The actual salary of the successful candidate will be negotiated within that pay band, depending on qualifications and previous salary history.

14. Benefits:

1. Employee’s FICA Contribution
2. Health &Life Insurance: Health Insurance Annual Premium (not to exceed $20.330 for contractor with family; and $7,266 for contractor only. The Contractor shall be provided a maximum contribution of up to 72% against the actual costs of the Contractor’s annual health insurance costs, provided that such costs may not exceed the maximum U. S. Government contribution as announced periodically by USAID’s Office of Acquisition and Assistance. The Contractor shall be provided a contribution of up to 50% against the actual costs of annual life insurance not to exceed $500.00 per year.
3. Medical Evacuation (Medevac) Insurance: 100% Medical Evacuation Insurance annual premium for contractor with family will be reimbursed to the contractor, if not covered by Health Insurance.
4. Pay Comparability Adjustment-Annual across the board salary increase for US Government employees and US Personal Services Contractors. Currently this Pay Comparability Adjustment is frozen until further notice.
5. Eligibility for Worker’s Compensation.
6. Vacation & Sick Leave

15. Allowances* (If Applicable): As a matter of policy, and as appropriate, an offshore USPSC is normally authorized the following allowances:

1. Post Differential (Section 500)
2. Living Quarters allowances (Section 130)
3. Temporary Lodging Allowances (section 120)
4. Post Allowance (COLA) (Section 220)
5. Supplemental Post Allowances (Section 230)
6. Payment During Evacuation (Section 600)
7. Education Allowances (Section 270)
8. Separate Maintenance Allowances (Section 260)
9. Education Travel (Section 280)
*Dept. of State Standardized Regulation (DSSR) (Government Civilians Foreign Areas).

16. Other Benefits: Additional benefits are available for individuals hired outside Ukraine in accordance with the AIDAR, Federal Travel Regulations and Standardized Regulation, e. g., international airfare from place of residence, R&R, international shipment of personal effects, unaccompanied baggage allowance, POV Shipment, Repatriation Travel and furnished housing.

Federal Taxes: USPSCs are not exempted from payment of Federal Income taxes under the foreign earned income exclusion.

17. Required Forms for PSCs:

For initial consideration:

1. OF-612

Upon advice by the Contracting Officer that the applicant is the successful candidate:

2. Contractor Employee Biographical Data Sheet (AID 1420-17)
3. Medical Clearance or Physical Examination Forms
4. Security Clearance or Background Investigation Forms

The list of required PSC forms above can be found at: http://www.usaid.gov/forms

18. Application Process:

Qualified individuals are requested to submit

1. A U.S. government OF-612 which is available at the USAID website http://www.usajobs.opm.gov/forms.asp, or at Federal Offices. Alternatively, the old SF-171 may be submitted in lieu of the OF-612.

2. Applicant’s detailed Resume and a Cover Letter of application

The letter of application should list the Qualifications and the Selection Criteria factors from section 11 above, and the applicant should address how s/he meets each criteria. Additionally, applicants are required to provide three professional references with complete contact information including email address and telephone numbers.
Failure to do this will result in exclusion from the recruitment and selection process.

Please send your application package to this e-mail account: KyivVacancies@usaid.gov

ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PERSONAL SERVICES CONTRACT (PSC)

AAPDs contain information or changes pertaining to USAID policy, regulation and procedures concerning acquisition and assistance. There are a number of AAPDs pertaining to PSCs. Please refer to the USAID website http://www.usaid.gov/business/business_opportunities/ to locate relevant AAPDs. Additionally, AIDAR Appendix D applies to PSCs and can be found at: http://www.usaid.gov/policy/ads/300/aidar.pdf

Point of Contact:
1. Elizabeth Wager, Deputy Executive Officer, USAID/Ukraine, Moldova and Belarus (ewager@usaid.gov)
2. Oksana Shvaitser, HR Assistant, USAID/Ukraine, Moldova and Belarus (oshvaitser@usaid.gov)

Place of Performance: 4 Igor Sikorsky St., Kyiv 04112 UA URL: https://www.fbo.gov/spg/AID/OM/KIE/SOL-121-13-000004/listing.html
P/N CAGE Company/Gov’t Agency For NSN:0038044521563 $
For NSN:0038044521550 $

Date Contract Amount To For NSN:0038044521563 $
For NSN:0038044521550 $

OutreachSystems Article Number: 121213/PROCURE/0069
Matching Key Words: writ*; technical; operating; 


360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street Suite 965 Norfolk VA 23510-9113

T — Oil Canvas Portrait of USCG Commandant HSCG84-13-Q-BHQ036 122812 Jessica L Coltz, Contract Specialist, Phone (757) 628-4490, Fax (757) 628-4135, Email jessica.l.coltz@uscg.mil – Amy L McLiverty, Contract Specialist, Phone 7576284125, Fax (757) 628-4135, Email amy.l.mcliverty@uscg.mil COMBINED SYNOPSIS/SOLICITATION
(A) 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 will not be issued. The U. S. Coast Guard, Shore Infrastructure Logistics Center (SILC-PCB4) intends to award a Firm-Fixed Price (FFP) Purchase Order, using Simplified Acquisition procedures to the responsible vendor whose offer conforms to this solicitation, and is determined to be most advantageous to the Government.

(B) The solicitation number is HSCG84-13-Q-BHQ036 and is issued as a Request for Quotation (RFQ).

(C) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62.

(D) This acquisition is issued set-aside 100% for small business. The associated NAICS code is 711510 and the small business size standard is $7.0 Million.

(E) Date, time and place offers are due.

Offers are due no later than: December 28, 2012, at 12:00 PM Eastern.

Submit offers to the following mailing address, e-mail address, or fax number by the offer due date and time:

Mailing Address:
U.S. Department of Homeland Security
United States Coast Guard
Shore Infrastructure Logistics Center, PCB-4
Attn: Jessica Coltz
300 E. Main Street, Suite 965
Norfolk, VA 23510-9112

E-Mail Address: Jessica.L.Coltz@uscg.mil

Fax Number: (757) 628-4135 (Attn: Jessica Coltz/PCB-4)

SEE ATTACHED DOCUMENT FOR FULL SOLICITATION.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-13-Q-BHQ036/listing.html
OutreachSystems Article Number: 121213/PROCURE/0082
Matching Key Words: naics!711510; 


Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AAQ-230 HQ – FAA Headquarters (Washington, DC)

99–No. 12499 Q and A For – Notice of REQUESTS FOR INFORMATION for Information- Technology Systems Security Support Services (ISSS) FAA Program OpenFAA_Logo Date: November 21, 2012Close Date: December 20, 2012 12555 121313 Stephanie McKnight-Bailey, 202-385-8450 stephanie.mcknight-bailey@faa.gov Question and Answers for Announcement Number 12499 – Request For Information for ISSS Recompetition.
Questions Received from Offerors in Response to the ISSS RFI
1.Our question is in regards to the resumes. In the RFI it states “The Contractor shall provide resumes with their response to this RFI for each employee. Employee resumes will be part of the evaluation process.” The contract that this will replace is not due until late 2013, thus as a small business we cannot guarantee that any resume submitted will still be available as that is a major overhead cost that small business cannot afford. Talking to the FAA Small Business Office, they agree that the requirement is a bit stringent on Small Business and will stifle competition. This will give an unfair advantage to the incumbent and will hinder competition. We ask that the government remove the requirement to submit resumes, unless only used as samples, in order to qualify this as an SDVOSB set-aside.Resumes are not required for the RFI this was an error. 2.I was hoping to confirm who the incumbent is for this requirement? If you could provide the Contractor and Contract # that would be most helpful. Thank you for your time!Metters Industries is the incumbent. 3.Is this a new or follow on requirement? If it is a follow on, please let us know the current contract number and contract value? Who is the incumbent? Is it still eligible to bid as a prime for this contract? What is the NAICS Code for this contract?This is a follow-on effort that is being expanded. See question 2 for incumbent. The incumbent is eligible to re-bid. NAICS Code is 541512 4.Is there an incumbent currently providing these services to the FAA? If so, are they eligible to re-bid? What is the level of effort in terms of FTEs and dollar amount per year and total? See question 2 and 3 for incumbent. The number of FTEs and dollar amount are still under development. 5.As we read the qualifications above, it seems that FAA is limiting competition to only those companies that have prior experience supporting US Air Traffic Control Systems with additional preference given to firms that have either FAA or FAA NAS experience. Our company has experience supporting FAA with IT security services but we do not have experience supporting a United States Air Traffic Control (ATC) System. Are we interpreting the qualifications correctly in determining our company does not meet the minimum requirements? All companies that demonstrate experience in Information Security Systems will be considered.If SecureIT teams with another company that has ATC experience and together the companies meet all the qualifications, does the team then qualify to be considered for a SIR if all other requirements of the RFI are met? Yes 6.I was emailing you to find out on who the incumbent is currently on the contract ? See question 2. 7. Who is the current incumbent for this effort? See question 2. 8. Correspondence related to the ISSS RFI seems to imply that this support is a re-competition. If so, are you able to share the incumbent company name/contract #?
See question 2.
9. Can two or more companies team together? If so, should they submit the technical Capabilities statement as one or should they submit them separately?
Only one capabilities statement is acceptable.
10. In regards to the ISSS RFI, are respondents being asked to include resumes in the RFI response? This requirement is cited in the SOW, but I am unsure if you are seeking comments on the SOW or a response to the SOW. See question 1. Not accepting comments of the SOW at this time. 11. The Government has not indicated in section C8.0 of the SOW if a CISSP certification is required for the information security engineer labor category. Please clarify this requirement.
The Information Security Engineer must demonstrate proficiency in the information security and be certified in one or more of the items listed in C.1.0. 12.The Government has not indicated in section C8.0 of the SOW if a PMP certification is required for Project/Program manager labor category. Please clarify this requirement. The PMP is not required to be PMP Certified, but also keep in mind resumes will be evaluated.
13.Is there a specific reason why the Government has included CAP and security+ certifications in the selection criteria (section C1.0 SOW), as both certifications provide less professional experience than a CISSP? The CISSP was the first information security credential accredited under ANSI/ISO/IEC Standard 17024 and, as such, has led industry acceptance of this global standard and its stringent requirements and inspired other information security certification providers to follow suit.
The type of certifications will be evaluated so CISSP may be evaluated higher then CAP.
14. Could the Government elaborate on why it requires penetration testing and forensic investigator certifications when the tasks outlined in the SOW do not explicitly support need for such certifications? The SOW is a draft and scope being revised.
15.Educational requirements in the Posting (brief abstract) PDF document are more detailed and restrictive than the Government issued SOW. Could the Government please confirm which document is binding?
See C.8.0.
16.Is this a new effort or is there an incumbent for this effort? If there is an incumbent, who are they?
See question 2.
17. If there is an incumbent, approximately how many FTE’s do they require to provide the support?
See question 2 for incumbent. Total FTEs are being expanded and will be available in future notices.
18. With the NIST’s increased emphasis on the Risk Management Framework RMF) and tasking in SOW Tasks C.5.1 d,f,g&i and C.5.2.3 encompassing RMF efforts and expertise the recently ISACA instituted certification for Certified in Risk and Information Systems Control (CRISC) would seem to be a fit for this effort. According to ISACA, CRISC certification is “designed for IT professionals who have hands-on experience with risk identification, assessment, evaluation, response and monitoring.” Would the FAA consider adding this certification as one of the acceptable certifications for this opportunity?
Yes
19. Our experience in working with multiple FAA systems has shown that contingency and disaster recover planning is an important part of providing information technology systems security support. This is validated by the tasking in SOW Tasks C.5.1 i and C.5.2.1 d that specifically require contingency planning expertise. The Disaster Recovery Institute (DRI) International provides the only known certification process for business continuity professionals – BCP. Would the FAA consider adding this certification as one of the acceptable certifications for this opportunity?
Yes 20. How many systems are included in the SOW scope for A&A? Scope is still being developed.
21. Have the systems been through the SA&A process and do they have current authorizations to operate (ATO)? All systems are certified by FISMA and NIST standards annually 22.Is this a new program/contract or is there an incumbent? See question 2
23. Is there a page restriction on the Capabilities Statement? Please limit your Capabilities Statement to 10 pages. This notice is for information gathering purposes only.
24. What is the Government’s estimated level of effort by labor category for this requirement? See question 17
25. On Page 4 of the RFI it states that “The Contractor shall provide resumes with their response to this RFI for each employee. for each employee, at least one of the following nationally recognized information systems security certifications for performance on this contract.” Please clarify: See question 1 26. Is a certification required for the Technical Writer/Editor, Document Production Technician and Administrative Support labor categories? No
27. How many resumes for each labor category are required to be submitted? The number of resumes for each labor category will be up to each Contractor based on the final SOW and other documents included in the final RFP.
28. Will this be a single award contract or a multi-award contract? The Government reserves the right to make a single award or multiple.
29. What is the acq Need more information on this.
30. Our team has a BPA on eFAST, FAA’s preferred acquisition vehicle for fulfilling Agency Small Business goals. Will the procurement be through eFAST as companies are already vetted by the FAA with fixed ceiling rates; and the FAA can reduce its procurement costs by issuing task orders under the MOA holder’s BPA, as opposed to issuing a new contract? This will not be a eFAST competition. eFAST labor rates were reviewed and determined to be much higher then the current incumbent Contractor. eFAST demonstrated only having one company with Information Security experience that was Service-Disabled Veteran-Owned Business.
31. Is there an incumbent? See question 2.
32. How many NAS systems are in scope? Scope is being expanded and can not be determined at this time. \ 33. Section C.4.4 Internal Audit Reviews: is there any form of evidence that the contractor has to produce to demonstrate compliance? The information will be provided in the final RFP.
34. Does each employee have to have one of the listed certifications or does the organization have to have at least one employee with certification? Not all employees have to hold certifications. See question 26
35. How many SDVOSB applicants would be considered a sufficient pool of candidates that would not require the FAA to engage the second level RFI for Certified Small Businesses? Three 36. Will the chosen pool of candidates, who will receive the SIR/RFP, be publically announced? No 37. It is our understanding that the work described in the SOW is currently being performed by multiple contractors – is the intent to consolidate all the work, on all NAS systems under one contract vehicle or task order? Yes, the FAA does intend to incorporate some expiring contracts into this effort. To what extent has not been determined.
38. How many systems will the new contract contain? See question 20
39. Will a list of the systems be provided? See question 20
40. Per SOW Section C.1.0 Introduction – the Government requests the following: “The Contractor shall provide resumes with their response to this RFI for each employee. Employee resumes will be part of the evaluation process. Besides having the required education and work experience sited in Section 8.0 of this Statement of Work (SOW), participants must list for each employee, at least one of the following Nationally recognized information systems security certifications for performance of this contract.”
There is no request within the separate RFI instructions (separate from the SOW) for resumes to be submitted; the request is only stated in the SOW. Does the Government wish to receive resumes with the responses to the RFI or is this intended only for the future RFP? Given that prospective bidders are in the process of forming teams to respond to this, and may not have staff fully determined at this stage, would it be acceptable to include a general summary of staff and qualifications, in place of resumes? Do not provide resumes, this was an error
41. Is the requirement for each person assigned to the contract to have at least one of the certifications listed in the SOW? No, see question 26
42. Please clarify what type of certification the FAA is referring to with the mention of “certified” small business contractors. Must be certified SDVOSB and the appropriate NAICS Code of 541512
43. eFAST is the FAA’s preferred acquisition vehicle for fulfilling agency Small Business goals. We recommend this procurement use eFAST, through which contractors have already been vetted and deemed responsible, experienced, and having pre-negotiated, reasonably-priced fixed ceiling rates. Will the Government consider procuring this contract under eFAST? If not, how does the Government intend to release this procurement? See question 30
44. Please confirm our understanding that ONLY SDVOSB submissions are due for ‘Tier one’ by 12-20-2012? It is our impression that the Government will determine at that time based on the number and quality of the responses received, if the ‘Second Tier’ for submissions from Small Business only is invoked. No, all interested companies including Tier 1 and Teir 2 should submit capabilities.
45. Does the RFI response have any page limitations? No more than ten (10) pages.
46. How many copies of the RFI response are needed? Request RFI be sent via email to Stephanie.McKnight-Bailey@FAA.Gov
47. Will there be another RFI for small businesses if FAA does not get the number of qualified SDVOSBs (This question is because your RFI document states you will not pursue information and capabilities from Certified Small Business if you get enough SDVOSBs)? No.
48. Is the FAA ITSSS program going to be separate from the Shared Services Program? Will the Shared Services IT security program and the ITSSS program work together? Yes. Like in all FAA operations, when required, organization work together to achieve the objectives of the organization.
49. Who is the incumbent for this project?
See question 2.
50. Which organization / Line of Business (LOB) will this ISSS program be reporting into?
The PMO. 51. In reference to SOW Section C.1.0, paragraph 11, will resume submission be limited to the prime contractor, or can subcontractor resumes also be submitted? No applicable at this time. Do not submit resumes. 52. Can subcontractor experience and qualifications be utilized to satisfy RFI requirements? If so, will that carry the same weight as the experience and qualifications of the prime? Yes. 53. Will the scope of this effort be restricted to NAS operational systems or also include administrative systems support? NAS and Administrative System Support. 54. Are Contractors required to include a resume for every labor category with the response to this RFI.
Do not submit resumes. 55. The RFI states that submissions should not be emailed or faxed, and a physical address is given for submission, but there is no quantity attached to the submission. We would assume that 1 hard copy submission is required to be delivered to the following address: Submit RFI via email as stated in 46.
URL: https://www.fbo.gov/spg/DOT/FAA/HQ/12555/listing.html
OutreachSystems Article Number: 121213/PROCURE/0394
Matching Key Words: writ*; copy; technical; standard; 


