FedBizOpps – Procurements
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street Philadelphia PA 19106
R — PSO Services throughout the state of KY HSHQE4-13-R-00002 Michael J DeCrescio, Phone 215-521-2263, Email michael.decrescio@dhs.gov THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY.
The Department of Homeland Security, Office of Procurement Operations, Federal Protective Service Acquisition Division, East Consolidated Contracting Group has a requirement for armed protective security officer services (PSO) at various locations throughout the State of Kentucky. It is anticipated the Request for Proposal (RFP) will be posted to http://www.fedbizopps.gov between February 5, 2013 and February 28, 2013.
This requirement will be solicited as a commercial item in accordance with FAR Part 12. It is anticipated that a single award, labor hour, indefinite delivery/indefinite quantity type contract will be established as a result of the solicitation. The contract will consist of a 12-month base period with four consecutive 12-month options with an additional 6-month option in accordance with FAR 52.217-8.
The NAICS code for this acquisition is 561612, Security Guard and Patrol Services. The size standard is $19 Million. It is anticipated that this procurement will solicited unrestricted under full and open competition.
As an integral part of this security effort, the contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screenings, reports, and files necessary to accomplish this requirement. The RFP will require the submission of a technical proposal as well as a price proposal. All proposals received in response to the RFP will be evaluated using Best Value Trade-Off Procedures. This requirement is being solicited as unrestricted full and open competition.
All contractors must be registered in the Central Contractor Register CCR (http://www.sam.gov). Further offerors are required to complete their Online Representations and Certifications Applications (ORCA) athttp://orca.bpn.gov.
For questions concerning this announcement, contract Michael DeCrescio at (215) 521-2263.
Place of Performance: , KY US URL: https://www.fbo.gov/notices/d07a5f2ec484870b43cd85ccfa987d7f
OutreachSystems Article Number: 130202/PROCURE/0067
Matching Key Words: state!ky;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — TARGET SYSTEM SPARE PARTS H92244-13-T-0108 022213 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; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0108, 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 2005-65 effective 29 January 2013.
This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9E.
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
BRAND NAME OR EQUAL. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.
Section B Schedule of Supplies and Services
CLIN 0001 Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea
CLIN 1001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea
CLIN 2001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea
CLIN 3001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea
CLIN 4001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea
CLIN 5001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea
CLIN 6001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea
FOB DESTINATION
Section I Clauses
Following Clauses and Provision applies to this procurement.
FAR 52.204-99 DEV System for Award Management Registration Aug-12
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 52.217-7 Option for Increased Quantity – Separately Priced Line Item Mar-89
FAR 52.217-8 Option to Extend Services Nov-99
FAR 52.217-9 Option to Extend the Term of the Contract Mar-00
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 52.222-50 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 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
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 equirements. 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 09:00 AM Eastern Standard Time (EST) on 22 February 2013. 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 https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn 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-0108/listing.html
OutreachSystems Article Number: 130202/PROCURE/0427
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department 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 013013 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 Cancel this solicitation in its entirety.
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: 130202/PROCURE/0525
Matching Key Words: state!ky;
Department of Commerce, U. S. Census Bureau, Suitland, Acquisition Division Room 3J438 Washington DC 20233
99 — Census Bureau’s Field Directorate Data Broker Support Services YA1323-13-SS-0001 021213 Donna Cornish, Contract Specialist, Phone 3017634514, Email donna.cornish@census.gov Title: Census Bureau’s Field Directorate Data Broker Support Services
This is NOT a solicitation announcement. This is a sources sought notice for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Since this is a sources sought notice, no evaluation letters and/or results will be issued to the respondents.
Background:
The Census Bureau’s Field Directorate is responsible for collecting data from survey or census respondents via telephone, personal visit, or by mail for current surveys and programs, special censuses, and decennial censuses. To improve the quality of our data, minimize field cost, and improve timeliness of our data collection activities, the Census Bureau’s Field Directorate seek contractor support from a data broker that will provide our 6 Regional Offices (New York, Philadelphia, Chicago, Atlanta, Denver, Los Angeles) and 3 Telephone Centers (Hagerstown, MD, Tucson, AZ, Jeffersonville, IN) a single point access to a comprehensive database of information that will allow the Field Directorate to contact/locate specific respondents and/or addresses. Staff located in the regional offices and telephone centers will utilize the database to search missing information (such as last name, address, telephone number) for the field representatives to complete official Census Bureau surveys.
Objective:
The U.S. Census Bureau’s Field Directorate seeks qualified sources that provide a commercial off-the-shelf (COTS) product that provides access to a comprehensive database (24 hours per day, 7 days per week) of updated personal identifiable information. The COTS solution will be used for locating and/or contacting respondents in association with official Census Bureau surveys and censuses. This database must contain information that is updated monthly. The service provider will ensure that federal users are fully trained on applying matching logic to improve match rates and will provide technical assistance at all times via telephone.
Critical Functionality:
The COTS database must allow searches to be performed, via the internet, in the following manner:
1. Searches on minimal information such as last, name, telephone numbers, address, zip code at broad (state level) or specific (county/city) geographic level.
2. The use of “wildcard” to substitute one or more alphabet or numeric search characters.
3. Information on neighbors to a specific address that includes their name, telephone number, and tenure at their address.
4. Demographic information at an address that includes household membership with ages of occupants, tenure at address, and owner/rental status.
5. Phone + Premium (cell phone search).
6. Business information that includes name of building owner.
Training and Technical Support:
The COTS provider shall provide bi-annual training to new and existing users in person, by telephone, and/or by video conference on the product‘s features and functionality.
The COTS provider shall provide ongoing technical support to all Census offices and telephone centers by telephone or site visit during normal business hours, Monday through Friday from 8:00am through 5:00pm. The technical support will allow users to contact and communicate product issues.
Capability Statements:
Interested firms responding to this sources sought notice must provide a capability statement demonstrating their capability to fulfill the Government’s requirement for a COTS product/license. All respondents are requested to identify their firm’s size and type of business. Brochures alone are not sufficient documentation for demonstration of capabilities. The capability statement shall be in sufficient detail, but not exceed 8pages, so that the Government can determine the experience and capability of your firm to provide the requirement above. Your capability statement should include references. Responses must be received by 4:30 EST on February 12, 2013 via email to Donna Cornish, Contract Specialist at donna.cornish@census.gov.
Place of Performance: Regional Offices: New York, NY; Philadelphia, PA; Chicago, IL; Atlanta, GA; Denver, CO; Los Angeles, CA Telephone Centers: Hagerstown, MD, Tucson, AZ, Jeffersonville, IN US URL:https://www.fbo.gov/spg/DOC/CB/13040001/YA1323-13-SS-0001/listing.html
OutreachSystems Article Number: 130201/PROCURE/0510
Matching Key Words: video*; produc*; train*; conference?; site?; page?; business*; documentation; commercial?;
Department 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 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 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: 130131/PROCURE/0078
Matching Key Words: state!ky;
Department 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 011113 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
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: 130131/PROCURE/0528
Matching Key Words: state!ky;
Government Printing Office, Customer Services Department, Atlanta Regional Printing Procurement Office, Buckhead West 1888 Emery Street, Suite 110 Atlanta GA 30318-2542
T — Variou Envelopes 1404S 022113 Jeffrey T Messersmith, Phone 404-605-9160 x 9181, Fax 404-605-9185, Email jmessersmith@gpo.gov Single award term contract in each of three categories for Government Printing Office, Atlanta. Beginning February 28, 2013 and ending February 28, 2014 with four possible options years (if applicable). Quality Level IV is required. These specifications cover the production of envelopes requiring such operations as composition, proofs, films, printing, packing and distribution. FREQUENCY OF ORDERS: Approximately 725 orders per year. QUANTITY: Approximately 1,000 to 150,000 copies per order. TRIM SIZE: 3-5/8 x 6-1/2″ up to 12 x 16″. Deliver f.o.b. destination/contractor’s city to various locations. Complete production and delivery is required within no fewer than 10 workdays. Complete specifications are available on the Atlanta GPO web site. If you are NOT internet active, you may FAX a request for a bid package to (404) 605-9185 on bidder’s letterhead – reference Program 1404-S on request. The Atlanta web site is:http://www.gpo.gov/gpo/bidopps/bidopps.action?region-atlanta.
Place of Performance: Atlanta, GA 30327 US URL: https://www.fbo.gov/spg/GPO/PPD/AtlantaGA/1404S/listing.html
OutreachSystems Article Number: 130130/PROCURE/0089
Matching Key Words: film?; produc*; you; web; site?; production?; distribut*;
Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), Headquarters FMCSA,
R — FMCSA Legislative and Regulatory Review Services DTMC75-13-SS-00001 021113 Rubie B. King, Contracting Officer, Phone 2023660518, Email Rubie.King@dot.gov – Steve L. Fuller, Contract Specialist, Phone2024930176, Fax 2023852335, Email steve.fuller@dot.gov ;
p;
The U. S. Department of Transportation (DOT) Federal Motor Carrier Safety Administrations (FMCSA) is conducting market research to identify potential sources with experience in the Transportation and Motorcoach Industries. Since 2005, Federal Motor Carrier Safety Administration (FMCSA) has increased its oversight and enforcement activities related to Motorcoach Transportation. The driver/vehicle inspections and compliance reviews performed by FMCSA have increased and this higher number of inspections and compliance reviews is being maintained. In addition, on November 16, 2009, FMCSA and other DOT surface transportation agencies issued a Motorcoach Safety Action Plan outlining steps FMCSA and other agencies would take to reduce fatalities and injuries for the Motorcoach industry. The Motorcoach Safety Action Plan proposed actions to ensure the Motorcoach Transportation System in the United States was operated by well-rested, professional drivers using well-maintained equipment in the safest way possible. Although the Motorcoach Safety Action Plan encompasses many aspects of FMCSA’s Motorcoach safety oversight, there are multiple programs required by statute and regulation, not included in the Plan that affect all commercial motor vehicles and directly impact the Motorcoach Safety Program.
Specifically, interested parties would be required to assist in the l egislative and regulatory review of the FMCSA Regulatory Process in support of Motorcoach Safety. Ideally interested parties should have personnel who possess juris doctor degree (s), have significant experience and knowledge in the following areas: researching, drafting, proposing, interpreting, and enforcing draft and/or final Federal laws and regulations as it pertains to the transportation industry.
This RFI is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotations. As prescribed by Federal Acquisition Regulation (FAR) Paragraph 15.201(e), responses to this notice are not offers. They cannot be accepted by the Government to form a binding contract, nor do they affect a potential offeror’s ability to respond to any future synopsis/solicitation which may or may not follow or restrict the Government’s eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. Interested parties responding to this notice must provide a technical capability statement which clearly demonstrates its experience and ability to meet the Government’s requirement. Respondents will not be notified of any results derived from a review of the information provided; however information gathered may be utilized for technical and acquisition purposes.
All questions concerning this RFI may be submitted to Rubie.King@dot .gov . Interested parties must submit a written technical capability statement which clearly demonstrates their ability to meet the Government’s requirement to Rubie.King@dot.gov no later than 3 p.m. EST on February 11, 2013. Please reference the following number in the subject line of all emails: DTMC75-13-SS-00001.
Place of Performance: 1200 New Jersey Ave. SE Washington, DC 20590 US URL: https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-13-SS-00001/listing.html
OutreachSystems Article Number: 130130/PROCURE/0447
Matching Key Words: writ*; technical;
Department of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028
R — Dental Services DS012513 021113 Tracy M. Reichenbach, Buyer/Horizons Youth Services, Phone 606-433-2258, Fax 606-433-5401, Email reichenbach.tracy@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY
The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services for the Department of Labor, is seeking qualified providers for dental services. This requirement consists of 8 hours per week/48 weeks per year of on-site services. The subcontract agreement/scope of work is attached.
Deadline for bids will be February 11, 2013 at 4:00 pm EST. If you have questions, please contact Tracy Reichenbach, Buyer, at (606) 433-2258, or via e-mail (preferred) at reichenbach .tracy@jobcorps.org .