360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit St. Louis, 1222 Spruce Street 2nd Floor – Room 2102.b St. Louis MO 63103-2838

99 — Inland and Western Rivers Orientation 2013 HSCG25-13-Q-8PS004 011013 Tim A. Alexander, Purchasing Agent , Phone 3142692361, Fax 3142692746, Email Tim.A.Alexander@uscg.mil – Jane E Indihar, Contracting Officer, Phone 314-269-2372, Fax 314-269-2746, Email jane.e.indihar@uscg.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, which includes the attached Request for Quotation SF-18 (RFQ) number HSCG25-13-Q-8PS004.

The U.S. Coast Guard Base Detachment St. Louis has a requirement to have courses developed and presented entitled Inland River Orientation 2013 and Western Rivers Orientation 2013 as described in the below Statement of Work for Training, utilizing the Simplified Acquisition Procedures.

The North American Industry Classification System (NAICS) code is 611519 and the small business size standard is $7.0 million dollars.

This is Total Small Business Set Aside procurement and only qualified offerors may submit a quote.

Companies quoting should include the following:
(1) The solicitation RFQ number.
(2) The name, address, telephone number, and point of contact of the offeror.
(3) Price, availability and any discount terms. We are a Tax Exempt Agency; please do not include Federal or State Taxes in the quoted price.
(4) Completed copy of the representations and certifications FAR subpart 52.2(see document titled FAR Clauses attached to this solicitation).
(5) Company Tax Information Number and DUNS Number. Vendor must be registered or agree to register with System for Award Management, http://www.sam.gov, formerly known as Central Contractor Registration, http://www.ccr,gov before the award can be made.
(6) If the offer is not submitted on the SF 18 provided 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.
(7) All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.

Offers are due at Base Detachment St. Louis Thursday January 10, 2013 at 5:00 PM. Responses to this solicitation can either be submitted via e-mail to Tim Alexander Tim.A.Alexander@uscg.mil or fax to the attention of Tim Alexander (314) 269-2746. Questions may be directed to Tim Alexander (314) 269-2361, Tim.A.Alexander@uscg.mil. Telephone quotes will NOT BE ACCEPTED. Questions regarding the courses may be directed to Mr. Alvia Lee (504) 567-2268 or via email Alvia.M.Lee@uscg.mil.

CLAUSES (a): The following FAR provisions apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at: https://www.acquisition.gov/far/html/52_200_206.html

(1) 52.204-6: Data Universal Numbering Systems (DUNS) Number.
(2) 52.204-7: Central Contractor Registration.
(3) 52.212-1: Instruction to Offers Commercial Items (JULY 2003); there are no addenda to this provision.
(4) 52.212-2: Evaluation-Commercial Items-Pricing (JAN 1999) is incorporated and the evaluation criteria will be based on meeting or exceeding all specifications listed.
(5) 52.212-3: Offeror Representations and Certifications-Commercial Items (May 2004)
(6) 52.212-4: Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause.
(7) 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004).
The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U. S. 637(d) (2) and (3), 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793), 52.222-36 Affirmative Action for Workers with Disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129), 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332), and 52.225-1 Buy American Act – Supplies (June 2003) (41 U.S.C. 10a-10d).

(b) The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation. Offerors may obtain full text versions of these clauses electronically at:http://farsite.hill.af.mil/reghtml/regs/other/hsar/3052.htm#P-1_0

(1) 3052-209-70: Prohibition on Contracts With Corporate Expatriates (June 2006).
(2) 3052-209-72: Organizational Conflict of Interest (June 2006).
(3) 3052.217-92: Inspection and manner of doing work (Dec 2003).
(4) 3052.217-93: Subcontracts (Dec 2003).
(5) 3052.225-70: Requirement for Use of Certain Domestic Commodities (Aug 2009).
(6) 3052.242-72: Contracting officer’s technical representative (Dec 2003).

Western Rivers Orientation 2013 & Inland River Orientation 2013

Statement of Work for Training

1. General: Develop and present a course entitled Inland River Orientation 2013 and Western Rivers Orientation 2013. Commercially available curriculums will be considered for acceptability.

2. Location: The Coast Guard will consider offers that will be able to provide the following: Inland River Orientation training at the US Coast Guard Academy located in New London, CT, and Western Rivers Orientation training at Sector Ohio Valley (SOHV) located in Louisville, KY, Sector Upper Mississippi River (SUMR) located in St. Louis, MO, and Sector Lower Mississippi River (SLMR) located in Memphis, TN. The New London, CT Inland River Orientation course will be held during the month of May. The Western River Orientation course will be held during the last 2 weeks of August and September 2013 for SLMR, SUMR, and SOHV. The Academy date will be finalized by 15 February 2013 and the Sector Courses by 15 July 2013. The Coast Guard will arrange for the location of training, most likely at the Sector Office or a nearby hotel meeting facility. The Coast Guard will work with the contractor if other suggestions for a training space are offered.

3. Materials: The Contractor shall provide all course materials including course text and reference materials for each student including but not limited to: training aids, course critiques, certificates of completion, name placards, hi-liters and etc. for the course. Printed directions / maps should be provided to the course facilitator for any field trip outside of the “classroom”.

4. Students: Each course session will be attended by 20-30 students. The Inland River Orientation course will be attended by Cadets from the CG Academy. The Western Rivers Orientation course will be attended by CG Officers and Enlisted Personnel who are newly assigned to a Western Rivers duty assignment. Additionally, a Coast Guard Facilitator will be in attendance at all times and visits by Senior Coast Guard Personnel from the District Staff or local Field Commands may occur at anytime for observation purposes.

5. Time and Length: The Inland River course length shall be approximately two days and shall be conducted between Monday and Friday based on the Academy’s schedule. The Western River Orientation Course length shall be approximately three days and shall be conducted between Monday and Thursday. Contractors shall submit an agenda that include topics and presentation days and times, length of course as part of their proposal. Do not schedule evening training sessions, but events that involve socializing with industry will be reviewed and considered. Guest speakers presenting current issues should be arranged to meet the requirements outlined in the “Curriculum Section” (Section 11) of this document.

The Inland River course will be conducted in May 2013 and the Western River courses will be conducted during the late August/September timeframe.

6. Curriculum: The course should address all “Core Requirements” listed in Section 11 of this document. Subtopics within the core areas can be developed to fit the contractor’s method of presentation. These “Core Requirements” constitute the minimum topics and subtopics for this course should be taught in the order listed in Section 11. Additional topics that are current issues within the Western Rivers community can/should be included in the proposal. These additional topic and discussion areas will be added to and presented at the end of “Core Requirements” part of the curriculum. The curriculum and all instructor resumes must be presented to the Coast Guard for approval at least 4 weeks prior to the course convening date.

7. Course Oversight: In order to ensure that the minimum requirements for the course are met, a Coast Guard Facilitator will be in attendance at each presentation. In the event the core presentations digress from an instructional teaching to a discussion on issues beyond the scope of the course or non-related issues, the Coast Guard Facilitator will be authorized to stop the discussion and table the topic to be readdressed during the “Additional Topics” time allowed at the end of the course of instruction. In addition to the Coast Guard Facilitator, it is recommended that the company holding the course provide a Facilitator as well to enhance the overall learning experience of the attendees.

8. Evaluation Criteria: Award of this requirement shall be made to the contractor whose proposal offers the greatest value to the government. Technical factors, including past performance will be considered in addition to price.

9. Technical Evaluation Factors: The following factors will be evaluated and are listed in descending order of importance. The evaluation shall consider the contractor’s response to each of these evaluation factors as well as the contracting officer’s knowledge of and previous experience with the services being purchased. Technical Evaluation Factors weighted percents follow each factor.

a. QUALIFICATIONS/EXPERENCE OF INSTRUCTORS- 25%

b. SAMPLE CURRICULA – Provide proposed curriculum including a proposed timeline that will meet the requirements outlined in the “Time and Length” and “Curriculum” Sections of this document – 25%

c. PAST PERFORMANCE – Provide contract numbers and government points of contact for similar efforts your company has performed within the last two years. – 20%

d. ABILITY TO MEET PROJECT SCHEDULE – shown by material submitted – 15%

e. PRICE – While price is not the primary evaluation factor in this requirement, it is important and will be considered when determining contract award. Additionally, location has an impact due to the cost of transporting the students to the site and cost of lodging available in the proposed area. This part of the price consideration is outlined in the “Location Section” of this document. – 15%

10. Evaluation – The following personnel listed by title will evaluate each proposal and recommend the best one based on the above criteria.

1. Contracting Officer, Base Detachment St. Louis
2. Western Rivers Division Chief (dw)

11. Core Requirements for Inland River Course:

Suggested Day One

Introduction:
• Course Introduction
• River Transportation System Overview – Include at a minimum; terminology and why it matters, transportation routes, value to nation
• Geography
• River Terminology

Infrastructure:
• River System Management
• Locks and Dams
• Flood Control
• Traffic Management

CG Roles and Mission on Inland Waterways:
• Safety and Security

Waterways Management:
• River Hydrology
• River Stages and Water Conditions
• River System Management
• Ice conditions

The Business Side:
• Industry Structure
• Industry Infrastructure
• Managing Freight
• Draft Management
• Competition/Cooperation
• People Issues

Case Study

Suggested Day Two

Towboat 101:
• Types of Operations: line haul vs. fleeting/harbor
• Towboat Piloting (including challenges faced during day/night navigation, approaching a Lock and Dam, what can go wrong in these approaches, and the affects of icing and drift in the lock chamber).
• Barge types
• Restrictive Bridges
• River Navigation
• Piloting/AIS/ECS
• River conditions/Weather
• Ice Operations

CG Roles and Missions on Inland Waterways:
• WLRs and Placement of Aids

Towboat 101 – Life on the River
• Watches on a Towboat
• Mariner Training
• Life of a mariner
• Crew Endurance Management System (CEMS)
• Technology and River OPS

Inland Rivers Waterways Action Plan
• Flooding and Low Water (presented by CG Speaker if possible)
• Coast Guard actions in response to flooding and low water (presented by CG Speaker if possible)
• Industry Response to flooding and low water
• Waterway Way Action Plan
• Inland RNA/MDA/VTS

Incident Response Case Study

Open Presentation and issues (additional topics) that may be used in conjunction with the above if time permits
• New Technology on rivers
• Bridges
• Industry Groups/Organizations
• American Waterway Operators (AWO)
• River Committees
• Labor Groups
• Environmental

11. Core Requirements for Western Rivers Course:

Suggested Day One

Introduction:
• Course Introduction
• River Transportation System Overview – Include at a minimum; terminology and why it matters, transportation routes, value to nation
• Coast Guard Roles and Missions on the Western Rivers

Waterways Management:
• Hydrology
• Locks and Dams (tour of Lock and Dam if applicable)
• River Stages and Water Conditions
• River System Management
• Aids to Navigation (presented by a Buoy Tender Command if possible)
• Ice conditions

Passenger Vessels
• Industry Overview
• Current Issues

Suggested Day Two

Towboat 101:
• Types of Operations: line haul vs. fleeting/harbor
• Towboat Piloting (including challenges faced during day/night navigation, approaching a Lock and Dam, what can go wrong in these approaches, and the affects of icing and drift in the lock chamber).
• Barge types
• Tow Size, making a tow
• River and weather conditions and how they affect towboats
• Locking and Bridges
• Practical Application of Navigation Rules on Western Rivers
• Congestion between Commercial and Recreational boaters
• Case Studies
• Discussion on what types training the crews aboard vessels receive
• Towing Vessel Exam Program Sub-Chapter C / Bridging Program (presented by CG Speaker if possible)

Towboat Visit and/or Lock and Dam and/or Facility Field Trip
• Tour of a local towboat
• Watches on a Towboat
• Mariner Training
• Life of a mariner
• Crew Endurance Management System (CEMS)

Suggested Day Three

Business of Towing (could be done at Facility, but needs to focus on the business)
• Industry Structure – company size, cargoes, carriers vs towers, support industries
• Contacting and Managing Freight Movement
• Draft Management – Weather patterns vs. Water Depth availability, USACE Control
• Competition/Cooperation
• Licensing Issues
• Personnel Issues
Captains Panel
• Opportunity for several active or retired towboat Captains to have a question/answer session with the group.

Inland Rivers Waterways Action Plan
• Flooding and Low Water (presented by CG Speaker if possible)
• Coast Guard actions in response to flooding and low water (presented by CG Speaker if possible)
• Industry Response to flooding and low water

Open Presentation and issues (additional topics) that may be used in conjunction with the above if time permits
• New Technology on the Western Rivers
• Bridges
• Industry Groups/Organizations
• AWO
• River Committees
• Labor Groups
• Environmental
• ATON-WLR OIC brief
• CG Auxiliary on the Rivers
• Visit towboat with barge attached
• Interactive activities between students
• Increase videos of incidents on rivers
• SAR

Set-Aside: Total Small Business Place of Performance: New London, CT, Louisville, KY, St. Louis, MO. Memphis, TN US URL: https://www.fbo.gov/spg/DHS/USCG/COUSCGISCSL/HSCG25-13-Q-8PS004/listing.html
OutreachSystems Article Number: 121213/PROCURE/0404
Matching Key Words: state!ky; 


Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989) Patrick Air Force Base FL 32925-3002

R — Materials Technology Support (MTS) FA7022-12-R-0004 122712 Charlotte Simon, Contract Specialist, Phone 3214948621, Email charlotte.simon2@patrick.af.mil – Michelle Raines, Contracting Officer, Phone 3214947320, Email michelle.raines@us.af.mil This is a synopsis for a competitive, Small356px-Seal_of_the_US_Air_Force.svg Business Set-Aside (SBSA) services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE WEBSITE. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.

The Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISR Agency) has been tasked to solicit for, and award a contract for the Materials Technology Support (MTS) acquisition. The type of work required includes (1) radiation safety support; (2) radiochemistry laboratory support; (3) simulation, modeling, and system integration support; and (4) program and administrative support. Specific tasks include:

(1) The contractor shall provide support and health physics expertise to AFTAC’s radiation safety program.
(2) The contractor shall provide support to AFTAC’s radiochemistry laboratory.
(3) The contractor shall provide simulation and modeling support.
(4) The contractor shall provide support services for the integration of advanced technology sensor systems in various field test deployments, joint military exercises or demonstrations.
(5) The contractor shall provide a Program Manager responsible for the contractor’s performance of the work.
(6) The contractor shall provide any necessary administrative and technical writing support to meet the requirements of tasks.

SECURITY REQUIREMENT: Company must have a TOP SECRET clearance with valid DCID 6/4 date for Sensitive Compartmented Information (SCI) access on the first day of all task order awards. Overarching security requirements will be specified in the DD Form 254, Department of Defense Security Classification attached to the contract.

This acquisition will be conducted on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 541330 Professional, Scientific and Technical Services and the size standardis $35.5M. The RFP will be available electronically on this website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for Mar 2013. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of 60 months. It is anticipated that the contract will be awarded using Firm Fixed Price (FFP) for operation and maintenance (O&M) CLINs with a cost reimbursement line item for travel. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award (see https://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above.

The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AF ISR Agency ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: veronica.solis@lackland.af.mil.

Set-Aside: Total Small Business Place of Performance: 1030 South Highway A1A, Bldg 989 Patrick AFB, FL 32925 US URL: https://www.fbo.gov/notices/8fef734a2ef70e9529e6d57891377973
OutreachSystems Article Number: 121213/PROCURE/0493
Matching Key Words: writ*; technical; standard; 

 

 

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — VT CAR CARE MAINTENANCE INSTRUCTOR-ASHLAND, KY RFQP01021200007 010413 Nicole B. Rumsey, Contract Specialist, Phone 972-352-4538, Fax 972-352-4545, Email nrumsey@bop.gov – Catherine Corcoran, Contract Specialist, Phone 9723524565, Fax 9723524545, Email ccorcoran@bop.gov The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas, intends to make an award to a responsible quoter for the provision of Vocational Training Instructor-Car Care Maintenance Instructor for the Federal Correctional Institution, Ashland, Kentucky. The contract type is an indefinite delivery/requirements contract with firm-fixed unit prices. The contract period shall consist of a base period from date of award through 12 months, and four one-year option periods for renewal at the discretion of the government. The estimated quantities for the base year and each option year are 1040 one hour sessions per year. The contractor will provide car care maintenance classes leading to a certificate of marketable training but not part of a four-year degree. Class size is anticipated to be approximately 15 students per class. The contractor must be able to work with an inmate population from a variety of cultural, regional, racial and ethnic backgrounds. Services will be performed for individuals who are in the custody and care of the Federal Bureau of Prisons within a secure correctional environment. The contractor must possess at least a BA/BS degree and/or certification from an educational organization of higher learning. The contractor must currently be affiliated as full-time/part-time/adjunct faculty or staff with an organization which has accreditation with one of the following accrediting agencies as recognized by the U.S. Department of Education: Southern Association of Colleges and Schools (SACS), North Central Association of Colleges and Schools (NCACS), Higher Learning Commission, North Central Association Commission on School Improvement (NCACSI), or Accrediting Council of Independent Colleges and Schools (ACICS). The solicitation will be made available on or about December 14, 2012, and will be distributed solely through the General Services Administration Federal Business Opportunities website at http://www.fedbizopps.gov. Hard copies of the solicitation will not be available. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. The North American Industrial Classification (NAICS) code is 611519, with a small business size standard of $7.0 million. All contractors doing business with the Federal Government must be registered in the System for Award Management System (SAM) at http://www.sam.gov. The date for receipt of quotations is on/about January 4, 2013.  However, this is a projected estimate and quoters should refer to Page 1 of the solicitation (Block #8) for the actual date quotations a Faith-Based and Community-Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. This solicitation is unrestricted. All responsible business concerns are encouraged to submit a quotation which may be considered.

Place of Performance: Federal Correctional Institution Ashland State Route 716 Ashland, KY 41105 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01021200007/listing.html
OutreachSystems Article Number: 121212/PROCURE/0071
Matching Key Words: state!ky; 


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

99–Firm Fixed Price Contract for Key Rings for a base period with two (2) one-year option periods for Fort Knox, Kentucky. W9124D-13-B-0007 012313 Karen150px-AMC_dui Keys, 502/624-6853 MICC Center – Fort Knox Firm Fixed Requirement Type Contract for key rings, curved metal key tag (PPI 149),similar to inkhead.com item #20293 with custom logo for the Army Marketing Research Group, Fort Knox, Kentucky for a base year with two (2) one-year option periods. Est. Qty: 500,000 each/year. The acquisition is unrestricted (full and open). NAICS is 339999. Size standard: 500 employees. All responsible sources may submit a bid which will be considered. The solicitation (SF 1449) will be posted to the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi. The solicitation may be downloaded from this website. Solicitation will be issued on or about 24 December 2012 with bids due on or about 23 January 2013, 2:00 p.m. Fort Knox, KY, (Eastern) local time. Please note these dates are subject to change. All amendments to the solicitation will be likewise posted to this website. Contractors are cautioned to check this website for amendments. All bids must be registered in System for Award Management (SAM) Environment (https://www.sam.gov) for CCR and ORCA data. Paper copies of the solicitation (SF 1449) will not be available. Solicitation must be downloaded at the above listed website. Bidders shall deliver in person or mail completed bid packages to: MICC – Fort Knox, Attn: CCMI-CKX, Bldg 1109B, Ste 250, 199 6th Ave, Fort Knox, KY 40121-5720. For mailed bid packages; contractor shall provide tracking information to Karen Keys at karen.e.keys.civ@mail.mil within 24 hours of shipment for confirmation of receipt. Fax or late bids WILL NOT be accepted. All offers shall be submitted no later than the date and time specified for receipt (see Block 8 on the SF 1449 or the latest issued amendment). Award will be made to the lowest priced, responsive, responsible bidder.

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/29321b07f742da0a289f38f8266d6beb
OutreachSystems Article Number: 121212/PROCURE/0423
Matching Key Words: age:state!ky; state!ky; 


dept of health and human servicesDepartment of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd. C2-21-15 Baltimore MD 21244-1850

R — Multi-Cultural Marketing and Communications Campaign 130462 121412 Elliott Sloan, Phone 410-786-0320, Email elliott.sloan@cms.hhs.gov – Heather Robertson, Phone 410-786-6888, Fax 410-786-9088, Email heather.robertson@cms.hhs.gov Centers for Medicare & Medicaid Services (CMS)
Multi-Cultural Marketing and Communications Campaign
2012 Sources Sought Notice
THIS IS NOT A REQUEST FOR PROPOSAL (RFP) or SOLICITATION AND DOES NOT COMMIT CMS TO AWARD A CONTRACT NOW OR IN THE FUTURE.

Purpose: This SOURCES SOUGHT NOTICE is being issued to obtain capability statements from small businesses (e.g. 8(a), service-disabled veteran owned small businesses, HUB Zone small businesses, small disadvantaged businesses, veteran-owned small businesses and women-owned small businesses) that are capable, available and qualified to support CMS in its Multi-Cultural Marketing and Communications Campaign targeting Hispanic, African American and Asian-American Pacific Islander (AAPI) audiences. Support of this Campaign will require planning, developing, producing, delivering and executing marketing and communications tactics to reach multi-cultural audiences and their health care influencers, including their friends and family, community leaders, providers and partners. Outreach and education campaigns will educate the target audiences on a variety of programs administered by CMS, including but not limited to, Medicare, Medicaid, the Children’s Health Insurance Program (CHIP), the Low Income Subsidy Program (LIS) and programs and provisions established by the Affordable Care Act (ACA). More specifically, potential offerors are required to demonstrate they have extensive and successful experience providing a full-range of marketing and communications activities reaching a range of target audiences on a national, regional and local level*.

Acquisition History: Historically, the Centers for Medicare & Medicaid Services (CMS) procured separate contractors including small business and 8(a)’s to reach Hispanic, African American and AAPI audiences. These contractors were tasked to plan and implement outreach and education campaigns to support CMS programs with a focus on the Medicare program. As a result of the Affordable Care Act (ACA) of 2010, CMS will be conducting outreach and education to new audiences.

CMS is seeking to identify contractors who are able to provide an integrated multi-cultural marketing approach and develop and implement marketing and communications campaigns for various multi-cultural audiences and various age segments. CMS is issuing a Sources Sought Notice to identify contractors who are able to provide consistent messaging across all audiences (Hispanic, African American and AAPI), develop culturally appropriate campaigns, and provide the Government “best value” with operational and economic efficiencies.

Program History: CMS encourages the use of marketing research and consumer-based approaches to transform congressional mandates or recommendations about programs, rights and responsibilities, health plan options, health promotion and disease prevention into message strategies that are useful, relevant and understandable to the Hispanic, African American and AAPI audiences enrolled in Medicare, Medicaid, CHIP or any provision created by the Affordable Care Act (ACA). Tasks may address specific health or program-related issues, specific target audience(s), or tasks may cover multiple health or program-related issues. The materials developed will be targeted to multi-cultural audiences and their health care influencers, including their friends and family, community leaders, providers and partners.

Description of the Work: Tasks that may be required primarily focus on developing, implementing and evaluating comprehensive Multi-Cultural Marketing and Communications campaigns for a variety of different topics. Types of campaigns may include, but are not limited to; Medicare Open Enrollment, Low Income Subsidy, Healthcare Exchanges, etc.

Scope of services may include:

1. Strategic planning services for outreach and education campaigns with recommendations based on experience, as well as research, (e.g. primary and secondary) and audience/industry insight.
2. Conducting both qualitative and quantitative formative research to document program requirements, collect consumer based data, audience segmentation and develop, test and refine health and program related messages for the target audiences.
3. Developing and executing culturally appropriate Hispanic, African American, AAPI public relations campaigns and in-language advertising (Spanish, Chinese, Korean and Vietnamese) in targeted markets. Tactics may include, but are not limited to: 1) Paid media (e.g. print, radio, television, digital, etc.) 2) Earned media (e.g. PSAs, satellite or radio media tours, etc.) and 3) Grassroots outreach (e.g. social marketing, local activities, partnerships, etc.).
4. Translation and transcreation services in the following languages: Spanish, Chinese, Korean and Vietnamese.
5. Developing and applying rigorous monitoring measures to track and evaluate the effectiveness of the simultaneously occurring tasks that will be performed or authorized by CMS.
6. Identifying, creating and maintaining partnerships with national and local community-based organizations that may help achieve agency goals. Once a relationship has been established, working with CMS staff to engage national and local community-based organizations in supporting agency efforts by tailoring and disseminating CMS messaging and materials on a grassroots level.

Instructions for Responding: Responses shall be in the form of a Capability Statement and shall demonstrate the experience of a respondent’s ability to execute a Multi-Cultural Marketing and Communications Campaign targeting the Hispanic, African American and AAPI audiences (Responses that illustrate the capability to address all three audiences in one campaign are optimal. However, responses that illustrate the capability to address each audience in separate campaigns are acceptable as long as the responses address each of the target audiences). Targeted age ranges are individuals 18-34, 35-54 and 55 plus. Targeted languages should include Spanish, Chinese, Korean and Vietnamese.

The Capability Statement shall demonstrate experience in the following areas:

1. Communications: Demonstrate your experience communicating to Multi-Cultural audiences (Hispanic, African American and AAPI).
2. National Campaigns: Demonstrate your experience developing and implementing large-scale national marketing and communications targeting Hispanic, African American and AAPI audiences. A multimedia campaign approach for reaching the target audiences must be demonstrated.

3. Paid Media: Highlight your experience creating and purchasing broadcast, print digital and other media on a national, regional, or local basis to reach no less than five (5) million people. Provide an example paid media plan using a budget of no less than one million ($1,000,000) dollars executed by your business.
4. Creative: Demonstrate your expertise in developing creative for a campaign on a topic related to executing a Multi-Cultural Marketing and Communications Campaign targeting the Hispanic, African American and AAPI audiences. The expertise should include television, radio, print and digital examples.
5. Media Buy Financing (This section has been amended, please see attachment for redlined changes) : Government accounting rules and industry requirements state that a firm must have the ability to fund media buys prior to receiving funding from the government. Please acknowledge your ability to fund (i.e. cash on hand, line of credit, assets, etc.) media buys of one million ($1,000,000) dollars prior to receiving funding from the government.
6. Earned Media: Describe your experience conducting a variety of earned media tactics (e.g. press conferences, pitching, press calls, webinars, etc.) and securing strong earned media results. Details about established relationships with national and top-tier in-language publications (e.g. print, television, radio, newswire networks) and their local affiliates, as well as press contacts at these outlets, may also be included.
7. Translation/Transcreation*: Describe your experience translating materials that ensure the intent and meaning of the work/materials are conveyed appropriately and effectively for the target audience based on age, gender, ethnicity, etc. In addition, describe your experience developing culturally appropriate materials that are effective in reaching campaign goals. Please provide two samples of culturally appropriate materials that have been translated and transcreated by your company. Samples must be at least one page in length and must be appropriate for the Hispanic, African American or AAPI audiences. Samples will not be counted towards the page limit.
8. Conference Support: Describe your experience providing support for conferences and meetings of no less than one hundred (100) people as conference organizers, presenters, participants, exhibitors, or resource people. Conference services include, but not limited to, venue selection, logistics, material support, production support, technical support, audiovisual support and promotional support for conferences. Describe your experience working in collaboration with relevant clients to plan and execute conferences and/or meetings of similar scale.
9. Press Conference Support: Describe your experience providing supporting materials for press events. Materials shall include, but are not limited to, media kits, banners, blow-ups to dress the room, etc. Also, describe your experience conducting satellite media tours or radio media tours in support of press events.
10. Partnerships: Demonstrate your experience creating and maintaining partnerships with national and local* Hispanic, African American and AAPI organizations. Submission should include metrics that indicate success.
11. Direction/Deadlines/Schedules: Explain your ability to respond quickly (e.g. within half a business day to one business day) to a change in campaign direction (e.g. creative execution, communication tactics and campaign strategy) and/or meeting other time-sensitive deadlines. Also, comment on your experience managing an aggressive campaign execution timeline and ensuring that deliverables submitted are of the highest quality. Deliverables include material development, planning, press event coordination, spokesperson media training and interview coordination and monitoring/reporting.
12. Partners/Subcontractors: If your company submits a response with a partner company or subcontractor, provide an explanation of how your company as the prime will meet the requirements of FAR 52.219-14 Limitations on Subcontracting, including division of relevant requirements and contract oversight. Explain your experience working with and managing multiple (e.g. two or more) subcontractors for large/specialized marketing and communication tasks as defined above.
13. Government Contract Experience: Note any previous Government contract experience and indicate the contract type (e.g. Firm Fixed Price, Cost-Plus, Time and Materials, etc.) and period of performance.
Interested small businesses having the capabilities necessary to perform the stated requirements may submit capability statements to the point of contact (Elliott Sloan) listed at the end of this document. CAPABILITY STATEMENTS MUST DEMONSTRATE THE REQUIREMENTS OUTLINED ABOVE. Please address each capability in the order listed above.