Place of Performance: Carl D. Perkins Job Corps Center 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/DS012513/listing.html
OutreachSystems Article Number: 130126/PROCURE/0066
Matching Key Words: state!ky;
Department of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028
R — Nurse Practitioner NP012513 021113 Tracy M. Reichenbach, Buyer/Horizons Youth Services, Phone 606-433-2258, Fax 606-433-5401, Email reichenbach.tracy@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY
The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services for the Department of Labor, is seeking a qualified Nurse Practitioner. The requirement will consist of 6 hours per week/48 weeks per year. The subcontract agreement/scope of work is attached.
Deadline for bids will be February 11, 2013, at 4:00 pm EST. If you have questions, please contact Tracy Reichenbach at (606) 433-2258 or via email (preferred) at reichenbach.tracy@jobcorps.org .
Place of Performance: Carl D. Perkins Job Corps 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/NP012513/listing.html
OutreachSystems Article Number: 130126/PROCURE/0067
Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, ACC – Warren (ACC-WRN)(DTA), ACC – Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
T–Portrait – Oil on Canvas W56HZV13TA103 020813 Brad Zemke, 586-282-6473 ACC – Warren (ACC-WRN)(DTA) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
I. INTRODUCTION
A. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 and 13.5 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
B. The combined synopsis and Request for Quotation (RFQ) number is: W56HZV-13-T-A103.
C. Posting Date: 25 January 2013
D. Response Date: 08 February 2013
E. Contracting Office: Army Contracting Command – Warren (ACC-WRN) 6501 E. Eleven Mile, Warren, MI 48397.
F. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 17 January 2013.
G. The NAICS code applicable to this acquisition is 711510. Offeror must be certified under this NAICS code prior to receiving an award.
H. This Combined Synopsis Solicitation contains clauses and provisions requiring a fill-in or representation. Offeror shall submit a copy of this Combined Synopsis Solicitation with their quote and respond to these clauses and provisions accordingly. A failure to complete these fill-ins may cause your offer to be determined ineligible for award.
I. Basis for award- ACC-WRN intends to award on a Best Value Basis. Please see evaluation criteria below for details.
J. Small Business Set-Aside: 100% Small Business set aside
II. GENERAL
A. This acquisition is unrated under the Defense Priorities and Allocations System (DPAS).
B. Quotes must be received by ACC-WRN no later than 3:00PM EST, 08 February 2013. Please see the attachment for details.
Set-Aside: Total Small Business Place of Performance: ACC – Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI 48397-5000 US URL:https://www.fbo.gov/notices/3b16d238435585a8dca9e7767019ce52
OutreachSystems Article Number: 130126/PROCURE/0087
Matching Key Words: naics!711510;
Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
R–DATA ANALYSIS FOR ARTIFICIAL INTELLIGENCE VA24513R0025 020913 DELTERINE MICKEY VA MEDICAL CENTER CONTRACTING OFFICE Contract Specialist VISN 5 VA DC
STATEMENT OF WORK
1. GENERAL: This is a non-personal services requirement to provide (a) data analysis and (b) improvement facilitation. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform data analysis and improvement facilitation as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
1.2 Background: This request is based on a System Redesign project funded in 2010 and titled “Enhancing the center and culture for performance excellence at the Washington, DC VAMC”. Most of the tasks in this funding initiative have been completed in 2011. The remaining tasks are the focus on this contract.
The Washington, DC VA Medical Center (DCVAMC) is committed to being the “Flagship of VA Healthcare.” As the flagship, the medical center is a model site for innovation, continuous quality improvement, and patient safety. DCVAMC has a systematic approach to improving performance. Senior leaders regularly review a comprehensive set of performance measures. In addition to regular Baldridge assessments, a Performance Measure Matrix (PMM) is used to measure and report our ongoing performance of critical processes leading to organizational success. This also monitors comparisons to VA and non-VA hospitals to monitor targets set by VHA, VISN5 and the facility. We use these reviews and third party assessments to identify opportunities for improvement.
The DCVAMC Leadership Team guides the organization, plans for long-term sustainability, ensures effective self-governance, reviews performance, and creates a nurturing culture for operational excellence through the DCVAMC leadership system. This system focuses on balancing the needs of all stakeholders and establishes the foundation for overall leadership excellence in setting and deploying DCVAMC mission, vision, and values. Senior leaders serve as strong role models as they implement the leadership system to set organization-wide direction in accordance with the vision, mission and values.
Performance and quality improvement initiatives have been a major focus at the DCVAMC. Different models of improvement have been tried. DCVAMC will focus on the Lean model. The current infrastructure does not fully promulgate effective execution of performance or change activities, resulting in inefficiency of process, delays in organizational learning, and waste of resources. Although there is currently a Center for Performance Management that exists at the DCVAMC, its ability to enhance organizational performance and promote innovation or creativity is limited due to the lack of availability of dedicated personnel to Lean initiatives and expertise in analysis of large data driven from CPRS.
As a part of the Patient Flow Collaborative, the DCVAMC was offered the option to participate in the second phase of the Bed Management System (BMS) roll out. We are currently in the process of planning for the implementation of this new software. The successful implementation of this software necessitates the redesign of the way we currently coordinate inpatient flow activities. This is the second area of focus in our proposal. By developing an Inpatient Center to focus on these activities, the DCVAMC will continue to improve on delivering patient-centered care by focusing on streamlining the admissions through discharge process to serve our Veteran patients better.
The current VISN 5 network’s enabling strategic goal is to deliver world-class service to veterans and their families by applying sound business principles that result in effective management of people, communications, technology, and governance. This contract for improvement through system redesign and Lean projects will help our facility achieve this strategic goal. This will be exemplified with the successful implementation of our proposed redesign project.
1.3 Objectives: The overall strategic plan for further enhancing DCVAMC’s commitment to innovative performance improvement activities is divided into two areas: 1) support for enhancing our current Center for Performance Management through analysis of data from CPRS and from Veteran Administration Informatics and Computing Infrastructure (VINCI), 2) the facilitation of Lean projects to improve care using data available through previous step.
1.4 Scope: The contractor shall provide two services: data analysis and improvement facilitation. These services are described in the following:
” Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components:
o Classification of text in Hospice Consults notes within CPRS for patients in DC VA
o Examination of methods of measuring severity of illness based on claims data and laboratory findings.
o Examination of reason for readmission within 30 days.
o Examination of trajectory to death for severely ill patients
o Examination of clinical visits that could have been avoided through telemedicine or other remote contacts
” Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken:
o Description of the extent of the problem using patient outcomes.
o Training of clinicians/managers within VA in Lean improvement efforts.
o Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes.