Business: The business information outlined below must be submitted in the response:
1. DUNS Number
2. Company Name
3. Company Address
4. Company Point of Contact, phone number and email address
5. Type of company under NAICS (541810-Advertising Agencies; Size Standard: $14.0 million) as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at http://www.sba.gov.
6. Corporate structure (e.g. corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.).
7. Current GSA Schedules appropriate to this Sources Sought.
8. Any potential government contractor must be registered on the SAM located at https://www.sam.gov/portal/public/SAM/.
9. Point of Contact, phone number and email addresses of at least two individuals who can verify the demonstrated capabilities identified in the responses.
10. Statement about whether or not you have a Government approved accounting system. If you have an approved accounting system, provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit this information as an attachment that will not count towards the overall page limit.

The following information must also be provided as attachments: (a) company descriptive literature (b) listing of in-house capabilities, including Spanish, Chinese, Korean and Vietnamese speaking skills; (c) case studies/brief background information showcasing experience with a broad range of national, state and regional/local campaigns* targeting multi-cultural audiences of at least five (5) million people and; (d) experience with the type of performance expectations mentioned above. Attachments will not count towards the overall page limit of the capability statement.

Teaming Arrangements: All teaming arrangements shall also include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged.
Submission Requirements: All capability statements shall be submitted via email to the point of contact listed below. Responses must be submitted no later than 3:00pm EST December 14, 2012. Responses shall be limited to ten (10) double sided pages (e.g. twenty [20] single sided pages). Pages should be single-spaced, twelve (12) point font with a minimum of one (1) inch margins on all sides. Resumes of key personnel are limited to six (6) double-sided pages (e.g. twelve [12] single sided pages). Resumes should be single-spaced, twelve (12) point font with a minimum of one (1) inch margins. Resumes may be submitted as an attachment and will not count towards the page limit. CMS will review electronic media if it is included in the response.

Documentation should be sent to:

Elliott.sloan@cms.hhs.gov

Point of Contact:
Centers for Medicare & Medicaid Services
Attn: Elliott Sloan, Contract Specialist
Phone: 410-786-0320
Office of Acquisitions and Grants Management
Acquisitions and Grants Group
Division of Beneficiary Support Contracts
Mailstop: B3-30-03
7111 Security Boulevard
Baltimore, MD 21244

THIS SOURCES SOUGHT NOTICE IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION.

*National is defined as being conducted in all contiguous states and not limited to certain geographical areas. Regional/local includes focusing on a more segmented audience.

*Transcreation is an adaptation of creative work into another language or culture resulting in a text linguistically and culturally adapted for its intended audience. Transcreated material should have the same impact on the target audience as the original document.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HHS/HCFA/AGG/130462/listing.html
OutreachSystems Article Number: 121212/PROCURE/0516
Matching Key Words: audiovisual; produc*; serv*; 

 

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–The Fort Knox Mission and Installation Contracting Command is conducting market research for the following requirement: Pharmacy Inventory Service for150px-AMC_dui US Army Medical Detachment (MEDDAC) W9124D13Q5139 121412 James Hurt, 502 624 5777 MICC Center – Fort Knox The Fort Knox Mission and Installation Contracting Command is conducting market research for the following requirement: Pharmacy Inventory Service for US Army Medical Detachment (MEDDAC) the period of performance shall be coordinated with requiring activity and inventory completed on or before 31 Jan 2013 with 2 option periods. All 5 MEDDAC pharmacy locations shall have inventories completed within a 3-day period. Inventories shall be scheduled to avoid negative operational impact.

LOCATIONS:
a. Ireland Army Community Hospital (IACH)
289 Ireland Avenue
Building #851 Room NBE-15B
Fort Knox, KY 40121

b. Ireland Army Community Hospital PX Pharmacy (IACH-PX)
127 C Gold Vault Road
Fort Knox, KY 40121

c. Nelson TMC
15th Calvary Regiment Road
Building #5949
Fort Knox, KY 40121

d. Rock Island Arsenal Pharmacy (RIA)
US Army Health Clinic
Building #110 Rm J-19
Rock Island, IL 61299

e. Camp Atterbury Pharmacy (Atterbury)
Troop Medical Clinic Pharmacy
Camp Atterbury Building #2
Edinburgh, IN 46124

HOURS OF OPERATIONS: The contractor shall be available to provide support services for the contract. The contractor shall be allowed access to government facilities during normal business hours (0800-1700) installation local time, Monday through Friday, excluding federal government holidays.

Service includes, but is not limited to:
100% wall-to-wall, medication inventory of the MEDDAC pharmacies.

This synopsis is not a request for proposal.

It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis.

NOTE: For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform at least 50 percent of the labor with its own employees. Prime contractors cannot subcontract the entire effort. Again, this applies only to small business set-asides.

Responses to this announcement must be received no later than 2:00 P.M. on Friday, December 14, 2012. Response should be emailed to james.hurt.civ@mail.mil no faxes will be accepted.

Responses shall include the following:

1. Company name and address;
2. A statement of interest that meets all the requirements listed above;
3. A synopsis of the contractor’s capabilities;
4. Company size: small or large, HUB Zone, 8(a), SDB, Woman-owned, Service disabled veteran- owned;
5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable);
6. Contact information, to include name, e-mail address, phone number, and fax number;

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/76ad378362b61015cf4916a4163f816b
OutreachSystems Article Number: 121211/PROCURE/0272
Matching Key Words: age:state!ky; state!ky; 

 

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,,, Warner Robins GA 31098-1611

T — TDSS(e) Sources Sought Synopsis/RFI FA8530-12-R-TBD 011113 Levi D Lord, Contract Specialist, Phone (478) 222-0012, Email Levi.Lord@robins.af.mil – Ken R Burke, Source Development Specialist, Phone (478)926-5871, Fax (478)926-2929, Email ken.burke@robins.af.mil Update:  The acquisition team for TDSS(e) anticipates a Lowest Price Technically Acceptable Source Selection.  The technical proposals will require a written narrative on the work to be performed among other sub categories.  This is being provided as a notification and any proposals should only reference the official RFP.  Thank you.
Place of Performance: Hill Air Force Base (AFB) UT, Tinker AFB OK, Warner Robins AFB GA US URL: https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8530-12-R-TBD/listing.html
OutreachSystems Article Number: 121207/PROCURE/0530
Matching Key Words: writ*; technical; 

 

Department of the Army, Army Contracting Command, MICC, MICC – Fort Gordon, MICC – Fort Gordon, Directorate of Contracting, 419 B Street, Bldg 29718, 3rd Floor, Fort Gordon, GA 30905-5719

R–Engineering Services for TRADOC Capability Manager – Network Service (TCM N&S) W91249-0001 121912 Tara McAdoo, (706)791-1831 MICC – Fort Gordon This 150px-AMC_duiSources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The NAICS Code for this requirement is 541330.

The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the below:

Fort Gordon has a requirement to identify and isolate functional requirements for current and future Army Expeditionary Network Operations (NetOps) procedures, processes and systems in support of the TRADOC Capability Manager – Network Service (TCM N&S). This contact will support the TCM N&S mission to enforce the analysis, design and implementation of assured information tools and services between U.S. Army elements. Provide assured and timely Net-centric voice, data and video services. Provide Network Management (NM) of communication, electromagnetic spectrum, computer-based information systems, elements of systems and service to include software application. Provide Information Assurance (IA) by ensuring the availability, integrity, identification, authentication, confidentiality, and non-repudiation of friendly information and information systems while denying adversaries access to the same. Provide Computer Network Defense (CND) by incorporating actions to protect, monitor, analyze, detect and respond to unauthorized activity within DoD information systems and computer networks Provide Information Dissemination Management (IDM) by providing the right information to the right person in the right format at the right place and time in accordance with the Commander’s information dissemination policies. Provide NetOps services across the U.S. Army’s strategic, operational and tactical boundaries in support of the Department of Defense’s (DoD) full spectrum of war fighting, intelligence and business missions. Must be able to synchronize the requirements for quote mark HOW quote mark information is initialized, moved, stored and shared across the tactical Land Warrior Network (LWN). Support the development of all the U.S. Army’s Training and Doctrine Command’s (TRADOC) application, device, and system capability documents that require initialization, movement, storage and/or sharing of information across the tactical network. Must have detailed understanding, and where necessary – knowledge, in the cryptographic discipline. This cryptographic expertise will allow the determination and analysis of quote mark WHEN quote mark and quote mark HOW quote mark to deploy standalone or embedded Communications Security (COMSEC) devices to support the many systems and architectures which fall under, support and compliment the mission. Responsibilities in support of the cryptographic discipline include, but are not limited to, providing engineering support for LWN systems such as:

a) Warfighter Information Network – Tactical (WIN-T) with all increments;
b) Select SATCOM Systems
c) Bridge-to-Future Network;
d) Integrated System Control (ISYSCON);
e) Army Key Management System (AKMS);
f) Key Management Infrastructure (KMI);
g) Joint Network Management System (JNMS);
h) Defense Messaging Systems;
i) Tactical tier of LWN Transport and Services capability area;
j) Integration of separate Networks into one Network;
k) Battle Command System Information Services (IS);
l) Army Data Utilization;
m) Future Combat System (FCS) IS;
n) Common Information Services migration to Network-provided IS;
o) Tactical Army Implementation of Global Information Grid (GIG) Enterprise Services;
p) NetOps Systems;
q) Initialization, Movement and Storage;
r) Public Key Infrastructure (PKI); and,
s) Sharing of Information between Weapon’s applications, sensors and devices as well as between Warfighters, intelligence sources, mission areas tactical LWN integration with Joint, strategic, interagency, multinational and commercial information systems.

The contractor must be able to complete the following tasks:

Execute Requirements Determination of Content Strategy (CS)/IDM Procedures for Overseas Contingency Operation (OCO) Initiatives.
Execute NetOps Requirements Determination for Signal Force Requirement
Execute NetOps Requirements Determination for USASCoE in support of TCM N&S
Prepare, Review, Coordinate and Integrate NetOps Capabilities Into Joint Capabilities Integration and Development Systems (JCIDS) documents.
Provide Direct Support to TCM N&S to Ensure Validation of Signal Soldier Training Issues During WIN-T Assemblage Testing.
Provide Direct Support to TCM N&S to Perform Analysis of Tactical and Strategic NetOps Requirements for Baseline Systems, Technologies and Programs Under TCM N&S Charter.
Provide Telecommunications Engineering and Information Assurance Analysis Support
Develop Operational Mission Threads IAW the U.S. Army Software Blocking Policy.
Provide Support to Network Integration Evaluation (NIE) Events.
Participate in Working Group Meetings and Program Reviews.
Provide Training Analysis and Interactive Multimedia Instructional Support.

The Government anticipates the tasks and deliverables defined within this source sought will require forty seven and a half (47.5) in the following labor categories: (6) Information Assurance Engineers (three with Top Secret Security Clearance and three with Secret Security Clearance), (5) Information Assurance Network Specialist (one with Top Secret Security Clearance and four with Secret Security Clearance), (2) Senior System Architect (two Secret Security Clearance), (7) Network Systems Engineer (one Top Secret Security Clearance and five Secret Security Clearance ), (11) Network Systems Analyst (one Top Secret Security Clearance and 11 Secret Security Clearance ), (4) SATCOM Systems Analyst (four Top Secret Security Clearance ), (4) SATCOM Systems Engineers (three Top Secret Security Clearance and one Secret Security Clearance), (2) Scientific Subject Matter Specialist (one Top Secret Security Clearance and two Secret Security Clearance), (3) Subject Matter Expert – Level 1(Secret Security Clearance ), (2) Systems Engineer/Technical Writer (Secret Security Clearance ), (1) Systems Engineer(Secret Security Clearance ), (1) Threat Analyst (Secret Security Clearance ), and a part-time (1) Program Manager (Top Secret Security Clearance).

Period of Performance shall consist of a 12 month base year plus 2 option years beginning 17 June 2013.

Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed five (5) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.); and 4) Familiarity and knowledge of the requirement.

Responses are due no later than 1300 EST, Wednesday, 19 December 2012, and shall be electronically submitted to Tara L. McAdoo at tara.l.mcadoo.civ@mail.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.

Place of Performance: MICC – Fort Gordon Directorate of Contracting, 419 B Street, Bldg 29718, 3rd Floor Fort Gordon GA 30905-5719 US URL: https://www.fbo.gov/notices/4366681965d44c93ab9b3629436a3e05
OutreachSystems Article Number: 121206/PROCURE/0433
Matching Key Words: writ*; technical; procedure?; 


dept of health and human servicesDepartment of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd. C2-21-15 Baltimore MD 21244-1850

R — Multi-Cultural Marketing and Communications Campaign 130462 121412 Elliott Sloan, Phone 410-786-0320, Email elliott.sloan@cms.hhs.gov – Heather Robertson, Phone 410-786-6888, Fax 410-786-9088, Email heather.robertson@cms.hhs.gov Centers for Medicare & Medicaid Services (CMS)
Multi-Cultural Marketing and Communications Campaign
2012 Sources Sought Notice
THIS IS NOT A REQUEST FOR PROPOSAL (RFP) or SOLICITATION AND DOES NOT COMMIT CMS TO AWARD A CONTRACT NOW OR IN THE FUTURE.

Purpose: This SOURCES SOUGHT NOTICE is being issued to obtain capability statements from small businesses (e.g. 8(a), service-disabled veteran owned small businesses, HUB Zone small businesses, small disadvantaged businesses, veteran-owned small businesses and women-owned small businesses) that are capable, available and qualified to support CMS in its Multi-Cultural Marketing and Communications Campaign targeting Hispanic, African American and Asian-American Pacific Islander (AAPI) audiences. Support of this Campaign will require planning, developing, producing, delivering and executing marketing and communications tactics to reach multi-cultural audiences and their health care influencers, including their friends and family, community leaders, providers and partners. Outreach and education campaigns will educate the target audiences on a variety of programs administered by CMS, including but not limited to, Medicare, Medicaid, the Children’s Health Insurance Program (CHIP), the Low Income Subsidy Program (LIS) and programs and provisions established by the Affordable Care Act (ACA). More specifically, potential offerors are required to demonstrate they have extensive and successful experience providing a full-range of marketing and communications activities reaching a range of target audiences on a national, regional and local level*.

Acquisition History: Historically, the Centers for Medicare & Medicaid Services (CMS) procured separate contractors including small business and 8(a)’s to reach Hispanic, African American and AAPI audiences. These contractors were tasked to plan and implement outreach and education campaigns to support CMS programs with a focus on the Medicare program. As a result of the Affordable Care Act (ACA) of 2010, CMS will be conducting outreach and education to new audiences.

CMS is seeking to identify contractors who are able to provide an integrated multi-cultural marketing approach and develop and implement marketing and communications campaigns for various multi-cultural audiences and various age segments. CMS is issuing a Sources Sought Notice to identify contractors who are able to provide consistent messaging across all audiences (Hispanic, African American and AAPI), develop culturally appropriate campaigns, and provide the Government “best value” with operational and economic efficiencies.

Program History: CMS encourages the use of marketing research and consumer-based approaches to transform congressional mandates or recommendations about programs, rights and responsibilities, health plan options, health promotion and disease prevention into message strategies that are useful, relevant and understandable to the Hispanic, African American and AAPI audiences enrolled in Medicare, Medicaid, CHIP or any provision created by the Affordable Care Act (ACA). Tasks may address specific health or program-related issues, specific target audience(s), or tasks may cover multiple health or program-related issues. The materials developed will be targeted to multi-cultural audiences and their health care influencers, including their friends and family, community leaders, providers and partners.

Description of the Work: Tasks that may be required primarily focus on developing, implementing and evaluating comprehensive Multi-Cultural Marketing and Communications campaigns for a variety of different topics. Types of campaigns may include, but are not limited to; Medicare Open Enrollment, Low Income Subsidy, Healthcare Exchanges, etc.

Scope of services may include:

1. Strategic planning services for outreach and education campaigns with recommendations based on experience, as well as research, (e.g. primary and secondary) and audience/industry insight.
2. Conducting both qualitative and quantitative formative research to document program requirements, collect consumer based data, audience segmentation and develop, test and refine health and program related messages for the target audiences.
3. Developing and executing culturally appropriate Hispanic, African American, AAPI public relations campaigns and in-language advertising (Spanish, Chinese, Korean and Vietnamese) in targeted markets. Tactics may include, but are not limited to: 1) Paid media (e.g. print, radio, television, digital, etc.) 2) Earned media (e.g. PSAs, satellite or radio media tours, etc.) and 3) Grassroots outreach (e.g. social marketing, local activities, partnerships, etc.).
4. Translation and transcreation services in the following languages: Spanish, Chinese, Korean and Vietnamese.
5. Developing and applying rigorous monitoring measures to track and evaluate the effectiveness of the simultaneously occurring tasks that will be performed or authorized by CMS.
6. Identifying, creating and maintaining partnerships with national and local community-based organizations that may help achieve agency goals. Once a relationship has been established, working with CMS staff to engage national and local community-based organizations in supporting agency efforts by tailoring and disseminating CMS messaging and materials on a grassroots level.

Instructions for Responding: Responses shall be in the form of a Capability Statement and shall demonstrate the experience of a respondent’s ability to execute a Multi-Cultural Marketing and Communications Campaign targeting the Hispanic, African American and AAPI audiences (Responses that illustrate the capability to address all three audiences in one campaign are optimal. However, responses that illustrate the capability to address each audience in separate campaigns are acceptable as long as the responses address each of the target audiences). Targeted age ranges are individuals 18-34, 35-54 and 55 plus. Targeted languages should include Spanish, Chinese, Korean and Vietnamese.

The Capability Statement shall demonstrate experience in the following areas:

1. Communications: Demonstrate your experience communicating to Multi-Cultural audiences (Hispanic, African American and AAPI).
2. National Campaigns: Demonstrate your experience developing and implementing large-scale national marketing and communications targeting Hispanic, African American and AAPI audiences. A multimedia campaign approach for reaching the target audiences must be demonstrated.

3. Paid Media: Highlight your experience creating and purchasing broadcast, print digital and other media on a national, regional, or local basis to reach no less than five (5) million people. Provide an example paid media plan using a budget of no less than one million ($1,000,000) dollars executed by your business.
4. Creative: Demonstrate your expertise in developing creative for a campaign on a topic related to executing a Multi-Cultural Marketing and Communications Campaign targeting the Hispanic, African American and AAPI audiences. The expertise should include television, radio, print and digital examples.
5. Media Buy Financing (This section has been amended, please see attachment for redlined changes) : Government accounting rules and industry requirements state that a firm must have the ability to fund media buys prior to receiving funding from the government. Please acknowledge your ability to fund (i.e. cash on hand, line of credit, assets, etc.) media buys of one million ($1,000,000) dollars prior to receiving funding from the government.
6. Earned Media: Describe your experience conducting a variety of earned media tactics (e.g. press conferences, pitching, press calls, webinars, etc.) and securing strong earned media results. Details about established relationships with national and top-tier in-language publications (e.g. print, television, radio, newswire networks) and their local affiliates, as well as press contacts at these outlets, may also be included.
7. Translation/Transcreation*: Describe your experience translating materials that ensure the intent and meaning of the work/materials are conveyed appropriately and effectively for the target audience based on age, gender, ethnicity, etc. In addition, describe your experience developing culturally appropriate materials that are effective in reaching campaign goals. Please provide two samples of culturally appropriate materials that have been translated and transcreated by your company. Samples must be at least one page in length and must be appropriate for the Hispanic, African American or AAPI audiences. Samples will not be counted towards the page limit.
8. Conference Support: Describe your experience providing support for conferences and meetings of no less than one hundred (100) people as conference organizers, presenters, participants, exhibitors, or resource people. Conference services include, but not limited to, venue selection, logistics, material support, production support, technical support, audiovisual support and promotional support for conferences. Describe your experience working in collaboration with relevant clients to plan and execute conferences and/or meetings of similar scale.
9. Press Conference Support: Describe your experience providing supporting materials for press events. Materials shall include, but are not limited to, media kits, banners, blow-ups to dress the room, etc. Also, describe your experience conducting satellite media tours or radio media tours in support of press events.
10. Partnerships: Demonstrate your experience creating and maintaining partnerships with national and local* Hispanic, African American and AAPI organizations. Submission should include metrics that indicate success.
11. Direction/Deadlines/Schedules: Explain your ability to respond quickly (e.g. within half a business day to one business day) to a change in campaign direction (e.g. creative execution, communication tactics and campaign strategy) and/or meeting other time-sensitive deadlines. Also, comment on your experience managing an aggressive campaign execution timeline and ensuring that deliverables submitted are of the highest quality. Deliverables include material development, planning, press event coordination, spokesperson media training and interview coordination and monitoring/reporting.
12. Partners/Subcontractors: If your company submits a response with a partner company or subcontractor, provide an explanation of how your company as the prime will meet the requirements of FAR 52.219-14 Limitations on Subcontracting, including division of relevant requirements and contract oversight. Explain your experience working with and managing multiple (e.g. two or more) subcontractors for large/specialized marketing and communication tasks as defined above.
13. Government Contract Experience: Note any previous Government contract experience and indicate the contract type (e.g. Firm Fixed Price, Cost-Plus, Time and Materials, etc.) and period of performance.
Interested small businesses having the capabilities necessary to perform the stated requirements may submit capability statements to the point of contact (Elliott Sloan) listed at the end of this document. CAPABILITY STATEMENTS MUST DEMONSTRATE THE REQUIREMENTS OUTLINED ABOVE. Please address each capability in the order listed above.

Business: The business information outlined below must be submitted in the response:
1. DUNS Number
2. Company Name
3. Company Address
4. Company Point of Contact, phone number and email address
5. Type of company under NAICS (541810-Advertising Agencies; Size Standard: $14.0 million) as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at http://www.sba.gov.
6. Corporate structure (e.g. corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.).
7. Current GSA Schedules appropriate to this Sources Sought.
8. Any potential government contractor must be registered on the SAM located at https://www.sam.gov/portal/public/SAM/.
9. Point of Contact, phone number and email addresses of at least two individuals who can verify the demonstrated capabilities identified in the responses.
10. Statement about whether or not you have a Government approved accounting system. If you have an approved accounting system, provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit this information as an attachment that will not count towards the overall page limit.

The following information must also be provided as attachments: (a) company descriptive literature (b) listing of in-house capabilities, including Spanish, Chinese, Korean and Vietnamese speaking skills; (c) case studies/brief background information showcasing experience with a broad range of national, state and regional/local campaigns* targeting multi-cultural audiences of at least five (5) million people and; (d) experience with the type of performance expectations mentioned above. Attachments will not count towards the overall page limit of the capability statement.

Teaming Arrangements: All teaming arrangements shall also include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged.
Submission Requirements: All capability statements shall be submitted via email to the point of contact listed below. Responses must be submitted no later than December 14, 2012. Responses shall be limited to ten (10) double sided pages (e.g. twenty [20] single sided pages). Pages should be single-spaced, twelve (12) point font with a minimum of one (1) inch margins on all sides. Resumes of key personnel are limited to six (6) double-sided pages (e.g. twelve [12] single sided pages). Resumes should be single-spaced, twelve (12) point font with a minimum of one (1) inch margins. Resumes may be submitted as an attachment and will not count towards the page limit. CMS will review electronic media if it is included in the response.

Documentation should be sent to:

Elliott.sloan@cms.hhs.gov

Point of Contact:
Centers for Medicare & Medicaid Services
Attn: Elliott Sloan, Contract Specialist
Phone: 410-786-0320
Office of Acquisitions and Grants Management
Acquisitions and Grants Group
Division of Beneficiary Support Contracts
Mailstop: B3-30-03
7111 Security Boulevard
Baltimore, MD 21244

THIS SOURCES SOUGHT NOTICE IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION.

*National is defined as being conducted in all contiguous states and not limited to certain geographical areas. Regional/local includes focusing on a more segmented audience.

*Transcreation is an adaptation of creative work into another language or culture resulting in a text linguistically and culturally adapted for its intended audience. Transcreated material should have the same impact on the target audience as the original document.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HHS/HCFA/AGG/130462/listing.html
OutreachSystems Article Number: 121206/PROCURE/0509
Matching Key Words: audiovisual; produc*; serv*; 


Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756 Kansas City MO 64106

T — VIDEO PRODUCTION NRMT00001300235 120712 Karen L Christian, Contract Specialist, Phone (816)426-7286, Fax 757-687-3622, Email468px-NOAA_logo.svg karen.l.christian@noaa.gov The closing date and time should have read December 7, 2012, 2:00 PM Central.

Place of Performance: NOAA Climate Program Office 1315 East-West Highway Bldg SSMC-3, Room 12104 Silver Spring, MD 20910 US URL: https://www.fbo.gov/spg/DOC/NOAA/CASC/NRMT00001300235/listing.html
OutreachSystems Article Number: 121206/PROCURE/0516
Matching Key Words: video*; produc*; production?; naics!512110; 

 

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave MacDill AFB FL 33621-5119

99 — Air Show Demonstrations and/or Services F2V1CA2335H001 121412 Matthew W. Keith, Contracting Officer, Phone 8138283071, Email matthew.keith.1@us.af.mil ;
p;
The 6th Contracting Squadron (6 CONS) at MacDill AFB issues this combined synopsis/ solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This notice is for the rental of Airfest Demonstrations and/or Services for MacDill AFB’s Airfest on April 6-7, 2013.

This announcement constitutes the only solicitation; proposals are being requested at the International Council of Air Shows, Inc (ICAS) convention 10-14 December 2012 at the Paris Las Vegas Hotel and Casino. Interested organizations will need to be present at the ICAS convention in order to be awarded a contract as a result of this notice.

A written solicitation will not be issued and the Government will not pay for any information submitted, or for any costs associated with providing the information in person at the convention.

The North American Industry Classification System (NAICS) code is 611512 with a size standard of $25.5 million, or 711510 with a size standard of $7 million, or 487210 with a size standard of $7 million. This requirement is being solicited as 100% small business set aside.

DESCRIPTION OF REQUIREMENT:

Offerors will provide all personnel, equipment, tools, materials, supervision, and other items and services to provide aircraft demonstrations. This solicitation may result in 1 or more contracts being awarded. Firm fixed priced contracts will be awarded. All interested parties may bid on one or all items. The demonstrations that MacDill AFB is interested in, but not limited to are the following “vintage war birds”:

P-38

P-40

P-51

C-54

B-17

B-29

MIG-17

MIG-21

F-4

F-86

F-104

Pyro – Act

Interested contractors will have available at the convention in order to be awarded a contract; a CAGE code, DUNS number, Federal TIN, a point of contact with phone and e-mail information, business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business), business size based on NAICS 611512, 711510, or 487210, please visit www.SAM.gov .   Lack of registration in SAM database will make an offeror ineligible for award. .

PROVISIONS/CLAUSES:

The following FAR provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.milhttp://www.arnet.gov/far/, orhttp://safaq.hq.afmil/contracting ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62 effective 20 November 2012, DFAR DPN 20121116, and AFFAR AFAC 2012-1107

FAR 52.204-99, System for Award Management (SAM); FAR 52.212-4, Contract Terms and Conditions–Commercial Items; FAR 52.225-13 -­Restrictions on Certain Foreign Purchases; FAR 52.232-99, Providing Accelerater Payment to Small Business Subcontractors (DEVIATION);   FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://SAM.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial

Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 — Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, as Amended (July 2005), FAR 52.232-33 Payment By Electronic Funds Transfer–Central Contractor Registration, FAR 52.252-2, Clauses Incorporated by Reference.

The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea.

The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.   (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).   (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10,   Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil.   Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.   (d) The ombudsman has no authority to render a decision that binds the agency.   (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause); 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to AF Installations.

The POC for this requirement is TSgt Matthew Keith, Contracting Officer. Submit any questions via e-mail to matthew.keith.1@us.af.mil , or by phone at: (813)828-3071.

Set-Aside: Total Small Business Place of Performance: MacDill AFB Airfield Tampa, FL 33621 US URL: https://www.fbo.gov/spg/USAF/AMC/6CS/F2V1CA2335H001/listing.html
OutreachSystems Article Number: 121205/PROCURE/0592
Matching Key Words: naics!711510; 


peostri_org_banner_v09292010Department 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) – DRAFT REQUEST FOR PROPOSAL (RFP) & REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 121412 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center 
Set Aside: No. The solicitation will be issued as a Full and Open Competition.
Classification Code: 69 – Training Aids and Devices
NAICS Code: 333 – Machinery Manufacturing / 333318 – Other Commercial and Service Industry Machinery Manufacturing

3 Dec 2012 UPDATE TO EST II POSTING

1. To facilitate configuration management for the Government and potential offerors, the Government has elected to consolidate all of the Draft EST II RFP documentation in one location, i.e. FEDBIZOPPS solicitation # W900KK13R0007. This site contains the all of the applicable Draft RFP information previously posted on PEO STRI’s STRIBOP portal as well as that previously posted on FEDBIZOPS W900KKRFIESTII1.

2. In addition, the Draft RFP’s Delivery Order 0001 has been updated from the 16 NOV 2012 release.

3. All future information related to the EST II procurement will be and continue to be posted under the Federal Business Opportunities solicitation # W900KK13R0007. No additional information for the EST II acquisition will be posted under quote mark W900KKRFIESTII1 quote mark , nor on PEO STRI’s STRIBOP portal. Offerors questions and comments to this Draft Documentation is requested to be sent to the following POCs NLT 14 Dec 2012:

– Helen.Garcia@us.army.mil / 407-208-3231
– Patricia.Hyland@us.army.mil / 407-384-3754

4. No additional information will be posted under quote mark W900KKRFIESTII1 quote mark .

************************************************************************

20 NOV 2012 UPDATE TO EST II POSTING

The draft RFP was released on 16 Nov 2012. However, due to technical difficulties the draft RFP was not released in FEDBIZOPPS. To maintain consistency, the EST II unclassified documents will be posted to U.S. Army PEO STRI – Business Opportunities Portal (STRI-BOP)ONLY. The ITAR controlled or SBU documents will be and continue to be posted to FedBizOpps Secure Website.

THEREFORE, PLEASE GO TO U.S. Army PEO STRI – Business Opportunities Portal (STRI-BOP) TO VIEW UNCLASSIFIED EST II DOCUMENTS.