1.5 Period of Performance: The period of performance shall be for one year.
1.6 General Information
1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implementprocedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Within 30 days after contract award, three copies of a comprehensive written QCP shall be submitted to the KO and COR, within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer’s acceptance in writing of any proposed change to his QC system.
1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The government’s evaluation is focused on deliverable milestones.
1.6.3 Recognized Holidays: The contractor is not required to perform services during holidays which include:
New Year’s Day Labor Day
Martin Luther King Jr.’s Birthday Columbus Day
President’s Day Veteran’s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:30 to 5:30 Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.6.5 Place of Performance: The work to be performed under this contract will be performed at DCVAMC or using Telework provisions at DCVAMC.
1.6.6 Type of Contract: The government will award a firm fixed price contract.
1.6.7 Security Requirements: Must maintain the level of security required by the contract for the life of the contract. The security requirements are in accordance with the DD254 as issued by DCVAMC.
1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.
1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer.
1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.
1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.
1.6.8 Special Qualifications: The contractor is responsible for ensuring all employees possess and maintain current Information Security levels.
1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.
1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.
1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Doctor Janusz Wojtusiak. The contractor shall provide a contract manager capable of data analysis who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer and could be Doctor Janusz Wojtusiak. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:30 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below:
The key personnel and the contract manager and alternate must have (1) terminal degrees (Ph.D. or MD), (2) a history of at least 2 publications in areas directly relevant to the project, and (3) have at least 5 or more years of data mining experience or quality improvement efforts.
1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contract personnel are not required to obtain and wear badges in the performance of this service.
1.6.14 Other Direct Costs: This category includes reproduction and publishing costs, shipping expenses associated with training activities and visits to contractor facilities. It could also entail the renting of suitable training venues.
1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.
1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.
1.6.17 PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the 30 day phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date.
ACOR Alternate Contracting Officer’s Representative
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
CCE Contracting Center of Excellence
CFR Code of Federal Regulations
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTR Contracting Officer’s Technical Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
KO Contracting Officer
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
TE Technical Exhibit
3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
3.1. Services: The Government will provide (a) data servers, (b) Telework software, (c) in some instances loaned computers, (d) data that cannot be taken out of VA, and (e) personnel to assist with these services.
3.2 Facilities: The Government will provide computing and training facilities for the personnel to work from. These facilities could be arranged through Telework. If in person, the facility will include work space, desk, communication equipment, and other items necessary to maintain an office environment.
3.3 Utilities: The Government will provide all utilities in the VA facility provided to the contractor. All work shall be done on government computers or through Telework. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment.
3.4 Equipment: The Government will provide computers for Telework, if these are conducive to completion of the contract.
3.5 Materials: The Government will provide Standard Operating Procedures and Policies.
4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS.
5. Specific Tasks:
5.1. Basic Services.
5.1.1. Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components:
” Classification of text in Hospice Consults notes within CPRS for patients in DC VA. The analysis should describe the nature of consults, the recommended decision, the percentage of times the patient followed the consult, the frequency with which hospice patients were readmitted to the hospital and the factors that increase the need for hospice consults.
” Examination of methods of measuring severity of illness based on claims data and laboratory findings. The effort should statistically compare the performance of established laboratory based key clinical findings to claims based severity/prognostic indicators.
” Examination of reason for readmission within 30 days. The effort should analyze the factors that contribute to readmission and assess the probability of readmission at discharge. The effort should lead to design of an alert system within CPRS to inform discharge planners of unusual discharge requirements to prevent readmissions.
” Examination of trajectory to death for severely ill patients. The project should examine 12 months prior to death and classify patients in groups that have distinct trajectory to death.
” Examination of clinical visits that could have been avoided through telemedicine or other remote contacts. The project shall identify factors that could lead to increased access to appointments for primary or specialist care patients.
5.1.2. Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken:
” Description of the extent of the problem using patient outcomes. The project shall rely on VA employee’s description of problems and confirm these problems through analysis of CPRS data.
” Training of clinicians/managers within VA in Lean improvement efforts. The project shall provide clinicians/managers with continuing education or university credits. It shall assist participating clinicians/managers in understanding how to proceed with Lean projects.
” Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes. For each project, the facilitator shall meet with VA employees individually before group meeting and as a group during scheduled times to solicit their suggestions for change. The procedures to follow should include Lean procedures.
5.1.3. Preparation of manuscripts. The contractor shall conduct literature review and prepare the following manuscripts:
1. Paper on use of Hospice in VA
2. Paper on accuracy of methods for predicting patient’s prognosis
3. Paper on reasons for readmission within 30 days for one index disease
4. Paper on trajectory of illness for one group of patients
5. Paper on clinical Lean procedures with examples from lessons learned at VA
6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS)
6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.
6.2. Preparation of papers and submission of papers for publication shall follow the DC VA approval requirements and the target journal format and procedures.
Set-Aside: Service-Disabled Veteran-Owned Small Business URL: https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24513R0025/listing.html
OutreachSystems Article Number: 130126/PROCURE/0485
Matching Key Words: writ*; copy; technical; standard; operating; procedure?;
Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
R–DATA ANALYSIS FOR ARTIFICIAL INTELLIGENCE VA24513R0025 012413 DELTERINE MICKEY VA MEDICAL CENTER CONTRACTING OFFICE Contract Specialist VISN 5 VA DC
STATEMENT OF WORK
1. GENERAL: This is a non-personal services requirement to provide (a) data analysis and (b) improvement facilitation. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform data analysis and improvement facilitation as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
1.2 Background: This request is based on a System Redesign project funded in 2010 and titled “Enhancing the center and culture for performance excellence at the Washington, DC VAMC”. Most of the tasks in this funding initiative have been completed in 2011. The remaining tasks are the focus on this contract.