************************************************************************

16 NOV 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI amendment is to provide Industry a copy of the EST II DRAFT RFP. The Government would appreciate feedback regarding this DRAFT RFP and its Attachments. In addition, the Government would like Industries feedback on the following two questions.

– Is it feasible to price out a 7-years contract?
– Is a 30% SB participation reasonable?

Closing date of EST II Draft RFP is for comments only. The Government would like comments earlier, and will accept those after the closing date as well. Closing date for the Draft RFP was only established as the Government would like to release the RFP in Jan 2013.

Comments/Questions should be sent to:

E-mail: Helen.Garcia@us.army.mil
Patricia.Hyland@us.army.mil

************************************************************************

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.

quote mark Relevant Patents quote mark 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 quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark 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 quote mark complete examination of EST simulated weapons quote mark 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 quote mark complete examination of the EST simulated weapons quote mark 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 quote mark complete examination of EST simulated weapons quote mark 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 quote mark complete examination quote mark 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 quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark 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 quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark 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 quote mark file link quote mark 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 quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark 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 quote mark Sensitive but Unclassified quote mark or quote mark For Official Use Only quote mark .

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 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: 121205/PROCURE/0714
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; documentation; event?; produce?; production?; distribut*; instruct*; commercial?; 

 

dept of health and human servicesDepartment of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600 Billings MT 59107

R — CONTRACT HEALTH SERVICE (CHS) TECHNICIAN RFP-244-13-0004-REL 121312 Rita E Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108, Email rita.langager@ihs.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is conducted under Simplified Acquisition Procedures pursuant to the authority of FAR Part 15, Contracting by Negotiation; FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by FAR Subpart 37.112). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Proposal (RFP)-244-13-0004-REL. This solicitation is restricted to 51% Indian owned (Native American/American Indian) business concerns in accordance with the Buy Indian Act (25 U.S.C. 47). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62. The associated North American Industry Classification System code is 561320 and the small business size standard is $13.5 million.
PRICE SCHEDULE – CONTRACT HEALTH SERVICE (CHS) TECHNICIAN: Potential contractors shall propose an all inclusive hourly rate.

BASE YEAR: 1600 hours @ $_______________ per hr $____________________;
OPTION YEAR ONE: 2080 hours @ $_______________ per hr $____________________;
OPTION YEAR TWO: 2080 hours @ $_______________ per hr $____________________;
OPTION YEAR THREE: 2080 hours @ $_______________ per hr $____________________;
OPTION YEAR FOUR: 2080 hours @ $______________ per hr $___________________; _
GRAND TOTAL: $____________________.

PERIOD OF PERFORMANCE: The performance of this contract shall be from January 1, 2013, through September 30, 2013, with four 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to acquire a Contract Health Service (CHS) Technician for the Flathead Contract Health Service (CHS) Program at the Flathead Tribal Health and Human Services Department, P.O. Box 880, Mission Drive, St. Ignatius, Montana 59865. WORK SCHEDULE: The tour of duty is eight (8) hours per day, Monday through Friday. The work schedule will be coordinated between the Contractor and the Supervisor. The Contractor does not earn or accrue annual leave or sick leave and is not entitled to any health or life insurance, retirement or other benefits or deductions inherent to permanent federal employees. As a contract employee, the Government will withhold 7.65% of each contract payment for Social Security and Medicare taxes as well as withholdings for Federal and State income taxes. It is the Contractor’s responsibility to have the remaining taxes withheld and to pay the taxes during the term of the contract. STATEMENT OF WORK: The Contractor provides staff assistance to the Contract Health Service (CHS) Office on administrative procedures and control measures. MAJOR DUTIES: Initiates and distributes medical authorizations including both hospital and professional fees after determining patient eligibility for CHS. Authorizations must be thoroughly reviewed for patient information and clinical data. Proper distribution and/or routing is essential in the management of medical authorizations. Completes and maintains applicable patient information for medical care. Prepares denials based on applicable CHS regulations, polices and practices. Utilizes the CHS automated software system – CHS/MIS to enter medical and financial data. Handles incoming calls, personally handles routine matters requiringtechnical knowledge or which require searching office records and contacts with other personnel to reach CHS eligibility determination, defers all difficult cases to CHS supervisor. Communicates with medical providers regarding claims and fiscal intermediary regarding payment status, initiates and follows through with steps necessary to resolve payment issues. Explains regulations and policies to health service vendors and recipients. Prepares information necessary for medical review to determine medical priority for CHS decision in accordance with federal CHS rules, regulations and established policies and procedures. Obtains information via telephone or personal inquiries on the status of patient billing; i.e., charges, payments and outstanding balances. Assists with preparation of high cost Catastrophic Health Emergency Fund (CHEF) cases. Screens and verifies CHS notifications, invoices of medical vendors, emergency room notes and patient discharge summaries to ensure medical services meet medical priorities prior to issuing CHS authorization and/or denial. Calculates estimated charges, prepares and issues appropriate purchase orders or denials with supporting medical justification. Refers questionable cases to CHS supervisor for medical review and/or decision. Communicates orally and in writing with individual Indian patients, medical providers and members of the community with a vested interest. Initiates and submits all mandatory correspondence and reports to CHS supervisor and Billings Area CHS Office in a timely manner. The maintenance of documents will be in accordance with established file system and will be maintained for historical records by the department. SUPERVISION: The Contractor is subject to the supervision and direction of the CHS Health System Specialist or her designee. The supervisor will verify that all services have been received and delivered. The supervisor will define the assignments (including procedures and methods to be used), priorities, and deadlines. The supervisor will assist the contractor with difficult or controversial aspects of the job requirement. Final work will be reviewed, as necessary, for conformance to policies, regulations, and timeliness. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide the Contractor with the following: (1) Office space including a telephone; (2) access to standard and specialized equipment including a computer, copy machines, and facsimile machines. The CHS Office will be responsible for getting the Contractor access and clearance to all pertinent computer services necessary to carry out his/her duties; (3) office supplies; (4) when authorized, travel costs and any other transportation expenses, in accordance with the Federal Travel Regulations (41 C.F.R. Chapter 300 through 304); and (5) if necessary, authority to use a General Services Administration (GSA) vehicle, for official purposes only. The Contractor will be required to provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the Contractor and the Government against third-party claims arising from the operation of all GSA vehicles used in connection with the contract. The Contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The Contractor shall comply with the requirements of FAR Subpart 51.2, 41 CFR 101-39, 41 CFR 102-34, and the operator’s packet furnished with each vehicle. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including all contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, “Personal Identity Verification of Federal Employees and Contractors,” and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel. Access/clearance to all pertinent computer systems, including completing a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Site Manager. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER’S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor’stechnical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technicalinspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Contracting Officer’s Representative (COR). The Contractor agrees to include the following information on each invoice: (1) Contractor’s name, address, telephone number and e-mail address; (2) Contract Number; (3) Invoice number and date; (4) Dates of Service including the number of hours worked and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. All IHS regulations and policies applicable to these Acts shall be enforced. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children’s services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors. The character and background investigations will be conducted by the Billings Area IHS Office. Fingerprints must be taken as part of the pre-employment process and must be completed before the contractor is allowed to work. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are included in the relative order of importance: (1) KNOWLEDGE OF IHS CONTRACT HEALTH SERVICE PROGRAM 40 POINTS; (2) EXPERIENCE WITH MICROSOFT WORD AND MICROSOFT EXCEL PROGRAMS 30 POINTS; (3) PAST EXPERIENCE WITH GOVERNMENT CONTRACT HEALTH SERVICE PROGRAM, POLICIES, AND PROCEDURES OR OTHER RELATED EXPERIENCE WITH ADMINISTRATIVE ASSISTANT DUTIES (The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least two contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable; and (8) Administrative Contracting Officer and telephone number, if applicable 30 POINTS. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.249-12, 52.251-1, 52.251-2, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically athttps://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c-ecfr&sid-3524d214210697effd2fd5c77848a806&rgn-div5&view-text&node-48:4.0.1.8.33&idno-48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a copy of a Certificate of Degree of Indian Blood (CDIB) and a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense’s Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.sam.gov. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on December 13, 2012. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company’s name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFP. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.

URL: https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFP-244-13-0004-REL/listing.html
OutreachSystems Article Number: 121204/PROCURE/0041
Matching Key Words: writ*; copy; technical; standard; 


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-13-A-0023 2B-13-A-0023 121712 Patricia K. Goode, Purchasing & Supply Management Specialist,United_States_Postal_Service_Logo.svg Phone 3037431262, Email patricia.k.goode@usps.gov Solicitation for Investigative Services for the United States Postal Service

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

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

•a.      Preparing an Investigative Plan;

•b.     Obtaining documentary information, including relevant statistics;

•c.      Securing testimony from complainants and witnesses;

•d.     Submitting a draft ROI, based on a complete review and analysis of the facts; and

•e.      Submitting a final ROI, based on a complete review and analysis of the facts.

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

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

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

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

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

Items that need to be Submitted

Signed 8203

Pages 5 & 6 of solicitation with responses to Provision 4-3 Representations and Certifications

Responses to the qualifications for Technical & Supplier Capability and Past Performance (limited to 3 pages)

Place of Performance: Home-Based US URL: https://www.fbo.gov/spg/USPS/SSP/SPHQ/2B-13-A-0023/listing.html
OutreachSystems Article Number: 121204/PROCURE/0045
Matching Key Words: documentar*; 

 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — MASONRY FRAMES H92244-13-T-0052 122112 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0052, 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 2005-62 effective 20 November 2012.

This procurement is 100% small business set-aside. North American Industry Classification System (NAICS) code 238140 with a business size standard of $14 million applies to this procurement. The DPAS rating for this procurement is DO-C9E.

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

Section B Schedule of Supplies and Services

CLIN 0001 CONCRETE MASONRY UNIT (CMU)
QTY: 20 each
SIZE: 8×9 (1,440 TOTAL SQUARE FOOTAGE)

CLIN 0002 ADOBE CLAY
QTY: 15 each
SIZE: 8×9 (1,080 TOTAL SQUARE FOOTAGE)

CLIN 0003 DOUBLE BRICK
QTY: 13 each
SIZE: 8×9 (936 TOTAL SQUARE FOOTAGE)

CLIN 0004 BRICK OVER CONCRETE MASONRY UNIT (CMU)
QTY: 13 each
SIZE: 8×9 (936 TOTAL SQUARE FOOTAGE)

CLIN 0005 CONCRETE MASONRY UNIT (CMU)
QTY: 4 each
SIZE: 5×7 (140 TOTAL SQUARE FOOTAGE)

CLIN 0006 ADOBE CLAY
QTY: 2 each
SIZE: 5×7 (70 TOTAL SQUARE FOOTAGE)

CLIN 0007 DOUBLE BRICK
QTY: 2 each
SIZE: 5×7 (70 TOTAL SQUARE FOOTAGE)

CLIN 0008 CONCRETE MASONRY UNIT (CMU)
QTY: 1 each
SIZE: 7×10 (70 TOTAL SQUARE FOOTAGE)

CLIN 0009 CONCRETE MASONRY UNIT (CMU)
QTY: 6 each
SIZE: 8×6 (288 TOTAL SQUARE FOOTAGE)

CLIN 0010 ADOBE CLAY
QTY: 3 each
SIZE: 8×6 (144 TOTAL SQUARE FOOTAGE)

CLIN 0011 DOUBLE BRICK
QTY: 2 each
SIZE: 8×6 (96 TOTAL SQUARE FOOTAGE)

FOB Destination
Place of Performance: 1636 Regulus Ave, Virginia Beach, VA 23461

Section C Extended Description
Contractor shall fill 81 frames of various sizes with various masonry products. The contractor shall furnish all labor, material, equipment, supervision and transportation. The Government will provide empty frames and designated CIP openings that require masonry products. The masonry filled frames shall be provided to the Government ready to use. Standard masonry industry practices shall be used with masonry products and grouting shall be done on every row and column. The contractor shall not use rebar for this requirement unless otherwise requested. Lifting points are available on most of the frames. Government will furnish access to water and electric. Government will furnish a forklift (6K) with operator to offload masonry material from the contractor’s truck. The contractor shall ensure the material is palletized within the lifting capacity of the forklift. The Government will place the material once in a spot designated by the contractor. The forklift and operator are not for routing use while the contractor is on site.

Section I Clauses

Following Clauses and Provision applies to this procurement.

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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-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 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
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 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
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 52.212-2 Evaluation – Commercial Items Jan-99
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 52.252-2 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) 862-9471.
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.

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. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 8:00 AM Eastern Standard Time (EST) on 21 December 2012. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 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 Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

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-0052/listing.html
OutreachSystems Article Number: 121201/PROCURE/0519
Matching Key Words: film?; produc*; you; website; site?; business*; event?; instruct*; commercial?;


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

99 — HOOKS H92244-13-T-0053 122112 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for160px-Special_Operations_Specops_Army.svg Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0052, 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 2005-62 effective 20 November 2012.

This procurement is 100% small business set-aside. North American Industry Classification System (NAICS) code 339999 with a business size standard of 500 employees applies to this procurement. The DPAS rating for this procurement is DO-C9E.

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

Section B Schedule of Supplies and Services

BRAND NAME OR EQUAL. IF QUOTING EQUAL, VENDOR MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.

CLIN 0001 EXTRA LONG CLIMBING HOOK 14″, ALUMINUM 7075-T6, STAINLESS STEEL SPIKES, LENGTHS OF SPIKES: 1/2″, 3/4″ AND 1 1/2″, WEIGHT: 38.8 OUNCES, STATIC LOAD CAPACITY: 500 POUNDS, FINISH: BLACK ANODIZED
MFR: CARDEX
MODEL NO: DH-1867
QTY: 10 each

FOB Destination
Delivery Address: 1636 Regulus Ave, Virginia Beach, VA 23461

Section I Clauses

Following Clauses and Provision applies to this procurement.

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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense 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 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
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 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
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 52.212-2 Evaluation – Commercial Items Jan-99
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 52.252-2 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) 862-9471.
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.

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. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 9:00 AM Eastern Standard Time (EST) on 21 December 2012. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 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 Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

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-0053/listing.html
OutreachSystems Article Number: 121201/PROCURE/0520
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 

 

FedBizOpps – Awards

VADepartment of Veterans Affairs, VA Northern California Health Care System, Department of Veterans Affairs No. California Health Care System System, 10535 Hospital Way, Sacramento, CA 95655

U–ECHO and SAW Packages VA261-13-Q-0157 Name: Leala Jew, Title: VHA, Phone: 9169234516, Fax: , Email: leala.jew@va.gov; VA570-C34082 / VA261-13-C-0025 $48,184.50 120312 ALL CATALYST LEARNING COMPANY [DUNS: 803757913],310 W LIBERTY ST STE 403, LOUISVILLE KY 40202-3020 No Description Provided
URL: https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA261-13-Q-0157/listing.html
OutreachSystems Article Number: 121204/AWARDS/0470
Matching Key Words: state!ky; 

 

FedBizOpps – Special Notes 

Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT PO Box 1070 Nashville TN 37202-1070

R — RECOVERY – Modification to Exercise Option Period 1 W912P5-12-F-0001 James W. Purcell, Contract Specialist, Phone 6157367674, Email190px-United_States_Army_Corps_of_Engineers_logo.svg James.W.Purcell@usace.army.mil RECOVERY – TAS::96 3134::TAS – THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY.  THIS OPPORTUNITY IS AVAILABLE ONLY TO THE CONTRACTOR AWARDED THE BASE CONTRACT FOR WHICH THIS OPTION IS BEING EXERCISED, AWARDED UNDER GSA MOBIS SCHEDULE CATEGORY 874 1.  ONLY THE OPTION PERIOD IS FUNDED BY RECOVERY ACT FUNDS.

Modification P00002 of the basic contract exercises Option Period 1, which provides Scheduler Consulting Services for the Kentucky Lock Addition Project during FY 2013.
Set-Aside: Woman Owned Small Business Place of Performance: USACE Kentucky Lock Addition Project Office Grand Rivers, KY 42045 US URL: https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-F-0001/listing.html
OutreachSystems Article Number: 121215/SPECIAL/0692
Matching Key Words: state!ky; 

 

 USABID State and Local Purchases  

Arizona Press Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N State of Arizona Newspaper; 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; Phone: (602)261-7655 Fax: (602)261-7525; E-mail: office@ananews.com

R – MARICOPA INTEGRATED HEALTH SYSTEM SOLICITATION NOTICE 90-13-10 SOL Public Notice ID: 19690763.HTM MARICOPA INTEGRATED HEALTH SYSTEM SOLICITATION NOTICE 90-13-104-RFP EPIC OPERATIONAL AND TECHNICAL OPTIMIZATION SERVICES Deadline for Written Questions: December 18, 2012/11:00AM Phoenix, AZ time Closing Date: January 4, 2013/11:00AM Phoenix, AZ time Maricopa County Special Health Care District dba Maricopa Integrated Health System (MIHS) hereby solicits sealed proposals from healthcare industry experts with extensive hospital operations experience based in transformed organizations that utilized Epic Systems to identify, plan and guide MIHS through an accelerated transformation. This Request for Proposals (RFP) may be found at the Maricopa Integrated Health System website athttp://www.mihs.org/working-at-mihs/contracting-opportunities as of December 6, 2012. It is recommended that you visit our website daily until the closing date to see if there are any addenda to this solicitation. THERE WILL BE NO OTHER NOTICES SENT TO YOU AFTER THIS PRIMARY NOTIFICATION. Annie Miyazaki Procurement Officer Maricopa Integrated Health System Contracts Administration 2611 E Pierce Street Phoenix, AZ 85008-6092 602-344-1403 (Office) 602-344-1813 (Fax) Annie.miyazaki@mihs.org Pub: December 6, 13, 2012 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121215/BID/0031
Matching Key Words: writ*; technical; 


Colorado – State Purchasing Office https://www.gssa.state.co.us/BdSols.nsf/OByAgency State Purchasing Office 633 17th Street, Suite 1520 Denver CO 80202-3609 Ph: (303) 866-6100 Fax: (303) 894-7445

T – Video Production Equipment SOL PPCC DQ 13-665 Equipment for the Radio and Television Instructional AreaVideo Server, IPS Panel, Production Switcher, CG, Amplifier, Equalizing DA, HDMI Converter, Flat Panel, Wall Mount, Switch with cover For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121215/BID/0127
Matching Key Words: video*; produc*; production?; instruct*; 


Tennessee – City of Knoxville http://www.cityofknoxville.org/purchasing/ City of Knoxville, P.O. Box 1631, Knoxville, TN 37901 Phone (865) 215-2070, fax (865) 215-2277 Email: purchasing@ci.knoxville.tn.us

T – Video Production Services SOL Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121215/BID/0670
Matching Key Words: video*; produc*; production?; 


Virginia – VBO/eVA-Virginia Business Opportunities https://vendor.epro.cgipdc.com/webapp/VSSAPPX/Advantage Virginia Business Opportunities – VBO. In order to obtain the bid package you must be a registered subscriber with the State.

T – RFP: Website & Interactive Video Production Services SOL RFP: Website & Interactive Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121215/BID/0751
Matching Key Words: video*; produc*; website; production?; 

Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202

R – PRICE CONTRACT FOR OMBUDSMAN CONTRACT FOR HUMAN RELATIONS COMMISSION. IFB-2954-0-2012/MBB DUE 27-DEC-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: 121213/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Education Professional Standards Board, 100 Airport Road, 3rd Floor, Frankfort, KY 40601

R – PROSECUTING ATTORNEY. RFP-183-1300000185-1 DUE 03-JAN-2013 Ashley Abshire, Phone: 502-564-4606; 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: 121213/BID/0016
Matching Key Words: age:state!ky; state!ky; 


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

R – KET FY13 GED ASSOCIATE PRODUCER. RFP-545-1300000187-1 DUE 20-DEC-2012 Christine Hurst, Phone: (859) 258-7107; 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: 121213/BID/0017
Matching Key Words: age:state!ky; state!ky; 


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

U – FY13 KET GED READING INSTRUCTIONAL WRITERS. RFP-545-1300000188-1 DUE 20-DEC-2012 Christine Hurst, Phone: (859) 258-7107; 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: 121213/BID/0018
Matching Key Words: age:state!ky; state!ky; 


Delaware – State Division of Purchasing http://bids.delaware.gov/default.asp PO Box 299, Grounds of Governor Bacon, Delaware City, DE 19106. Phone: 302-834-4550.

U – Driver Education Online Interactive Video Tutorial SOL 4323 Driver Education Online Interactive Video Tutorial For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121213/BID/0170
Matching Key Words: video*; education*; 

New Jersey – Cumberland County http://cumberlandprocure.org/ County Administration Building, 790 E. Commerce Street, Bridgeton, NJ 08302. Ph: 856-453-2132. E-mail: procure@co.cumberland.nj.us.

99 – Archaeological Evaluation SOL RFP # 12-95 : Providing Documentary Study, Archaeological Evaluation and Interpretive Plan for Site of The Battle of Dallas Landing For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121211/BID/0317
Matching Key Words: documentar*; 

Kentucky Board of Medical Licensure, 310 Whittington Parkway, Louisville, KY 40222

R – AUDIT FOR THE KY BOARD OF MEDICAL LICENSURE FY 2012. RFP-245-1300000169-1 DUE 17-DEC-2012 Martha Boulineau, Phone: (502) 429-7150; 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: 121210/BID/0002
Matching Key Words: age:state!ky; state!ky; 

Arizona Press Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N State of Arizona Newspaper; 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; Phone: (602)261-7655 Fax: (602)261-7525; E-mail: office@ananews.com

R – MARICOPA INTEGRATED HEALTH SYSTEM SOLICITATION NOTICE 90-13-10 SOL Public Notice ID: 19668307.HTM MARICOPA INTEGRATED HEALTH SYSTEM SOLICITATION NOTICE 90-13-104-RFP EPIC OPERATIONAL AND TECHNICAL OPTIMIZATION SERVICES Deadline for Written Questions: December 18, 2012/11:00AM Phoenix, AZ time Closing Date: January 4, 2013/11:00AM Phoenix, AZ time Maricopa County Special Health Care District dba Maricopa Integrated Health System (MIHS) hereby solicits sealed proposals from healthcare industry experts with extensive hospital operations experience based in transformed organizations that utilized Epic Systems to identify, plan and guide MIHS through an accelerated transformation. This Request for Proposals (RFP) may be found at the Maricopa Integrated Health System website athttp://www.mihs.org/working-at-mihs/contracting-opportunities as of December 6, 2012. It is recommended that you visit our website daily until the closing date to see if there are any addenda to this solicitation. THERE WILL BE NO OTHER NOTICES SENT TO YOU AFTER THIS PRIMARY NOTIFICATION. Annie Miyazaki Procurement Officer Maricopa Integrated Health System Contracts Administration 2611 E Pierce Street Phoenix, AZ 85008-6092 602-344-1403 (Office) 602-344-1813 (Fax) Annie.miyazaki@mihs.org Pub: December 6, 13, 2012 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121208/BID/0019
Matching Key Words: writ*; technical; 

Department of Criminal Justice Training, Funderburk Building, 521 Lancaster Avenue, Richmond, KY 40475

U – DRUG RECOGNITION EXPERT INSTRUCTOR. RFP-525-1300000173-1 DUE 20-DEC-2012 Beth Atkinson, Phone: (859) 622-8105; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121207/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202

99 – HAZARDOUS MATERIALS PERMIT FEE COLLECTION SYSTEM. RFP-2947-1-2012/LS DUE 03-JAN-2013 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: 121207/BID/0012
Matching Key Words: age:state!ky; state!ky; 

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

R – RIGHT-OF-WAY APPRAISAL REVIEW SERVICES, WOLFE COUNTY, ITEM NO.10-8101.00. RFP-605-1300000178-1 DUE 20-DEC-2012 Laura Stephens, Phone: (502) 564-4630; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121206/BID/0002
Matching Key Words: age:state!ky; state!ky; 


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

R – INVESTIGATORS FOR THE OFFICE OF INSPECTOR GENERAL. RFP-605-1300000175-1 DUE 20-DEC-2012 Laura Stephens, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121206/BID/0003
Matching Key Words: age:state!ky; state!ky; 


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

R – RIGHT-OF-WAY APPRAISAL SERVICES, WOLFE COUNTY, ITEM NO.10-8101.00. RFP-605-1300000177-1 DUE 20-DEC-2012 Laura Stephens, Phone: (502) 564-4630; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121206/BID/0004
Matching Key Words: age:state!ky; state!ky; 


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

99 – FRAMING SUPPLIES. RFB-605-1300000438-1 DUE 19-DEC-2012 Laura Stephens, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121206/BID/0009
Matching Key Words: age:state!ky; state!ky; 

Education & Workforce Development Cabinet, Office of Administrative Services, 500 Mero Street, Frankfort, KY 40601

R – KWIB CONSULTANT – STAFF TRAINING BRANDING PROJECT. RFP-531-1300000179-1 DUE 04-JAN-2013 Nancy Sherrow, Phone: (502) 564-2782; Website: https://emars.ky.gov/online/vss/AltSelfService The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121205/BID/0003
Matching Key Words: age:state!ky; state!ky; 


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

99 – ROAD TUBE FOR TRAFFIC COUNTERS. RFB-605-1300000423-1 DUE 18-DEC-2012 Erin Eagan, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService Rubber tubing for traffic counter. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121205/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202

99 – PEPPERBALL EQUIPMENT AND SUPPLIES. IFB-2944-0-2013/KBM DUE 18-DEC-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: 121205/BID/0008
Matching Key Words: age:state!ky; state!ky; 

Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202

R – PRICE CONTRACT FOR CASHLESS INTAKE/PAYMENT SYSTEM. RFP-2941-0-2012/MBB DUE 18-DEC-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: 121203/BID/0003
Matching Key Words: age:state!ky; state!ky; 

 

Kentucky State Procurement

Sanitation District No. 1, 1045 Eaton Drive, Ft. Wright, KY 41017

R — WATER RESOURCE MANAGEMENT SERVICES. DUE 14-JAN-2013 Pursuant to KRS 45A.365 (3) and 45A.370 (2) The Board of Directors of Sanitation District No. 1 (SD1) hereby invites the submission of proposals for a competitively negotiated contract for Water Resource Management Services. Proposals will be received until January 14, 2013 at 2:00 P.M. LOCAL TIME, at SD1 s office, 1045 EATON DRIVE, FT. WRIGHT, KENTUCKY. Copies of this Request for Proposals and any issued Addenda may be obtained from SD1 s Purchasing Department located at 1045 Eaton Drive, Ft. Wright, Kentucky, between the hours of 8:00 A.M. and 4:00 P.M., Monday through Friday, downloaded from SD1 s website at http://www.sd1.org, or by contacting Mike Glowacki, Purchasing Manager, 859-547-1646, prior to the time and date specified for the proposal deadline. There is no charge for this document. All proposals must follow the proposal format set forth in this Request for Proposals and meet the minimum qualifications in order to be considered. Pursuant to KRS 45A.37A (3), oral discussions may be conducted with all responsible offers determined by SD1 to be reasonably susceptible of being selected for contract award, if needed. SD1 reserves the right to reject any and all proposals and to waive any informality. For additional information, contact: Mike Glowacki, Purchasing Manager, Office: 859-547-1646, Email: mglowacki@sd1.org. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121214/KY/1852
Matching Key Words: age:state!ky; state!ky; 

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

R — PROGRAM MANAGER. DUE 17-JAN-2013 Lexington Center Corporation (LCC) extends a Request for Qualification (RFQ) for a Program Manager to serve as the Owner s representative to oversee the architectural, engineering, and construction teams working on the Rupp Arena, Arts & Entertainment District. The project includes a comprehensive renovation to Rupp Arena, relocation and expansion of the Lexington Convention Center and creating opportunities for private development surrounding the LCC facilities. Interested candidates must submit a detailed proposal by January 17, 2013. A text of the full RFQ may be obtained by contacting LCC, 430 W. Vine St., Lexington, KY 40507, Attn: Frank Butler, or online at http://www.lexingtoncenter.com/. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121213/KY/1810
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 – ADDENDUM. RFB-605-1300000416-2 DUE 19-DEC-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: 121212/KY/1754
Matching Key Words: age:state!ky; state!ky; 


Housing Authority of Hopkinsville, KY

R — DEBT COLLECTION SERVICES. The Housing Authority of Hopkinsville is soliciting requests for proposals for debt collection services. Proposal requirements may be requested between December 10 and December 23, 2012 by emailing Rebecca Hilliard, rhilliard@housingah.org. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121212/KY/1765
Matching Key Words: age:state!ky; state!ky; 


University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005

R — TRANSPLANT PROGRAM REVIEW – ADDENDUM #1. UK-1225-13 DUE 19-DEC-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This Request for Proposal (“RFP”) is being issued by University of Kentucky (“UK”) to obtain proposals from qualified, experienced firms to provide a complete review of the existing Solid Organ and Bone Marrow Transplant programs. 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: 121212/KY/1770
Matching Key Words: age:state!ky; state!ky; 


Transportation Cabinet, Division of Professional Services, 200 Mero Street, 3rd Floor, Frankfort, KY 40622

R — STATEWIDE PLANNING – TRAFFIC COUNTING. DUE 09-JAN-2013 Phone: (502) 564-4555; Fax: (502) 564-4422; Website:http://transportation.ky.gov/professional-services/Pages/default.aspx , Procurement Bulletin Number 2013-06. PROJECT DESCRIPTION: Collect traffic data for the Kentucky Transportation Cabinet (KYTC) Division of Planning used to develop estimates of the amount of vehicular travel, vehicle usage, and/or vehicle characteristics associated with a system of highways or with a particular location on a highway. Perform up to 1500 counts statewide per year, approximately 2/3 of which will be volume counts and 1/3 of which will be classification counts. There is no guarantee of the quantity of work mentioned in this request for proposals and KYTC is obligated only to the extent of the needed services during the term of the contract. SCOPE OF WORK: One consultant will be selected to provide Traffic Data Collection services for the duration of the contract. The data shall be collected per the current editions of the American Association of State Highway Transportation Officials (AASHTO) Guidelines for Traffic Data Programs, Federal Highway Administration (FHWA) Traffic Monitoring Guide, and the FHWA Manual on Uniform Traffic Control Devices. This may include short-term volume and/or classification machine data collection and manual turning-movement, volume, and/or classification data collection. All classification counts shall be collected using FHWA Scheme “F” 13 plus 2 bins. Speed data shall be collected in KYTC-defined, 13 bins. Major holidays, school holidays and in-session events shall be monitored so as not to count at those times. PREQUALIFICATION REQUIREMENTS: TRANSPORTATION PLANNING/CORRIDOR PLANNING – Traffic Data Collection. 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: 121212/KY/1780
Matching Key Words: age:state!ky; state!ky; 