The Washington, DC VA Medical Center (DCVAMC) is committed to being the “Flagship of VA Healthcare.” As the flagship, the medical center is a model site for innovation, continuous quality improvement, and patient safety. DCVAMC has a systematic approach to improving performance. Senior leaders regularly review a comprehensive set of performance measures. In addition to regular Baldridge assessments, a Performance Measure Matrix (PMM) is used to measure and report our ongoing performance of critical processes leading to organizational success. This also monitors comparisons to VA and non-VA hospitals to monitor targets set by VHA, VISN5 and the facility. We use these reviews and third party assessments to identify opportunities for improvement.
The DCVAMC Leadership Team guides the organization, plans for long-term sustainability, ensures effective self-governance, reviews performance, and creates a nurturing culture for operational excellence through the DCVAMC leadership system. This system focuses on balancing the needs of all stakeholders and establishes the foundation for overall leadership excellence in setting and deploying DCVAMC mission, vision, and values. Senior leaders serve as strong role models as they implement the leadership system to set organization-wide direction in accordance with the vision, mission and values.
Performance and quality improvement initiatives have been a major focus at the DCVAMC. Different models of improvement have been tried. DCVAMC will focus on the Lean model. The current infrastructure does not fully promulgate effective execution of performance or change activities, resulting in inefficiency of process, delays in organizational learning, and waste of resources. Although there is currently a Center for Performance Management that exists at the DCVAMC, its ability to enhance organizational performance and promote innovation or creativity is limited due to the lack of availability of dedicated personnel to Lean initiatives and expertise in analysis of large data driven from CPRS.
As a part of the Patient Flow Collaborative, the DCVAMC was offered the option to participate in the second phase of the Bed Management System (BMS) roll out. We are currently in the process of planning for the implementation of this new software. The successful implementation of this software necessitates the redesign of the way we currently coordinate inpatient flow activities. This is the second area of focus in our proposal. By developing an Inpatient Center to focus on these activities, the DCVAMC will continue to improve on delivering patient-centered care by focusing on streamlining the admissions through discharge process to serve our Veteran patients better.
The current VISN 5 network’s enabling strategic goal is to deliver world-class service to veterans and their families by applying sound business principles that result in effective management of people, communications, technology, and governance. This contract for improvement through system redesign and Lean projects will help our facility achieve this strategic goal. This will be exemplified with the successful implementation of our proposed redesign project.
1.3 Objectives: The overall strategic plan for further enhancing DCVAMC’s commitment to innovative performance improvement activities is divided into two areas: 1) support for enhancing our current Center for Performance Management through analysis of data from CPRS and from Veteran Administration Informatics and Computing Infrastructure (VINCI), 2) the facilitation of Lean projects to improve care using data available through previous step.
1.4 Scope: The contractor shall provide two services: data analysis and improvement facilitation. These services are described in the following:
” Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components:
o Classification of text in Hospice Consults notes within CPRS for patients in DC VA
o Examination of methods of measuring severity of illness based on claims data and laboratory findings.
o Examination of reason for readmission within 30 days.
o Examination of trajectory to death for severely ill patients
o Examination of clinical visits that could have been avoided through telemedicine or other remote contacts
” Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken:
o Description of the extent of the problem using patient outcomes.
o Training of clinicians/managers within VA in Lean improvement efforts.
o Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes.
1.5 Period of Performance: The period of performance shall be for one year.
1.6 General Information
1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implementprocedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Within 30 days after contract award, three copies of a comprehensive written QCP shall be submitted to the KO and COR, within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer’s acceptance in writing of any proposed change to his QC system.
1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The government’s evaluation is focused on deliverable milestones.
1.6.3 Recognized Holidays: The contractor is not required to perform services during holidays which include:
New Year’s Day Labor Day
Martin Luther King Jr.’s Birthday Columbus Day
President’s Day Veteran’s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:30 to 5:30 Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.6.5 Place of Performance: The work to be performed under this contract will be performed at DCVAMC or using Telework provisions at DCVAMC.
1.6.6 Type of Contract: The government will award a firm fixed price contract.
1.6.7 Security Requirements: Must maintain the level of security required by the contract for the life of the contract. The security requirements are in accordance with the DD254 as issued by DCVAMC.
1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.
1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer.
1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.
1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.
1.6.8 Special Qualifications: The contractor is responsible for ensuring all employees possess and maintain current Information Security levels.
1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.
1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.
1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Doctor Janusz Wojtusiak. The contractor shall provide a contract manager capable of data analysis who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer and could be Doctor Janusz Wojtusiak. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:30 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below:
The key personnel and the contract manager and alternate must have (1) terminal degrees (Ph.D. or MD), (2) a history of at least 2 publications in areas directly relevant to the project, and (3) have at least 5 or more years of data mining experience or quality improvement efforts.
1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contract personnel are not required to obtain and wear badges in the performance of this service.
1.6.14 Other Direct Costs: This category includes reproduction and publishing costs, shipping expenses associated with training activities and visits to contractor facilities. It could also entail the renting of suitable training venues.
1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.
1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.
1.6.17 PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the 30 day phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date.
ACOR Alternate Contracting Officer’s Representative
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
CCE Contracting Center of Excellence
CFR Code of Federal Regulations
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTR Contracting Officer’s Technical Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
KO Contracting Officer
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
TE Technical Exhibit
3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
3.1. Services: The Government will provide (a) data servers, (b) Telework software, (c) in some instances loaned computers, (d) data that cannot be taken out of VA, and (e) personnel to assist with these services.
3.2 Facilities: The Government will provide computing and training facilities for the personnel to work from. These facilities could be arranged through Telework. If in person, the facility will include work space, desk, communication equipment, and other items necessary to maintain an office environment.
3.3 Utilities: The Government will provide all utilities in the VA facility provided to the contractor. All work shall be done on government computers or through Telework. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment.
3.4 Equipment: The Government will provide computers for Telework, if these are conducive to completion of the contract.
3.5 Materials: The Government will provide Standard Operating Procedures and Policies.
4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS.
5. Specific Tasks:
5.1. Basic Services.
5.1.1. Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components:
” Classification of text in Hospice Consults notes within CPRS for patients in DC VA. The analysis should describe the nature of consults, the recommended decision, the percentage of times the patient followed the consult, the frequency with which hospice patients were readmitted to the hospital and the factors that increase the need for hospice consults.
” Examination of methods of measuring severity of illness based on claims data and laboratory findings. The effort should statistically compare the performance of established laboratory based key clinical findings to claims based severity/prognostic indicators.
” Examination of reason for readmission within 30 days. The effort should analyze the factors that contribute to readmission and assess the probability of readmission at discharge. The effort should lead to design of an alert system within CPRS to inform discharge planners of unusual discharge requirements to prevent readmissions.
” Examination of trajectory to death for severely ill patients. The project should examine 12 months prior to death and classify patients in groups that have distinct trajectory to death.
” Examination of clinical visits that could have been avoided through telemedicine or other remote contacts. The project shall identify factors that could lead to increased access to appointments for primary or specialist care patients.
5.1.2. Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken:
” Description of the extent of the problem using patient outcomes. The project shall rely on VA employee’s description of problems and confirm these problems through analysis of CPRS data.
” Training of clinicians/managers within VA in Lean improvement efforts. The project shall provide clinicians/managers with continuing education or university credits. It shall assist participating clinicians/managers in understanding how to proceed with Lean projects.
” Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes. For each project, the facilitator shall meet with VA employees individually before group meeting and as a group during scheduled times to solicit their suggestions for change. The procedures to follow should include Lean procedures.
5.1.3. Preparation of manuscripts. The contractor shall conduct literature review and prepare the following manuscripts:
1. Paper on use of Hospice in VA
2. Paper on accuracy of methods for predicting patient’s prognosis
3. Paper on reasons for readmission within 30 days for one index disease
4. Paper on trajectory of illness for one group of patients
5. Paper on clinical Lean procedures with examples from lessons learned at VA
6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS)
6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.
6.2. Preparation of papers and submission of papers for publication shall follow the DC VA approval requirements and the target journal format and procedures.
URL: https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24513R0025/listing.html
OutreachSystems Article Number: 130125/PROCURE/0067
Matching Key Words: writ*; copy; technical; standard; operating; procedure?;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Philadelphia Office, N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
T–SECNAV Official Oil Portrait N0018913T0574 020413 Joseph Haviland 215-697-9831 NAVSUP FLC Norfolk Detachment Philadelphia intends to procure the services of an artist to paint the official portrait for the Secretary of the Navy, Pentagon, Washington, DC. This combination synopsis/solicitation for commercial items is prepared in accordance with Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a further written solicitation will not be issued. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at current through this address: http://farsite.hill.af.mil/. The NAICS Code is 711510.
The following provision is applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items.
The following clauses are applicable to this procurement: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders, Commercial Items; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition or Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Workers and Disabilities; 52.222-37 Employment Reports Disabled Veterans and Veterans of the Vietnam Era; 52.232-33; Payment for Electronic Funds Transfer-Central Contractor Registration.
SUPPLIES/SERVICES: See attached Statement of Work for further information regarding the subject requirement.
Quotes should be received no later than 4 PM EST on Monday 4 February 2013.
All responses may be e-mailed to Joseph Haviland at joseph.haviland1@navy.mil and reference solicitation number N00189-13-T-0574. For additional information concerning this requirement, please contact Joe Haviland at joseph.haviland1@navy.mil or 215-697-9831.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018913T0574/listing.html
OutreachSystems Article Number: 130125/PROCURE/0088
Matching Key Words: naics!711510;
FedBizOpps – Awards
General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102
R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Lorena Aslan, Contracting Officer , Phone 817-850-8407, Fax 817-574-2342, Emai lorena.aslan@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-131AA $500000 012413 541 4B_541-5_541-1000 CURTIS BIRCH , INC., 1547 10TH ST UNIT A, Santa Monica, CA 904012805 US POC: Richard Yelland
URL: https://www.fbo.gov/notices/526e3bf027291a6fa8250aebe23f93a2
OutreachSystems Article Number: 130125/AWARDS/0672
Matching Key Words: naics!512110;
FedBizOpps – Surplus
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Scrap Ammunition Containers 13-0007a 013113 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Pearman Pearman, Daniel, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for a non-exclusive sale of post consumer Scrap Ammunition Containers. The duration of this agreement is for 7 days.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information on your bid. Send your bid to Bridgette Caico, Daniel Pearman and Sandra McGhee at sandra.m.mcghee2.naf@mail.mil or by email or fax #502-624-5672. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any question. All bids are welcome.
The contract performance location is at Building 94 Dixie St. Fort Knox, Ky 40121.
Thank you,
Bridgette Caico
Fort Knox QRP
bldg 94 Dixie St.
Fort Knox, Ky 40121
Daniel Pearman
Program Manager
Place of Performance: 94 Dixie St. Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/13-0007a/listing.html
OutreachSystems Article Number: 130125/SURPLUS/0808
FedBizOpps – Special Notes
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
69–Centralized data center for Combat Training Center Instrumentation System (CTC-IS) W900KK13RFIDATASTORAGE Phil Davis, 407-384-5335 PEO STRI Acquisition Center DOCUMENT TYPE: Request for Information (RFI)
TITLE: Centralized data center for Combat Training Center Instrumentation System (CTC-IS)
NAICS Code: 541512
BRIEF DESCRIPTION: CTC- IS is an integrated system of computer software and hardware; workstations; databases; voice, video and data recording; production and presentation equipment; interface devices; and communication networks. Each training center hosts its’ own individual data center which is comprised of 60 servers and 125 desktops each. The instrumentation system software is custom written using the LT2Product baseline (www.lt2portal.org).
The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Combat Training Instrumentation System (CTIS) intends to centralize the data centers that are currently housed at the Combat Training Centers (CTCs). The CTCs are located at the National Training Center (NTC) at Fort Irwin, California and at the Joint Readiness Training Center (JRTC) at Fort Polk, Louisiana.
INTENT OF THIS RFI: PM CTIS is seeking information from industry for available centralized data center solutions for the CTC-IS. Information submitted in response to the RFI will not be utilized for any purpose other than for market research only. The Government requests that all interested offerors submit a response (up to 20 pages including the cover sheet) that addresses the following in relation to centralized data centers:
A description of your firm’s capabilities and size
Demonstrate your ability to determine bandwidth and latency requirements
Previous solutions, the challenges faced, and the customer
Cost comparison between buy/lease/rent
Experience creating Service Level Agreements
Identify the standards used in establishing centralized data centers
Identify the current industry best practices or solutions and emerging technology innovations
Other information that may be relevant
ACQUISITION APPROACH: The Government intends to conduct a study to determine the Government’s infrastructure requirements to support a centralized data center along with the new centralized data center. The Government is currently developing an acquisition strategy for a centralized data center for CTC-IS. The acquisition strategy or contract type for this effort has not yet been determined.
ESTIMATED DOLLAR VALUE: TBD
RESPONSES REQUESTED: Questions with regard to the subject effort shall be submitted, in writing, to the Contract Specialist, Mr. William Jensen, at William.R.Jensen1@us.army.mil before 2:00pm EST on 8 February 2013. Interested offerors shall provide their capability statement via email no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to Mr. William Jensen, Contract Specialist, William.R.Jensen1@us.army.mil.
DISCLAIMER: This announcement is published for market research purposes only. This notice does not constitute an invitation for bid or a request for proposal and is not a commitment by the U.S. Government to procure the subject effort. No solicitation documentation exists at this time. Responses in any form are not considered offers and the Government is under no obligation to award a contract as result of this announcement. No funds are available to pay for the preparation of responses to this announcement. The submission of the requested information is for planning purposes only.
URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13RFIDATASTORAGE/listing.html
OutreachSystems Article Number: 130201/SPECIAL/0940
Matching Key Words: video*; produc*; train*; page?; documentation; production?;
USABID State and Local Purchases
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – Carnival Rides for UK Staff Appreciation Day SOL UK-1233-13 Carnival Rides for UK Staff Appreciation Day For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130202/BID/0342
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – MC6599 UKGS AHU2 UpgradesPlans Available from UK Planroom SOL CCK-1858-13 MC6599 UKGS AHU2 UpgradesPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130202/BID/0345
Matching Key Words: age:state!ky; state!ky;
New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300
R – BOROUGH OF KEANSBURG Request for Proposals Energy Performance SOL Public Notice ID: 19853914.HTM BOROUGH OF KEANSBURG Request for Proposals Energy Performance Contracting Program The Housing Authority of the Borough of Keansburg (the “Authority”) seeks proposals from interested Energy Services Companies (“ESCos”) that are capable of providing comprehensive energy management and energy-related capital improvement services through an energy performance contract that will improve the energy and water efficiency of the Authority’s housing complexes. For purposes of this document, an “energy performance contract” shall mean a contract for energy efficiency services and equipment in which the payment of the obligation is guaranteed by the ESCo under contract to be less than the energy cost savings attributable to the services of equipment under the contract, for the term of the contract. The Authority is interested in contracting a full range of energy and water services and energy-related capital improvements financed through a performance-based contract with guaranteed savings at no initial capital cost to them. These services may include, but are not limited to: design, acquisition, installation, modification, maintenance and training in the operation of existing and new equipment, all aimed at reducing energy consumption and cost associated with the heating and ventilation system, the lighting system, the water system, and other energy using devices. To obtain a copy of the complete written Request for Proposals contact: Thomas Furlong, Director of Financial Operations Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Tel: 732-826-3118 e-mail: tom(@perthamboyha.org Proposals are due April 30, 2013Douglas G. Dzema Executive Director ($50.00) 685958 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130202/BID/0704
Matching Key Words: writ*; copy;
New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300
R – BOROUGH OF KEANSBURG Performance Contracting Program The Hous SOL Public Notice ID: 19848548.HTM BOROUGH OF KEANSBURG Performance Contracting Program The Housing Authority of the Borough of Highlands (the “Authority”) seeks proposals from interested Energy Services Companies (“ESCos”) that are capable of providing comprehensive energy management and energy-related capital improvement services through an energy performance contract that will improve the energy and water efficiency of the Authority’s housing complexes. For purposes of this document, an “energy performance contract” shall mean a contract for energy efficiency services and equipment in which the payment of the obligation is guaranteed by the ESCo under contract to be less than the energy cost savings attributable to the services of equipment under the contract, for the term of the contract. The Authority is interested in contracting a full range of energy and water services and energy-related capital improvements financed through a performance-based contract with guaranteed savings at no initial capital cost to them. These services may include, but are not limited to: design, acquisition, installation, modification, maintenance and training in the operation of existing and new equipment, all aimed at reducing energy consumption and cost associated with the heating and ventilation system, the lighting system, the water system, and other energy using devices. To obtain acopy of the complete written Request for Proposals contact: Thomas Furlong, Director of Financial Operations Housing Authority of the Borough of Highlands 215 Shore Drive, Highlands, NJ 07732 Tel: 732-826-3118 e-mail: tom@perthamboyha.org Proposals are due April 30, 2013. Douglas G. Dzema Executive Director ($50.00) 685834 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130201/BID/0733
Matching Key Words: writ*; copy;
New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300
R – BOROUGH OF KEANSBURG Request for Proposals Energy Performance SOL Public Notice ID: 19848547.HTM BOROUGH OF KEANSBURG Request for Proposals Energy Performance Contracting Program The Housing Authority of the Borough of Keansburg (the “Authority”) seeks proposals from interested Energy Services Companies (“ESCos”) that are capable of providing comprehensive energy management and energy-related capital improvement services through an energy performance contract that will improve the energy and water efficiency of the Authority’s housing complexes. For purposes of this document, an “energy performance contract” shall mean a contract for energy efficiency services and equipment in which the payment of the obligation is guaranteed by the ESCo under contract to be less than the energy cost savings attributable to the services of equipment under the contract, for the term of the contract. The Authority is interested in contracting a full range of energy and water services and energy-related capital improvements financed through a performance-based contract with guaranteed savings at no initial capital cost to them. These services may include, but are not limited to: design, acquisition, installation, modification, maintenance and training in the operation of existing and new equipment, all aimed at reducing energy consumption and cost associated with the heating and ventilation system, the lighting system, the water system, and other energy using devices. To obtain a copy of the complete written Request for Proposals contact: Thomas Furlong, Director of Financial Operations Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Tel: 732-826-3118 e-mail: tom@perthamboyha.org Proposals are due April 30, 2013. Douglas G. Dzema Executive Director ($50.00) 685825 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130201/BID/0734
Matching Key Words: writ*; copy;
Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.
U – Public Mtg. NoticesKennett Consolidated School District Notice o SOL Public Mtg. NoticesKennett Consolidated School District Notice of Act 1 Referendum Exception Pursuant to Act 1, the Pennsylvania Department of Education publishes an index % applicable to each school district. The school district’s real estate tax increase for the next fiscal year is limited to the index % unless the proposed tax rate is approved by the voters pursuant to a referendum or the School District qualifies for an Act 1 exception. As a result of special circumstances covered by an Act 1 referendum exception, a tax rate increase above the of index % is required to balance the School District budget for the next fiscal year. This tax increase required to provide a quality education program as reflected in the School District’s Preliminary Budget. The School District intends to seek approval from the Pennsylvania Department of Education or the County Court as required by Act 1 for an exception to the 1.7% index allowing the proposed 3.8% increase of the real estate tax reflected in the School District’s 2013-2014 Preliminary Budget. The Preliminary Budget is available for public inspection at the District Office, 300 East South Street, Kennett Square, Pennsylvania. Upon written request, a copy of the referendum exception application will be furnished to any taxpayer or resident of the school district. Public Notice The Kennett Consolidated School District Board of School Directors will meet on Monday, February 11, 2013, for the purpose of approving the 2013-2014 Preliminary General Operating Budget, and to take action on any further business that may come before the Board. The meeting will begin at 7:00 p.m. and will be held in the Mary D. Lang Kindergarten Center, 409 Center Street Street, Kennett Square, PA 19348. In accordance with Act 1 of 2006, the 2013-2014 Preliminary Budget will be available for public inspection at the District Office, and on the District’s website at http://www.kcsd.org on January 31, 2013. If you are a person with a disability and wish to attend this meeting and require an auxiliary aid, service, or other accommodation to observe or to participate in the proceeding, please telephone the District Superintendent at (610) 444-6602 to discuss how the Kennett Consolidated School District may best accommodate your needs. Mark T. Tracy, Secretary Appeared in: Daily Local News on Thursday, 01/31/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130131/BID/0642
Matching Key Words: writ*; copy; operating;
Texas – Austin Independent School District http://www.austinisd.org/inside/purchasing/bids.phtml Austin Independent School District; 1111 West Sixth Street; Austin, TX 78703, Phone: (512) 414-2161, FAX: (512) 480-0924
T – Video Production Services SOL P13-050 Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130130/BID/0844
Matching Key Words: video*; produc*; production?;
Ohio – City of Columbus http://vendorservices.columbus.gov/e-proc/venSolicitationsAll.asp?link=Open+Solicitations City of Columbus Purchasing Office, 50 W. Gay Street, 1st Floor, Columbus, Ohio 43215, Phone: (614) 645-8315, Fax: (614) 645-7051
R – DRWP – CANADIAN GEESE MANAGEMENT SERVICE SOL SO042344 PURPOSE: During the year the City needs to purchase Canadian Geese Management Services on an as needed basis. The estimated dollar amount to be spent on this agreement is: $2,500.00To satisfy these needs, this Office must establish a purchase order pursuant to a blanket order agreement and to enable payments. The Purchase Order will represent a maximum obligation for the City of Columbus over a particular time period. The City may spend all, part or none of the funding noted on the Purchase Order. The Purchase Order shall not be construed as an actual order to manufacture, ship, or provide any items or services. Rather, this order enables properly authorized City agency personnel to make purchases on an “as needed” basis per the referenced solicitation.Any number of written purchase orders may be issued at the discretion of the city to increase or decrease available funds during the term of the agreement. At no time shall the maximum obligation of the City agency exceed the cumulative dollar amount of associated purchase orders.The funds available on the Purchase Order expire on 2/28/2014. Any available funds balance not obligated by the City for accounts payable on items/work ordered on or prior to that date shall be cancelled after that date.Prices shall be FOB Destination Freight Prepaid & Allowed unless otherwise specified.BIDDING INSTRUCTIONS:Please fill in line #1 as follows: Quantity = 1 (one)Unit of measure = LT (lot)Amount = $2,500.00. Total estimated dollar amount (see first paragraph above). (Line #1 continued) IN THE COMMENT BOX TO THE RIGHT OF LINE #1, PLEASE INDICATE:#1) ANY TRADE DISCOUNT (reduction from list price), IF APPLICABLE, WHICH SHALL BE APPLIED TO THE PURCHASES OF ALL ITEMS UNDER THIS AGREEMENT, and#2) THE NAME (AND LOCATION) OF THE PRICE LIST FROM WHICH THE DISCOUNT IS TO APPLY.For any additional lines please provide the unit cost as requested. These additional lines are representative items and the quantities are estimates that will be used for evaluation purposes. If no discount percentage and/or price list is indicated for line #1 then the maximum scope and amount of the award will be ONLY for the additional line items listed.The approved vendor must adhere to the following:1. Be an ODNR approved goose round up wildlife control company.2. Acquire the necessary permits from ODNR.3. Perform goose round up in compliance with all ODNR specifications.4. Perform the goose round up in a sensitive and humane manner as viewed by the public.5. Provide required transportation with bedding and space necessary per bird.6. Be able to provide up to 3 staff members if necessary to perform the goose round up in an appropriate and humane manner.7. Perform video documentation of the goose round up from start to finish.8. Show evidence of having performed a minimum of 30 goose round-ups without incident.9. Must be able to provide 3 references, and have a minimum of 5 years of experience.Scope of work to be performed: This contract is being established for the discouragement and/or the relocation of Canadian geese at the City of Columbus, Department of Public Utilities, Division of Water, Dublin Road Water Plant. This service will be performed at the Dublin Road Water Plant, 940 Dublin Road, Columbus, Ohio 43215. Normal hours of operations will be Monday thru Friday 7:00 am to 3:00 pm. We would like this service to be performed in one of two phases: either by a discouragement phase or by a handling phase. The discouragement phase may contain: pyrotechnic discouragement, canine discouragement, physical discouragement, night discouragement, audio discouragement or by a canine effigy. The handling phase may contain: egg addling, nest destruction or geese round-up/relocation. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130126/BID/0517
PREVIOUS BUSINESS AND CAREERS OPPORTUNITIES BIDS AND PURCHASES
Related articles
- Business and Career Opportunities DOD Awarded Contracts (beenetworknews.com)
February 5, 2013
Business / Career