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

76 — LIBRARY BOOKS & PRE-BOUND PAPERBACK BOOKS (%). DUE 08-JAN-2013 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121212/KY/1786
Matching Key Words: age:state!ky; state!ky; 

Cabinet for Health & Family Services, Child Support Enforcement, Dept. for Income Support, 730 Schenkel Lane, P. O. Box 2150, Frankfort, KY 40602-2150

U — IN-HOSPITAL PATERNITY – ADDENDUM. RFP-727-1300000131-2 DUE 20-DEC-2012 Felicia Biggerstaff, Phone (502) 564-6663; 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: 121211/KY/1736
Matching Key Words: age:state!ky; state!ky; 

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

99 — FRAMING SUPPLIES – ADDENDUM. RFB-605-1300000438-25 DUE 19-DEC-2012 Laura Stephens, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121210/KY/1680
Matching Key Words: age:state!ky; state!ky; 


Lexington-Fayette Urban County Government, 200 East Main Street, Room 338, Lexington, KY 40507

R — PRE-SOLICITATION NOTICE: CARDINAL LANE STORMWATER IMPROVEMENTS. Marilyn Clark, (859) 258-3320. Consultant: Integrated Engineering, PLLC, Attn: Eddie Mesta, 1716 Sharkey Way, Suite 180, Lexington, KY 40511, (859) 368-0145. This contract will include the following work and estimated costs: concrete construction – $4,200; concrete finishers – $8,300; demolition – $13,000; seeding – $3,200; laying sod – $2,000; surveyors – $1,750; asphalt removal – $750; roadway and right-of-way work – $2,000; storm and sewer line work – $204,800. 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: 121210/KY/1690
Matching Key Words: age:state!ky; state!ky; 


Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, KY 40505

R — BOND COUNSEL. DUE 02-JAN-2013 The Lexington-Fayette Urban County Housing Authority (LHA) invites submission of proposals from attorneys and law firms licensed and in good standing in the Commonwealth of Kentucky with experience as bond counsel to provide bond counsel representation. LHA anticipates converting its Pimlico Apartments property under the Rental Assistance Demonstration (RAD) Program and financing improvements to the residential property. LHA anticipates receiving an allocation of approximately $13 million ($13,000,000) in private activity volume cap in conjunction with the issuance of tax-exempt bonds by Kentucky Housing Corporation (KHC), which LHA will use to finance the development of a certain residential development project (the Project) as described within the Proposal Documents. Proposals will be received at the Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, Kentucky 40505, until 2:00 p.m., January 2, 2013. The LHA reserves the right to reject any or all proposals and to waive any informality. Copies of the Proposal Documents may be obtained at the LHA, and requests for additional information should be directed to: Barry Holmes, Chief Operating Officer, Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, KY 40505, (859) 281-5092, holmesb@lexha.org. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121210/KY/1702
Matching Key Words: age:state!ky; state!ky; 


Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, KY 40505

R — EQUITY INVESTOR. DUE 02-JAN-2013 The Lexington-Fayette Urban County Housing Authority (LHA) invites submission of proposals from experienced syndicators, placement agents or equity funds interested in and capable of successfully purchasing Low-Income Housing Tax Credits and maximizing equity for an affordable housing project. LHA anticipates converting its Pimlico Apartments property under the Rental Assistance Demonstration (RAD) Program and financing improvements to the residential property. LHA anticipates receiving an allocation of approximately $13 million ($13,000,000) in private activity volume cap in conjunction with the issuance of tax-exempt bonds by Kentucky Housing Corporation (KHC) and seeks an investor to purchase the associated 4% Low-Income Housing Tax Credits. The respondent selected will be the investor and will obtain a membership interest in the limited liability company or other limited liability entity that will own the Pimlico Apartments development in Lexington, Kentucky. The scope of the residential development project and the associated financing is further described within the Proposal Documents. Proposals will be received at the Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, Kentucky 40505, until 3:00 p.m., January 2, 2013. The LHA reserves the right to reject any or all proposals and to waive any informality. Copies of the Proposal Documents may be obtained at the LHA, and requests for additional information should be directed to: Barry Holmes, Chief Operating Officer, Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, KY 40505, (859) 281-5092, holmesb@lexha.org. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121210/KY/1703
Matching Key Words: age:state!ky; state!ky; 


Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, KY 40505

R — BOND UNDERWRITER & FHA MORTGAGE ORIGINATOR. DUE 02-JAN-2013 The Lexington-Fayette Urban County Housing Authority (LHA) invites submission of proposals from qualified bond underwriters and FHA mortgage originator teams. LHA is seeking to obtain these two components in one RFP process, as it sees efficiencies in these two entities working together. LHA anticipates converting its Pimlico Apartments property under the Rental Assistance Demonstration (RAD) Program and financing improvements to the residential property. LHA anticipates receiving an allocation of approximately $13 million ($13,000,000) in private activity volume cap in conjunction with the issuance of tax-exempt bonds by Kentucky Housing Corporation (KHC). LHA also anticipates applying for a FHA 221(d)(4) mortgage. Qualified bond underwriters must have a demonstrated ability to develop and market tax-exempt private activity bonds. FHA mortgage originators must have demonstrated relevant experience and LHA will be looking for firms who have recent experience with the HUD Louisville office. The scope of the residential development project and the associated financing is further described within the Proposal Documents. Proposals will be received at the Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, Kentucky 40505, until 2:30 p.m., January 2, 2013. The LHA reserves the right to reject any or all proposals and to waive any informality. Copies of the Proposal Documents may be obtained at the LHA, and requests for additional information should be directed to: Barry Holmes, Chief Operating Officer, Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, KY 40505, (859) 281-5092, holmesb@lexha.org. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121210/KY/1704
Matching Key Words: age:state!ky; state!ky; 


Zoneton Fire Protection District, 5328 North Preston Highway, Shepherdsville, KY 40165

R — INSURANCE SERVICES. DUE 05-FEB-2013 The Zoneton Fire Protection District is soliciting sealed bids for the furnishing of its general liability, property, automobile, errors and omissions coverage and accident and sickness coverage. Any interested insurance agency must contact Chief Robert Orkies at 5328 North Preston Highway, Shepherdsville, Kentucky 40165, (502) 955-8076 during normal business hours for bidding specifications. No agent of record documentation will be completed. Sealed bids will be accepted until 7:00 p.m., local prevailing time, on Tuesday, February 5, 2013, at Zoneton Fire Protection District, 5328 North Preston Highway, Shepherdsville, KY 40165, at which time and place the submitted bids will be opened in public and read aloud at its regularly scheduled monthly meeting. The Zoneton Fire Protection District Board of Trustees will consider all bids and reserves the right to reject any and all bids and to accept that bid, which it deems to be in the best interest of the Fire District. 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: 121210/KY/1705
Matching Key Words: age:state!ky; state!ky; 


Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202

R — CONSTRUCTION MANAGEMENT (AT RISK) SERVICES FOR THE LFPL SOUTHWEST REGIONAL BRANCH – ADDENDUM #1. RFP-2932-0-2013/TB DUE 12-DEC-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: 121210/KY/1709
Matching Key Words: age:state!ky; state!ky; 

University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005

R — REMOTE REAL TIME VERBATIM CAPTIONING SERVICES. UK-1222-13 DUE 09-JAN-2013 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: 121207/KY/1650
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

T — PRINTING OF U OF L FOLDERS. IB-53-13 DUE 03-JAN-2013 Terry L. Cutler, Phone: (502) 852-7211; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121207/KY/1651
Matching Key Words: age:state!ky; state!ky; 


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

69 — INSTRUCTIONAL & OFFICE SUPPLIES (LINE ITEM). BID #6685 DUE 04-JAN-2013 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121207/KY/1661
Matching Key Words: age:state!ky; state!ky; 


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

76 — INSTRUCTIONAL & OFFICE SUPPLIES (LINE ITEM). BID #6685 DUE 04-JAN-2013 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121207/KY/1662
Matching Key Words: age:state!ky; state!ky; 


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

R — BANKING FACILITY AND AUTOMATED TELLER MACHINES, LOUISVILLE INTERNATIONAL AIRPORT – ADDENDUM #1. DUE 19-DEC-2012 Website: http://bids.flylouisville.com/raa/currentbids.asp Sealed Proposals will be received at the Office of the Director of Properties, at the Administrative Offices of the Louisville Regional Airport Authority (the Authority ), 700 Administration Drive, Louisville, Kentucky 40209, until and not later than 2:00 p.m., local time, on December 19, 2012 for the following: BANKING FACILITY AND AUTOMATED TELLER MACHINES, LOUISVILLE INTERNATIONAL AIRPORT. The Authority is soliciting Proposals for the exclusive right and privilege to operate a full service Banking Facility in the Landside Building at Louisville International Airport in Louisville, Kentucky (the Airport ), and the non-exclusive right to operate Automated Teller Machines ( ATMs ) in the Landside Building and Airside Building at the Airport, and if proposed by the successful Proposer and awarded by the Authority, the non-exclusive right to operate additional ATMs in the general aviation terminal facility at the Airport and at an outside location at Bowman Field in Louisville, Kentucky, all for a term of five (5) years. The Proposal Documents, including Instructions to Proposers, General Conditions, Proposal Form, Proposer s Experience and Qualifications Questionnaire, and form of Banking Facility and Automated Teller Machines Agreement may be obtained at the Office of the Director of Properties, at the above address, between the hours of 8:00 a.m. and Noon and 1:00 p.m. to 4:30 p.m., Monday through Friday, Telephone 502-363-8509, or by emailing a request to darrell.watson@flylouisville.com, or at the Authority s website at http://bids.flylouisville.com/raa/currentbids.asp. All prospective Proposers are directed to contact Darrell D. Watson, A.A.E., Director of Properties, with all questions and/or requests for information, telephone (502) 363-8509. The Authority has a No Contact Policy which prohibits communication or contact by Proposer(s) or its representatives(s) directed at members of the Authority s Board, its employees, its consultants, or its other representatives concerning the subject of the Proposal Documents except as permitted by the Proposal Documents. 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: 121207/KY/1665
Matching Key Words: age:state!ky; state!ky;

Tri-County Community Action Agency, Kentucky

R — AUDIT SERVICES. DUE 21-DEC-2012 Tri-County Community Action Agency, a 502 (c)(3) non-profit, is seeking proposals from qualified CPA firms to conduct the agency s annual audit in accordance with Government Auditing Standards. Proposals are to be submitted by December 21, 2012. To request an RFP packet, contact Theresa at 502-222-1349 or send an e-mail request to auditor@tricountycaaky.org. The best qualified and cost effective proposals will be selected by TCCAA s board of directors at a meeting to be held in February, 2013. 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: 121206/KY/1618
Matching Key Words: age:state!ky; state!ky; 

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

U — ADVANCED ORDNANCE RECOGNITION TRAINING. BID #171-2012 DUE 19-DEC-2012 Phone: (859) 258-3320; Fax: (859) 258-3322; Website: http://www.lexingtonky.gov/index.aspx?page=162 Notice is hereby given by the Lexington-Fayette Urban County Government that bids will be received until 2:00 p.m., local time on 12/19/2012 in Central Purchasing, 200 E. Main St., Rm. 338, Lexington, KY for: Bid 171-2012 Advanced Ordnance Recognition Training. Additional information may be obtained by calling (859) 258-3320. 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: 121205/KY/1580
Matching Key Words: age:state!ky; state!ky; 

Labor Cabinet, Department of Workers’ Claims,1047 U.S. HWY 127 S., Ste. 4, Frankfort, KY 40601

R — MEDICAL FEE SCHEDULE FOR PHYSICIANS – ADDENDUM. RFP-107-1300000025-2 DUE 10-DEC-2012 Donna Jones, Phone: (502) 564-4126; Website: https://emars.ky.gov/online/vss/AltSelfService The Commonwealth of Kentucky, Commissioner of the Department of Workers’ Claims, requests proposals for qualified vendors for a personal service contract to analyze, revise, and update the 2010 Kentucky Workers’ Compensation Fee Schedule for Physicians in accordance with KRS 342.035. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121203/KY/1502
Matching Key Words: age:state!ky; state!ky; 


Scott County Fiscal Court, P.O. Box 973, Georgetown, KY 40324

R — AMBULANCE BILLING AND DATA COLLECTION SERVICES. DUE 14-DEC-2012 Scott County Fiscal Court is requesting proposals from qualified firms to provide Ambulance Billing and Data Collection Services for Georgetown-Scott County Emergency Medical Services. This request for proposals defines the minimum scope of services and outlines the requirements that must be met by firms interested in providing such services. Firms shall carefully examine this RFP and all sections therein before submitting a proposal. Proposals will be accepted until 2:00 p.m., December 14, 2012 and should be submitted to: Scott County Fiscal Court, Attn: Judge George Lusby, P.O. Box 973, Scott County Courthouse, Georgetown, KY 40324. All sealed proposals must bear the title Georgetown-Scott County EMS Ambulance Billing and Data Collection Proposal . The submitting firm s name and address must be on the face of the proposal envelope. Please submit one (1) original and two (2) complete copies of your proposal. Late proposals will not be considered. It is the responsibility of the proposer to ensure that the proposal arrives at the correct location at the correct time. 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: 121203/KY/1508
Matching Key Words: age:state!ky; state!ky; 


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

R — BANKING FACILITY AND AUTOMATED TELLER MACHINES, LOUISVILLE INTERNATIONAL AIRPORT. DUE 19-DEC-2012 Website: http://bids.flylouisville.com/raa/currentbids.asp Sealed Proposals will be received at the Office of the Director of Properties, at the Administrative Offices of the Louisville Regional Airport Authority (the Authority ), 700 Administration Drive, Louisville, Kentucky 40209, until and not later than 2:00 p.m., local time, on December 19, 2012 for the following: BANKING FACILITY AND AUTOMATED TELLER MACHINES, LOUISVILLE INTERNATIONAL AIRPORT. The Authority is soliciting Proposals for the exclusive right and privilege to operate a full service Banking Facility in the Landside Building at Louisville International Airport in Louisville, Kentucky (the Airport ), and the non-exclusive right to operate Automated Teller Machines ( ATMs ) in the Landside Building and Airside Building at the Airport, and if proposed by the successful Proposer and awarded by the Authority, the non-exclusive right to operate additional ATMs in the general aviation terminal facility at the Airport and at an outside location at Bowman Field in Louisville, Kentucky, all for a term of five (5) years. The Proposal Documents, including Instructions to Proposers, General Conditions, Proposal Form, Proposer s Experience and Qualifications Questionnaire, and form of Banking Facility and Automated Teller Machines Agreement may be obtained at the Office of the Director of Properties, at the above address, between the hours of 8:00 a.m. and Noon and 1:00 p.m. to 4:30 p.m., Monday through Friday, Telephone 502-363-8509, or by emailing a request to darrell.watson@flylouisville.com, or at the Authority s website athttp://bids.flylouisville.com/raa/currentbids.asp. All prospective Proposers are directed to contact Darrell D. Watson, A.A.E., Director of Properties, with all questions and/or requests for information, telephone (502) 363-8509. The Authority has a No Contact Policy which prohibits communication or contact by Proposer(s) or its representatives(s) directed at members of the Authority s Board, its employees, its consultants, or its other representatives concerning the subject of the Proposal Documents except as permitted by the Proposal Documents. 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: 121203/KY/1510
Matching Key Words: age:state!ky; state!ky; 


Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202

99 — PRICE CONTRACT FOR CASHLESS INTAKE/PAYMENT SYSTEM. RFP-2941-0-2012/MBB DUE 18-DEC-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: 121203/KY/1521
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES 

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: