FedBizOps – Procurement
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, N00167 Naval Surface Warfare Center, Maryland 9500 MacArthur Blvd West Bethesda, MD
T–AERIAL PHOTOGRAPHY AND VIDEO SERVICES N0016713T0023 031113 Hugh Harrison 301-227-1123 Contract Specialist This solicitation is being issued in accordance with the procedures of FAR Part 13. The synopsis exception FAR 5.202(a)(13) applies. Request for quotation N00167-13-T-0023 is hereby issued and included with this announcement as an attachment. This is a competitive procurement for lowering/rigging wire. Procurement is 100% small business set-aside. Applicable NAICS is 541992 and size standard $7 million dollars. Firm-fixed-price order is anticipated.
The request for quotation may be electronically accessed and responded to via the following websites: https://www.neco.navy.mil/ or https://www.fbo.gov.
All changes to the requirement that occur prior to the closing date will be posted to Federal Business Opportunities (FBO) and Navy Electronic Commerce Online (NECO).
It is the responsibility of interested vendors to monitor the FBO and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors who have submitted an offer will be provided any changes/amendments and considered for future discussions and/or award. Offers can be e-mailed to Hugh Harrison, hugh.harrison@navy.mil.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSEA/N00167/N0016713T0023/listing.html
OutreachSystems Article Number: 130302
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
T–“Vitual Studio” and Multi-Media Digital Assets N6660413R0880 031813 Pamela J. Sheehan-McGuire 401-832-1834 email: pamela.sheehanmcguir@navy.mil The Naval Undersea Warfare Center, Division Newport, Rhode Island (NUWCDIVNPT) is soliciting commercial services to expand the current “virtual studio” infrastructure. The “virtual studio” must be accessible by NUWCDIVNPT codes and customers. The contractor shall provide multimedia services such as visual assets, archival management, meta tagging, searching and easy access to all content for use in various NUWCDIVNPT projects. The required services consist of two tasks: CLIN 0001 Media Lab Integration/Real-Time Streaming and CLIN 0002 Media Management Technical Services/Digital Asset Management.
CLIN 0001: The contractor shall employ best industry practices and workflow within their own “virtual studio” collaborative framework for creative development, content review, production and post-production.
This “virtual studio” approach will enable collaboration and product review with the Government to create superior scientific data visualization & analysis, visual simulation, virtual collaboration and visual story telling products by bringing Government, industry and academia across remote locations. Services for this task are required 90 days from date of award.
CLIN 0002: The contractor shall produce high quality visual communications, multimedia and data visualization products including live action and computer generated imagery (CGI) for NUWCDIVNPT, Navy and DoD customers using state-of-the-art tools, technologies and workflows found within the scientific visualization community and digital cinema motion picture industry.
Services for this task are required 90 days from date of award.
The resulting purchase order will be a firm fixed price order. Evaluation will be made based on Best Value in accordance with FAR 52.212-2—Evaluation –Commercial Items.
Anticipated release of the solicitation is March 04, 2013
This solicitation is limited to Small Business (100% Set-Aside)
FAR Clause 52.212-5 and DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies.
All responsible sources may submit a proposal.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660413R0880/listing.html
OutreachSystems Article Number: 130301/PROCURE/0102
Matching Key Words: naics!512110;
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220
U — Customized Media Relations Training SP4705-13-QQ-0006 030513 carlos vidro-martinez, Phone 7037676826, Email carlos.vidro-martinez@dla.mil COMBINED SYNOPSIS/SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This is a Request for Proposal (RFP) and the solicitation number is SP4705-13-QQ-0006. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% set-aside for small business concerns. The NAIC code is 611430 and the size standard is $10,000,000.00.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-65 effective January 29, 2013, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20121231 effective December 31, 2012, and Defense Logistics Acquisition Directive (DLAD) Revision 5 and Proc Ltr 2012-48. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil.
The DLA Contracting Services Office intends to procure acquisition on behalf of the Defense Logistics Agency (DLA) Strategic Communications Office to establish a contract to acquire Customized Media Relations Training. The place of performance will be DLA Headquarter, Fort Belvoir, Virginia.
The period of performance will be in March, 2013.
Contract Line item:
0001 – Customized Media Relations Training – The contractor shall possess the qualifications and provide the services specified in accordance with the Statement of Work.
Description of Requirements:
The contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort. Date (s) and place (s) of delivery and FOB Point:
DLA Headquarter
8725 John J. Kingman
Fort Belvoir, VA 22060
FOB: Destination
Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and addendum (FEB 2012). Proposal shall be received no later than March 5, 2013, 12:00 PM (Eastern Standard Time). Faxes and email response will be accepted. Advance copies of the response can be email at carlos.vidro-martinez@dla.mil. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line.
(b)(12) Submit one (1) original copy of the technical proposal and one (1) copy of the technical proposal. Within the copy, remove all mention of the contractor’s name.
(4) Technical Proposal: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in the Performance Work Statement. Proof of any certifications mentioned within the resume must be included in the technical proposal for the person being proposed to perform the required services.
(8) Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins.
(10) Past Performance: Offers shall include the resume of the person(s) proposed to provide the required services as within the Statement of Work. Resume(s) shall describe the proposed personnel’s credentials. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information, identify any government contract number, type of services provided, a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within three days of the issuance date of this solicitation, to Carlos J. Vidro-Martinez, at email address: carlos.vidro-martinez@dla.mil. (End of Provision);
The contract resulting from this solicitation will be awarded LOWEST PRICE ACCEPTABLE EVALUATION:
(1) Price: Price Evaluation is to be performed by the Contract Specialist and Contracting Officer. Vendors are required to submit price quotes in accordance with the proposed CLINs structure. Vendors are to provide firm-fixed pricing for each of the CLIN’s as well as a total price for the entire effort.
(2)Period of Performance: Offerors must meet the required delivery date. Offerors must be able to start performance on the required delivery date. Customized Media Relations Training will be provided in March, 2013, however awardee contractor needs to coordinate with the customer.
Each offeror’s proposed price will be evaluated for reasonableness. The Government currently intends to award a contract for Customized Media Relations Training for
It is the Government’s intention to award without negotiating, under a lowest price acceptable (LPA) evaluation approach.
FAR52.212-3, “Offeror Representations and Certification-Commercial Items” (APR 2012); 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items” (AUG 2012); 52.217-8, “Option to Extend Services.” 52.217-9, “Option to Extend the Term of the Contract.” 52.219-28, “Post-award Small Business Program Representation” (APR 2009); 52.232-17, “Interest” (OCT 2008); 52.242-13, “Bankruptcy” (JUL 1995); 52.242-15, “Stop-Work Order” (AUG 1989); 52.212-4, “Contract Terms and Conditions-Commercial Items” (FEB 2012); 52.232-33, “Payment by Electronic Funds Transfer-Central Contractor Registration”; 52.233-9001; “Disputes: Agreement to Use Alternative Dispute Resolution” (AUG 2004). DFARS 252.212-7000, “Offeror representations and certifications – Commercial Items” (Jun 2005) Certification and Representation shall be
Submitted separately from the quote and 252.212-7001, “Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisition of Commercial Items” (Apr 2007) (DEVIATION), 52.204-99, “System for Award Management” (Aug 2012) and 252.243-7001, “Pricing of Contract Modifications” (Dec 1991). 252.232-7003, “Electronic Submission and Processing of Payment Requests and Receiving Reports” (Mar 2008)
The resulting contract will be firm-fixed price. The period of performance will be from the date of award until contract completion.
Offerors must be submitted via one of the following methods by 12:00 PM ET, March 5, 2013: Email to: carlos.vidro-martinez@dla.mil; Fax to: 703-767-1172 Attn: Carlos J. Vidro-Martinez or Mail to : DLA Contracting Services Office, ATTN: Carlos J. Vidro-Martinez, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060.
To be eligible for award of a Government contract, contractors must be properly registered in the System Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220, or via the Internet @www.sam.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award.
Set-Aside: Total Small Business Place of Performance: DLA Headquarter 8725 John J. Kingman Fort Belvoir, VA 22060 US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-13-QQ-0006/listing.html
OutreachSystems Article Number: 130301/PROCURE/0105
Matching Key Words: writ*; copy; technical; standard;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — KLAS NETWORK EQUIPMENT H92244-13-T-0146 040113 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0146. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65 effective 28 February 2013. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% small business set-aside. 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 VOYAGER 1 CHASIS: Lithium Ion battery for attachment to Voyager network modules which also provides 15VDC out and battery backup for external devices including HAIPE devices (includes an AC/DC power supply and power cables for a GD Taclane KG-175D and ViaSat KG-250X)
MFR: KLAS
MODEL NO: KLAS-VOY-CHAS1-R1.0
QTY: 16, Unit of Issue: EACH
FFP
FOB Destination
CLIN 0002 KLAS TECHNICAL ASSISTANCE CENTER (KTAC) access provides global 24×7 access to KLAS Knowledgebase plus email and phone support. This applies only to the Voyager chasis.
MFR: KLAS
MODEL NO: KLAS-SRVC-KTAC2
QTY: 16, Unit of Issue: EACH
PERIOD OF PERFORMANCE: DATE OF AWARD THROUGH 31 DECEMBER 2013
FFP
FOB Destination
CLIN 0003 BRACKET to attach KG-250X to Voyager 1
MFR: KLAS
MODEL NO: KLAS-VOY-1-250X-BRACKET-R1.0
QTY: 4, Unit of Issue: EACH
FFP
FOB Destination
CLIN 0004 KLAS VOYAGERVM 2TB storage upgrade replaces the standard 512GB of SSD storage in VoyagerVM with 2TB of storage (2x1TB SSD).
MFR: KLAS
MODEL NO: KLAS-VOY-VM2TBSSD
QTY: 4, Unit of Issue: EACH
FFP
FOB Destination
CLIN 1001 (OPTION) KLAS TECHNICAL ASSISTANCE CENTER (KTAC) access provides global 24×7 access to KLAS Knowledgebase plus email and phone support. This applies only to the Voyager chasis.
MFR: KLAS
MODEL NO: KLAS-SRVC-KTAC2
QTY: 16, Unit of Issue: EACH
PERIOD OF PERFORMANCE: 1 JANUARY 2014 – 31 DECEMBER 2014
FFP
FOB Destination
Section I Clauses
Following Clauses and provision applies to this procurement:
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.217-8 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 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil
FAR 52.212-2 Evaluation – Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation 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 1 April 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 23462 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0146/listing.html
OutreachSystems Article Number: 130301/PROCURE/0621
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of the Air Force, Air Force Materiel Command, ESG – Enterprise Sourcing Group, Building 1 1940 Allbrook Dr Wright Patterson AFB OH 45433-5006
R — ESG AFCEC Environmental Services RFI FA8903-13-R-0071 032813 Tracy E Harris, Contract Specialist, Phone 2103958738, Email tracy.harris.8@us.af.mil – Beatrice Torres, Contracting Officer, Phone 2103958103, Email beatrice.torres@us.af.mil THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government’s requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm’s ability to submit an offer if, or when, a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
Respondents of this RFI may be requested to provide additional information / details based on their initial submittals. The Government reserves the right to select, one, some, or none of the submissions for further investigation. Contractors who submit information in response to this RFI do so with the understanding that U.S. Government personnel as well as their support Contractors may review their material and or data.
Since this is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals (RFP) if, or when, issued, will be available on FedBizOpps at https://www.fbo.gov/. As such, it is the potential offeror’s responsibility to monitor this site and other government identified sites in the RFP for the release of any additional information.
GENERAL INFORMATION:
The 772d Enterprise Sourcing Squadron/Environmental Services Contracting (772 ESS/PKS) at Joint Base San Antonio (JBSA), Lackland, TX, is planning to contract with firms to perform environmental services to address environmental needs at Air Force installation locations within the East Regional Support Team (RST) (includes EPA regions 1, 2, 3 and 4) in accordance with technical and regulatory requirements.
772 ESS/PKS anticipates the award of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to multiple firms using North American Industry Classification System (NAICS) code 562910. The business size standard associated with this NAICS code is 500 employees. All sub-categories of small businesses are being looked at during our market research phase.
772 ESS/PKS is considering the inclusion of Firm Fixed Price (FFP) pricing arrangements in each contract. Additionally, we currently anticipate that each contract will have a 4-year basic ordering period with performance to continue up to 24 months after the end of the ordering period. Registration in the System for Award Management (SAM) will be mandatory for these contracts (see SAM website athttps://www.sam.gov/portal/public/SAM/.
It is anticipated that contracts will be required to provide for environmental conservation, environmental compliance, pollution prevention, and environmental operations and maintenance support activities necessary to support AF and Air Force Civil Engineer Center AFCEC environmental mission requirements. Activities include but are not limited to: Environmental, Safety, and Occupational Health Compliance Assessment and Management Program (ESOHCAMP), air quality, cultural resources, hazardous material management, hazardous waste management, natural resources, pollution prevention, remedial action operations and maintenance, long term monitoring, pesticide management, petroleum, oil, and lubricants (POL) management, solid waste management, storage tank management, asbestos, radon, lead-based paint and other lead-containing materials, waste water and storm water annual permitting, drinking water surveillance, ordnance removal and disposal, demolition, precision leak testing, environmental baseline surveys (EBSs), and environmental impact analysis process. Examples of specific services include tasks such as operating and maintaining pollution control or remedial action system equipment, characterizing waste streams, environmental monitoring, sampling, and analysis, operating a hazardous waste accumulation site, and updating existing environmental plans.
The following are not expected to be included in the scope of any contract: stand- alone design, traditional construction, advisory and assistance services, and basic research. The procedures applicable to the acquisition of architect-engineer services, as prescribed in FAR Subpart 36.6, will also not apply to any contract.
SUBMISSIONS
The 772 ESS/PKS requests feedback from interested parties through the following survey link: http://www.mcix.com/EQS
The Questionnaire that is provided in PDF format will be for INFORMATIONAL PURPOSES ONLY. Responses to the RFI will ONLY be accepted via the weblink provided above. Responses must be received via this weblink no later than 28 Mar 2013, 1200 EST.
Note that official information concerning this RFI will be provided by the Contracting Officer. If you experience trouble with this link, please contact the Contracting Officer or Contract Specialist.
Additional information is also provided for your review to assist in completing the RFI survey. The following document is included as an uploaded attachment to this notice: Attachment 1 Draft Performance Work Statement (PSW), dated 26 Feb 2013, 35 pages.
Place of Performance: Eastern United States Region to include: Maine, New Hampshire, Vermont, Connecticut, Delaware, New York, Massachusetts, Rhode Island, District of Columbia, New Jersey, Maryland, Pennsylvania, West Virginia, Virginia, North Carolina, South Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, and Florida. US URL: https://www.fbo.gov/notices/773f7a6757230746582ed869f2026c7a
OutreachSystems Article Number: 130301/PROCURE/0651
Matching Key Words: state!ky;
Department of the Air Force, Air Force Materiel Command, ESG – Enterprise Sourcing Group, Building 1 1940 Allbrook Dr Wright Patterson AFB OH 45433-5006
R — ESG AFCEC Environmental Services RFI FA8903-13-R-0071 032813 Tracy E Harris, Contract Specialist, Phone 2103958738, Email tracy.harris.8@us.af.mil – Beatrice Torres, Contracting Officer, Phone 2103958103, Email beatrice.torres@us.af.mil THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government’s requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm’s ability to submit an offer if, or when, a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
Respondents of this RFI may be requested to provide additional information / details based on their initial submittals. The Government reserves the right to select, one, some, or none of the submissions for further investigation. Contractors who submit information in response to this RFI do so with the understanding that U.S. Government personnel as well as their support Contractors may review their material and or data.
Since this is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals (RFP) if, or when, issued, will be available on FedBizOpps at https://www.fbo.gov/ . As such, it is the potential offeror’s responsibility to monitor this site and other government identified sites in the RFP for the release of any additional information.
GENERAL INFORMATION:
The 772d Enterprise Sourcing Squadron/Environmental Services Contracting (772 ESS/PKS) at Joint Base San Antonio (JBSA), Lackland, TX, is planning to contract with firms to perform environmental services to address environmental needs at Air Force installation locations within the East Regional Support Team (RST) (includes EPA regions 1, 2, 3 and 4) in accordance with technical and regulatory requirements.
772 ESS/PKS anticipates the award of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to multiple firms using North American Industry Classification System (NAICS) code 562910. The business size standard associated with this NAICS code is 500 employees. All sub-categories of small businesses are being looked at during our market research phase.
772 ESS/PKS is considering the inclusion of Firm Fixed Price (FFP) pricing arrangements in each contract. Additionally, we currently anticipate that each contract will have a 4-year basic ordering period with performance to continue up to 24 months after the end of the ordering period. Registration in the System for Award Management (SAM) will be mandatory for these contracts (see SAM website athttps://www.sam.gov/portal/public/SAM/ .
It is anticipated that contracts will be required to provide for environmental conservation, environmental compliance, pollution prevention, and environmental operations and maintenance support activities necessary to support AF and Air Force Civil Engineer Center AFCEC environmental mission requirements. Activities include but are not limited to: Environmental, Safety, and Occupational Health Compliance Assessment and Management Program (ESOHCAMP), air quality, cultural resources, hazardous material management, hazardous waste management, natural resources, pollution prevention, remedial action operations and maintenance, long term monitoring, pesticide management, petroleum, oil, and lubricants (POL) management, solid waste management, storage tank management, asbestos, radon, lead-based paint and other lead-containing materials, waste water and storm water annual permitting, drinking water surveillance, ordnance removal and disposal, demolition, precision leak testing, environmental baseline surveys (EBSs), and environmental impact analysis process. Examples of specific services include tasks such as operating and maintaining pollution control or remedial action system equipment, characterizing waste streams, environmental monitoring, sampling, and analysis, operating a hazardous waste accumulation site, and updating existing environmental plans.
The following are not expected to be included in the scope of any contract: stand- alone design, traditional construction, advisory and assistance services, and basic research. The procedures applicable to the acquisition of architect-engineer services, as prescribed in FAR Subpart 36.6, will also not apply to any contract.
SUBMISSIONS
The 772 ESS/PKS requests feedback from interested parties through the following survey link: www.mcix.com/ES
The Questionnaire that is provided in PDF format will be for INFORMATIONAL PURPOSES ONLY. Responses to the RFI will ONLY be accepted via the weblink provided above. Responses must be received via this weblink no later than 28 Mar 2013, 1200 EST.
Note that official information concerning this RFI will be provided by the Contracting Officer. If you experience trouble with this link, please contact the Contracting Officer or Contract Specialist.
Beatrice Torres, Contracting Officer, Phone 210-395-8103, Email: beatrice .torres@us.af.mil and Tracy Harris, Contract Specialist, Phone 210-395-8738, Email: tracy.harris.8@us.af.mil
Additional information is also provided for your review to assist in completing the RFI survey. The following document is included as an uploaded attachment to this notice: Attachment 1 Draft Performance Work Statement (PSW), dated 26 Feb 2013, 35 pages.
Place of Performance: Eastern United States Region to include: Maine, New Hampshire, Vermont, Connecticut, Delaware, New York, Massachusetts, Rhode Island, District of Columbia, New Jersey, Maryland, Pennsylvania, West Virginia, Virginia, North Carolina, South Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, and Florida. US URL: https://www.fbo.gov/notices/15a385ace2d5e181f6cc8435cd96a922
OutreachSystems Article Number: 130301/PROCURE/0747
Matching Key Words: state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Voice Coaching and On-Air Presentation Skills Coaching BBG50-R-13-0003 031413 Myria Carpenter, Fax 2023827870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
(i)THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG50-R-13-0003 is issued as a request for proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-065, dated January 29, 2013.
(iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 611430 and the small business size standard is $10.0 M
(v) The contractor shall be required to provide the following Contract Line Item: conduct voice coaching and on0air presentation skills in coaching professional broadcasters.
(vi.) The Broadcasting Board of Governors/International Bureau of Broadcasting, (BBG/IBB) has a requirement for a contractor to conduct voice coaching and on-air presentation skills coaching for Voice of America (VOA) and other international broadcasters at IBB headquarters in Washington, DC.
The requirement is for an expert consultant to develop, implement, and evaluate one-on-one and small group coaching sessions for international broadcasters on voicing and on-air presentation skills. The selected contractor shall have demonstrated experience in coaching professional broadcasters on voicing techniques, vocal health, and vocal quality improvement exercises as well as on-air presence and presentation skills for radio and television. The desired contractor will have experience working with a widely diverse ethnic population and dealing with the accents and idiosyncrasies of broadcasters whose broadcast language is other than English.
The contractor shall:
1) Design a protocol for one-on-one and small group coaching sessions on broadcast voicing and on-air presentation skills.
2) Implement and evaluate one-on-one and small group coaching sessions on broadcast voicing and presentation skills and on-air presentation and appearance for audio and video reporting.
3) Prepare and present to the Training Development Division a report on the progress of the one-on-one sessions and group workshops.
The development and delivery of the coaching sessions shall be coordinated with in-house BBG/IBB training specialists. The Training and Development Division will monitor all work under resultant contract. The Contractor shall supply all personnel, materials, equipment, and transportation, etc. required to perform work described herein. The Contractor shall prepare an overall plan of performance for the services to be delivered. The plan shall include how the Contractor shall provide the one-on-one and small group sessions, including assessment and corrective feedback plans. The plan shall outline how internationalbroadcasters will learn to improve on-air delivery skills.
The coaching sessions shall focus on improving the person’s on-air presentation skills with emphasis on effectively using the voice in broadcast presentations and/or appearance, style, and reading technique on camera. The Contractor shall analyze each participant’s vocal ability to determine if they have problems with or need to improve their vocal abilities, or on air presence. The Contractor shall identify areas for improvement and develop a strategy to coach the participant on how to improve their deficiencies and maximize their best qualities in voicing and on-air presentation. After identifying the areas of improvement, the Contractor shall provide the participant with exercises, advice, practice drills, techniques, and routines that will assist the participant in improving their vocal abilities and/or how to appear as a news reporter, anchor, talk show host, or other on-air talent. The Contractor shall also provide handouts and other material that the participant may use for future reference.
The typical requirement, for comparative purposes, is for the vendor to deliver 3 days of coaching sessions a month. A day of coaching sessions is defined as four, one hour sessions conducted at IBB’s Washington, DC headquarters during normal business hours. Please note that there is the possibility that the contractor may possibly be requested to providing coaching session after normal business hours. Occasionally, the vendor may be asked to conduct sessions via the telephone, Skype©, video conferencing, or other electronic means. Delivery of services is always at the discretion of the agency and is based on need for the services and availability of funds.
Reporting Requirements
The following reports shall be prepared and submitted to the Training and Development Division in accordance with each specified requirement below:
1. Contractor shall submit a draft Report Format within two weeks after award of the contract by the Government. The Training and Development Division will review and recommend changes to the draft format. After the requested modifications have been made, the Training and Development Division will approve the report format for use during the performance of the contract.
2. A formal quarterly report shall be submitted within ten days after each quarterly period following the effective date of the contract. Using the approved report format, the quarterly progress report shall state the progress made, difficulties encountered during the reporting period and remedial action taken.
(vii) The period of performance will be for one year from the date of award. The Contractor shall submit an invoice electronically, for services provided the preceding month.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below . The contractor shall demonstrate the ability and experience in providing the required services. Interested contractors must provide in their proposal a resume from all prospective coaches which demonstrates their education and experience in providing the services needed under this requirement. The selected contractor shall have qualifications for and experience in providing professional broadcast voice training and video presence lessons to on-air talent at professional news organizations. This includes an in depth understanding of professional voicing standards and practices as well as overcoming learned patterns and physical barriers to effective speech. Experience is accent reduction is also important in helping foreign broadcasters transitioning to English. The ideal contractor shall have experience in working with talent that broadcast in languages other than English and who speak English as a second language. The ideal contractor shall be able to work with clients on technical aspects of voice, breathing techniques, delivery pace, enunciation, and techniques for developing an interesting and effective vocal delivery. The contractor should also have experience working on the visual aspects of presence for television on-air talent. Offerors responding to this solicitation shall submit the following items to the contracting officer :[1] Narrative describing their process for evaluating and determining a client’s specific vocal and on-air needs. Describe how strategies for improvement are determined and if self-directed exercises are provided. This section should include a description of their strategy for facilitating improvement when only occasional (once or twice a month) sessions are possible . [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all of the listed CLINS must be provided in English and United States dollars
(ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. Contractors will be evaluated on 1) education andtraining in professional broadcast voice training and/or the component aspects of voice coaching. (Education); 2) actual experience providing voice lessons to professional news originations on-air talent, with special emphasis working with multi-cultural groups, multilingual news organizations, and work with speakers of English as a second language. (Experience – Voice Coaching); 3) Evaluation of contractors will also includetraining and experience in coaching visual on-air presence including appearance, presentation style, and prompter reading technique on camera. (Experience – On-Air Presence); 4) Detailed information on past performance and relevant contracts for similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information (Past Performance); and 5) A separate Price Proposal showing a breakdown of the price for the above CLIN (Price). Prices for the listed CLIN must be provided in English and United States dollars. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the System for Award Management (SAMS) Web site at:https://www.sam.gov/portal/public/SAM/. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative of the (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012); 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.219-6 Notice of Total SmallBusiness Set Aside (Nov 2011); 52.219-28 Post Award Small Business Program Representation (Apr 2012); 52.222-3 Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.237-3 Continuity of Services. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the contract specialist at the email address provided at the end of this notice. Please note that the deadline for submission of questions is March 6, 2013, by 12:00PM, Eastern Time. Questions must be submitted in writing via email to: mecarpen@bbg.gov. Proposals shall be submitted is an original and one copy must be sent via courier or overnight delivery prior to the deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 on March 14, 2013, at 12:00PM, Eastern Time.
(xvi) Contact: Myria Carpenter, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
Place of Performance: Washington , DC US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-13-0003/listing.html
OutreachSystems Article Number: 130228/PROCURE/0070
Matching Key Words: video*; train*; web; site?; education*; business*; instruct*; commercial?; broadcast*; program?;
Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416 Washington DC 20536
R — Language Proficiency Interviewer (LPI) – Tester/Trainer PC-13-3-LPI-Mac 031213 Robert D. Livengood, Phone (202) 692-1752, Fax (202) 692-1590, Email rlivengood@peacecorps.gov Peace Corps announces a contract opportunity for short term service contract for a Language Proficiency Interviewer (LPI) – Tester/Trainer for an up-and-coming workshop in Macedonia on March 25-29, 2013. The contractor MUST be able to work in the specified location on the specified date.
To apply for this short-term service CONTRACT position, you must reply with up-to-date resume to the primary contact below (at the bottom of this announcement). Email is the preferred method.
Total contract length: 8 days total in between the dates 3/15/2013 and April 15, 2013.
Starting: March 15, 2013
Salary Range: based on position specific job experience
The services to be provided are specified as follows:
A. Services to be provided
• Conduct PC LPI tester training for each post using audio and video tapes as supplied by PC-Washington to supplement the training manual
• Discuss with local Language Coordinator issues of quality control, Training of Language Trainers (TOT), and LPI Standards at each post.
• Bring materials to posts from Peace Corps-Washington as needed
• Conduct conference call with each post at least one week prior to trip
• Work with language testing coordinator at PC-Washington to plan workshop and trip
• Return all audio and video tapes, overhead transparencies and other materials supplied by PC-Washington to the language coordinator at PC-Washington
Workshop-Related Deliverables: to be returned within 3 weeks of completion of the workshops
1. Participant evaluation forms: these will identify the participant as certified, provisionally certified, or not certified. The evaluation will be based on the participant’s workshop participation, 2 certification interviews, written exam, and listen & rate exam. This evaluation will be shared with the participant by Peace Corps-Washington.
• 1 for each participant
• Required to be submitted electronically
2. Trainer workshop report
• 1 detailed report for each Peace Corps post visited
• Required to be submitted electronically
3. Written Exam (1 for each participant)
• To be corrected during the workshop with participants
4. Listen & Rate Exam (1 for each participant)
• To be corrected during the workshop with participants
5. Participant’s Workshop Evaluation (1 for each participant)
• To be completed at the end of the workshop by participants
6. Cassettes/CDs of 2 certification interviews for each participant
7. Training Audios CDs (provided by Peace Corps prior to the workshop)
8. Testing Audios CDs (provided by Peace Corps prior to the workshop)
9. Training Video DVDs (provided by Peace Corps prior to the workshop)
10. CD with PowerPoints and Other Workshop Materials (provided by Peace Corps prior to the workshop)
Travel-related Forms
1. Travel Voucher Sheet with original signature
2. All receipts pertaining to travel (itemized food receipts not necessary)
3. Completed Schedule of Expense sheet
• Required to be submitted electronically
Contract-related Forms
1. Contractor’s Release (1 page) with original signature
2. Purchase Order, Receiving Report and Voucher (2 pages) with original signature on both pages
3. All receipts related to contract agreement (Clements, SOS, mailings and misc.)
__________
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. The Peace Corps mission is to promote world peace and friendship through service to others. Peace Corps Volunteers live and work within the community they serve abroad, learning the local language, and contributing skills. This technical assistance is one of three goals of the Peace Corps. The other two goals revolve around cross-cultural understanding gained as the people of other countries acquire a better understanding of America and as the Volunteers return home to share their cultural experiences with fellow Americans. The US Peace Corps has a requirement for the purchase of the following item in the quantities described and listed below:
Language Proficiency Interviewer (LPI) – Tester/Trainer
The FAR clauses contained herein apply to the solicitation. Prospective contractors shall complete electronic annual representations and certifications at http://www.SAM.gov in conjunction with required registration in the System Acquisitions Management (SAM) database.
The selected Offeror must comply with the following terms and conditions, which are incorporated by reference: FAR clauses as cited are applicable to this acquisition:
52.202-1 Definitions Jan 2012
52.203-3 Gratuities Apr 1984
52.203-5 Covenant Against Contingent Fees Apr
1984 52.217-9 Option to Extend the Term of the Contract
Mar 2000 52.222-26 Equal Opportunity Mar 2007
52.222-36 Affirmative Action for Workers with Disabilities Oct 2010
52.222-50 Combating Trafficking in Persons Feb 2009
52.224-1 Privacy Act Notification Apr 1984
52.224-2 Privacy Act Apr 1984 52.232-1 Payments Apr 1984
52.232-3 Payments under Personal Services Contracts Apr 1984
52.232-18 Availability of Funds Apr 1984
52.232-25 Prompt Payment Oct 2008
52.233-1 Disputes Jul 2002 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
52.243-1 Changes – Fixed Price Aug 1987
Award will be based on best value to the Peace Corps. Responses are due on or before March 12, 2013 11:59 PM Eastern Time via email attachment.
Place of Performance: USA and Macedonia. US URL: https://www.fbo.gov/spg/PC/OPBF/OC/PC-13-3-LPI-Mac/listing.html
OutreachSystems Article Number: 130227/PROCURE/0075
Matching Key Words: video*; train*; conference?; you; page?; commercial?;
Department of the Navy, Top Level, Naval Special Warfare Group 1, 3632 Quadalcanal Road, B#165 USNAB Coronado San Diego CA 92155-5538
U — Jiont Readiness Exercise H99240-13-Q-9012 030713 Dapheny F. Glover, Phone 6194372428, Email dapheny.glover@navsoc.socom.mil ;
p;
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) H92240-13-Q-9012 is issued as small business. The applicable North American Industry Classification System (NAICS) code is 611699 (All Other Miscellaneous Schools and Instruction ) and Product Service Code (PSC) U099 (other Educational & Training Services). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65 (Effective 29 JAN 2013).
DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order; Contract Line Item No.
(CLIN) 0001 : Higher Headquarters Subject Matter Expert for ten (10) day Joint Readiness Exercise. See statement of work for detailed description. Quantity: One (1) lot.
(CLIN) 0002 : Higher Headquarters Role Players for ten (10) day Joint Readiness Exercise. See statement of work for detailed description. Quantity: Four (4) each.
PACKAGING REQUIREMENTS: N/A
DELIVERY INSTRUCTIONS: N/A
52.212-2 Evaluation — Commercial Items (JAN 1999):
(a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate quotes:
1. The offeror’s ability to provide customer with all requested supplies/services.
2. Price- proposed prices shall align with Contract Line Item Number (CLIN) structure provided.
( b) Options (not applicable).
(c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote’s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above.
APPLICABLE PROVISIONS AND CLAUSES:
Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award.
The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx.
Quoters who have completed ORCA should notify the contract specialist before solicitation’s closing date and time so it can be downloaded by the procuring contracting office.
The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively.
The following FAR provisions and clauses apply to this acquisition and are incorporated by reference:
52.204-7 Central Contractor Registration (APR 2008)
52.212-1 Instructions to Offerors-Commercial Items (FEB 2012)
52.212-3 Offeror Representations and Certifications Commercial Items Alt I (Apr 2011)
52.212-4 Contract Terms and Conditions – Commercial Items (FEB 2012)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2012)
52-232-18 Availability of Funds (APR 1984)
52.242-17 Government Delay of Work (APR1984)
52.245-1 Government Property (APR 2012)
52.247-29 F.O.B. Origin (FEB 2006)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), www.arnet.gov and www.acq.osd.mil
52.252-2 Clauses Incorporated by Reference (FEB 1998), www.arnet.gov and http://www.acq.osd.mil
The following clauses incorporated in 52.212-5 are also applicable:
52.219-28 Post Award Small Business Program Representation (Apr 2009)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2010)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003)
The following DFAR provision and clauses apply to this acquisition and are incorporated by reference:
252.204-7003 Control of Government Personnel Work Product (APR 1992)
252.204-7004 Alternate A Required Central Contractor Registration (SEP 2007)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012)
252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009)
252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.243-7001 Pricing of Contract Modifications (DEC 1991)
The following clauses are incorporated by reference in 252.212-7001 paragraphs (b):
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011)
252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)
252.247-7023 Alternate III Transportation of Supplies by Sea (MAY 2002)
The following SOFAR provision and clauses apply to this acquisition and are incorporated by reference:
5652.204-9003 Disclosure of Unclassified Information (NOV 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000). All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Dapheny Glover
DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Ms. Dapheny Glover (primary), email: dapheny.glover@navsoc.socom.mil and Ms. Natalie Rodriguez (alternate), email: natalie.rodriguez@navsoc.socom.mil no later than 05 March 2013 at 1500 PST to allow adequate time to prepare a response.
All quotes, together with the quoter’s signed amendment(s), if applicable, must be submitted to the following address:
Naval Special Warfare Command, 2440 Trident Way, San Diego, CA 92155-5494. Attn: Dapheny Glover (primary), Bldg. 624, or e-mailed to: Dapheny Glover dapheny.glover @navsoc.socom.mil and Natalie Rodriguez:natalie.rodriguez@navsoc .socom.mil . However, email is the preferred method of submission.
Quoters shall ensure quotes, and signed amendment(s) reach their destination by 07 March 2013 at 1000 PST . No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. H92240-13-Q-9012 . Quoters shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. NSWC POC: Ms. Dapheny Glover (primary), email: dapheny.glover@navsoc.socom.mil and Natalie Rodriguez: natalie.rodriguez@navsoc.socom.mil .
Place of Performance: SEAL Team SEVEN San Diego, CA 92155 US URL: https://www.fbo.gov/notices/16a990358c19de69041fa5897576e617
OutreachSystems Article Number: 130227/PROCURE/0091
Matching Key Words: film?; produc*; train*; website; education*; business*; instruct*; commercial?;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
T–Visual Information Support Services W9124D-13-SS-0001 031513 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox The Mission Installation Contracting Command Center – Fort Knox is conducting market research for Visual Information Support Services for the U.S. Army DPTMS. The market search is to determine the capabilities of all businesses (large and small) interested in the opportunity described below. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought announcement. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this notice. The applicable NAICS code is 512110 and the size standard is $30,000,000.
This requirement is for visual information support services at Fort Knox, Kentucky and Reserve component units supported by Fort Knox. The visual information support services required includes, but is not limited to the following: facility operation and supervision, presentation support, A/V logistical support, equipment maintenance, reports, metrics, technical advisory services, management and control of visual information equipment, photographic services, video, audio and multi-media productions, visual information logistics services, visual information library services, and other related services; screen, initiate and receive telephone calls; knowledgeable with U.S. Army regulations; and the ability to communicate (written and verbal) in English.
Please limit your response to no more than 5 pages and include the following:
1. Business Information
a. Company name and address
b. D&B Duns Number
c. Socio-economic classification of company (i.e., small business, 8(a), woman owned, service disabled veteran owned, HUBZone, large business, etc.)
d. Size (gross revenue, number of employees in company)
e. Number of years in existence
f. Company point of contact – name, phone, email address
2. Vendor’s Capabilities
Descriptions of the vendor’s capabilities to provide visual information support services consistent with the duties listed in this announcement.
Responses to this announcement are due at 2:00 PM, Fort Knox local time, on Friday, March 15, 2013, must be in writing, and shall be sent electronically to Barbara Mattingly at Barbara.j.mattingly2.civ@mail.mil. Responses shall also include the Sources Sought number and title in the subject line of the email.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/ce4b77d5759f1dbf4393cae8a1095904
OutreachSystems Article Number: 130227/PROCURE/0444
Matching Key Words: video*; produc*; page?; business*; production?; age:state!ky; state!ky; naics!512110;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center San Diego, N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 – 3rd Floor San Diego, CA
69–ACQUISITION OF AUDIO VISUAL EQUIPMENT FOR VIRTUAL SIMULATION ROOMS N0024413R0026 031213 Roman Bech (619) 556-5323 Fleet Logistics Center San Diego Objectives
The two systems referenced in the draft SOW attached will be used for medical simulation training of San Diego area Navy Medical personnel. The systems will be used to create realistic background images, videosand sounds to help immerse trainees into feeling they are actually in situations other than a closed classroom environment.
Scope
VENDOR will provide two (2) identical systems in adjacent classrooms. Each room will have two (2) ceiling mounted video projectors, projecting on two (2) curved front‐projection screens. The screen frames will ride on ceiling‐mounted track to allow the screens to split apart in the middle to gain access to the rear of each room. The access opening will be approximately 48” without any trip hazard in the access opening.
When the screens are closed together, one (1) continuous image will be spread across both screens.
Refer to the attached draft Statement of Work (SOW) for additional details.
Only vendors designated as small businesses under NAICS code 334310 (750 employees or less) will be eligible to compete for the resultant acquisition.
Set-Aside: Total Small Business Place of Performance: Surface Warfare Medical Institute 34101 Farenholt Ave Building 14, San Diego, CA 92134 US URL:https://www.fbo.gov/spg/DON/NAVSUP/200/N0024413R0026/listing.html
OutreachSystems Article Number: 130226/PROCURE/0282
Matching Key Words: video*; train*; business*;
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640
R — POST-DOCTORAL RESEARCH ASSOCIATESHIP PROGRAM NB109000-13-01203 031113 Randy E. Schroyer, Contract Specialist, Phone (301) 975-6314, Fax (301) 975-3839, Email randy.schroyer@nist.gov – Jo-Lynn S Davis, Contract Specialist, Phone 301-975-6337, Fax 301-975-6319, Email jo-lynn.davis@nist.gov THIS IS NOT A FORMAL REQUEST FOR PROPOSAL (RFP) AND DOES NOT COMMIT THE NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (NIST) TO AWARD A CONTRACT NOW OR IN THE FUTURE
This is a SOURCES SOUGHT NOTICE to determine the availability of small businesses and socio-economic categories of small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) under NAICS code 541690, that have the capability, experience, and expert knowledge in the area of administering a Post-Doctoral Research Associateship (or similar) Program.
The establishment of a Post-doctoral Fellowship Program is specifically articulated in the Organic Act, Post-doctoral Fellowship Program (15 U.S.C. 278g-2), which states – the Institute shall establish and conduct a post-doctoral fellowship program, subject to the availability of appropriations, which shall be organized and carried out in substantially the same manner as the National Academy of Sciences/National Research Council Post-Doctoral Research Associateship Program that was in effect prior to 1986, and which shall include not less than twenty nor more than 120 new fellows per fiscal year. In evaluating applications for fellowships under this section, the Director shall give consideration to the goal of promoting the participation of underrepresented minorities in research areas supported by the Institute.
Statement of Work (DRAFT)
National Institute of Standards and Technology (NIST) Postdoctoral Research Associateship Program
1. BACKGROUND
The mission of the U.S. Department of Commerce (DoC)/ National Institute of Standards and Technology (NIST) is to promote U.S. innovation and industrial competitiveness by advancing measurement science, standards, and technology in ways that enhance economic security and improve our quality of life. The research performed at the NIST research laboratories to support this mission is of vital interest to the United States and the larger global scientific community. The NIST Postdoctoral Research Associateship Program, in its authorization, provides two-year excepted term appointments for outstanding scientists and engineers chosen through a national competition. The program has more than fifty-five years of historic excellence in identifying and recruiting world-class postdoctoral scientists and engineers to work at NIST. NIST currently participates as part of the National Research Council (NRC) Research Associateship Program (RAP), which includes 28 federal agencies, with NIST as the first agency to participate in 1954. NIST is not only interested in recruiting outstanding new scientists and engineers through the postdoctoral program to contribute to its cutting edge research during postdoctoral appointments, but NIST is also interested in retaining a significant number of postdoctoral associates afterwards as employees of NIST’s regular staff scientists and engineers.
In the NIST Postdoctoral Research Associateship Program, there are two important objectives that must be kept in proper balance for the exceptional conduct of the program. These objectives are: 1) to provide postdoctoral scientists and engineers of unusual promise and ability opportunities for research on problems, largely of their own choice, that are compatible with the research interests of the sponsoring NIST laboratory; and, 2) contribute to the general research effort to the NIST laboratory.
The NIST Postdoctoral Research Associateship Program, begun in 1954, is a Congressionally-mandated program accommodating up to 120 new postdoctoral fellows per year.
2. PURPOSE AND OBJECTIVES
The Contractor shall provide overall administration services as outlined in this document for the successful conduct of a NIST-wide Postdoctoral Research Associateship Program for NIST. This shall include providing the necessary personnel, materials, equipment and facilities (except as otherwise specified) for services to support such a program throughout the NIST laboratories. The Contractor shall provide administrative support for NIST to be able to make research associate awards twice per year to scientists and engineers at the doctoral level in a national competition that undergoes a rigorous professional scientific review process of each application. This administrative support shall include recruitment of potential, qualified applicants, collection of application packages and rigorous scientific review of application packages to provide NIST sufficient information to make the postdoctoral research associate awards.
The awards made by NIST will provide opportunities to enable Research Associates to further increase their proficiency in research, and to make governmental laboratory facilities, often including unique equipment, available to the scientific community.
The contract will be offered for one base year and four (4) one-year option periods. The required tasks listed below shall be applicable for the base year, and also for each of the one-year option periods.
3. CONTRACTOR REQUIREMENTS
a. Develop, maintain, and update a database of NIST-submitted Research Opportunities and make these opportunities available to the research and academic communities at large through a web-based interface. Research Opportunities must be searchable via web-interface by potential applicants using NIST Research Adviser name and keywords. At a minimum, an annual call (nominally in the late spring) for review of research opportunities shall be organized by the Contractor via email, with notification to the COR, requesting all Research Advisers update their contact information, and edit/delete/add any pertinent research opportunities. The Contractor shall continue to offer the ability to all Research Advisers, and the COR, to modify the research opportunities via electronic means throughout the year.
b. Provide free and open application information via the internet and all necessary application forms (http://sites.nationalacademies.org/PGA/RAP/PGA_047698) to the academic and research communities, with two discrete competition opportunities per year, for application deadlines of 1 February and 1 August of each year. For each competition, the Contractor shall provide the application forms available for download from a web-based interface in portable document format (pdf). Any modification to the use of the pdf format must be approved in advance by the COR. The Contractor shall provide access to all application materials to the COR and individually to the appropriate proposed NIST Research Adviser via a secure web interface. The Contractor shall receive, log, and develop a file for each application to include, in addition to the complete application form, a research proposal for the proposed postdoctoral work, university transcripts, a statement of previous and current research, and three confidential reference reports. In addition to these documents provided by the applicant, the Contractor shall include in the application package an evaluation by the requested NIST Advisor/Mentor, which confirms the interest of NIST in the proposed research. Any application missing such an evaluation, or returned with a negative evaluation shall not be sent by the Contractor to the review panel. The Contractor shall check each application file prior to review and notify each applicant of required documents that are missing. The Contractor shall screen all research scientists to eliminate anyone who does not meet the criteria of U.S. citizenship at time of application and limit those applications to those holding the Ph.D. degree less than five years at time of application.
c. Invite and appoint panelists for the competitive review of applications. These panelists shall be experts actively involved in scientific research. Panels shall be established in the broad disciplinary areas of Chemistry, Earth and Atmospheric Sciences, Engineering, Life Sciences, Mathematics, and Physics, and include those with expertise matching the subject matter of the submitted research proposals. To maintain the excellence of quality panels of renowned scientists and engineers, at a minimum the panelists must have held a Ph.D. in an appropriate panel discipline for at least 10 years, have a documented history of scientific publications in peer-reviewed journals and/or of chapters in books, oral or poster presentations at professional meetings, membership in and service to professional societies, and mentorship of scientific research. Distribution of panel reviewers per broad area will vary depending on the distribution of applications within the disciplines, but a general distribution would be Chemistry – 30; Earth and Atmospheric Sciences – 20; Physics – 35; Life Sciences – 35, and Engineering – 50. Sources of panelists include, but are not limited to, members of the National Academy of Sciences (NAS), the National Academy of Engineering (NAE), and the Institute of Medicine (IOM); individuals recommended by NAS, NAE and IOM members and their sections liaisons; individuals recommended by other panelists; individuals identified through contacts at national meetings, and individuals identified by the Contractor based on specific discipline searches. The Contractor shall possess sufficient experience and knowledge to identify panelists with expertise matching the subject matter of the submitted proposals. Care should be taken to assure that there are no possible conflicts of interest when selecting panelists. Panelists should be chosen for an initial term of three years, with possible renewal upon satisfactory performance for an additional three years. Composition of individual panels should be assessed for balance in gender, age, race and ethnicity. Panel reviews should be conducted on-site at least once per year, during which time quality assurance is performed to ensure that all reviewers are familiar with review procedures and scoring of application packages.
d. Securely collect all information for application packages for distribution for the panel reviews in the appropriate research areas. Conduct expert panel reviews of application packages, occurring each March and September for the respective competition deadlines of February and August. A minimum of three expert reviews shall be conducted per application, with additional reviews conducted, if deemed necessary due to score spread of greater than 10% between reviewers. Any expenses associated with the conduct of the review panels are the responsibility of the Contractor.
e. Provide a roster that ranks all applicants based on panel review to the Contracting Officer’s Representative (COR), who will provide the Contractor with an affirmation or declination of interest to support proposed research efforts. After the Contractor’s review panel has completed its evaluation process, the Contractor shall provide individual application scores to the COR. The COR will respond with these responses to the Contractor within 60 days of the date the roster is received by the COR. NIST is responsible for issuing offers and for all procedures relating to on-boarding of selected postdoctoral research associates.
f. After the NIST selection process has been completed, the Contractor shall work with the COR to record the offers, and offer results (acceptances and declinations) in a secure database to be set up and maintained by the Contractor; records in the database must include, but may not be limited to, information on all applicants, such as name, Ph.D. university, demographic and other information, such as a list of associates’ lab/Center location, start and end dates, and advisor name. The access to the records is restricted to the Contractor, the NIST COR, and those NIST staff that the NIST COR approves to have access.
g. All tools employed by the Contractor, including applications, conduct of reviews and review outcomes and fiscal and technical reports shall be implemented electronically; i.e. use only paperless management tools/web-based systems. Reference to the existing research opportunity list, including keyword and advisor searches can be found at: http://nrc58.nas.edu/RAPLab10/Opportunity/Opportunities.aspx?LabCode-50 and reference for how to apply can be found at: http://sites.nationalacademies.org/PGA/RAP/PGA_046398
h. Conduct annual staff visits to the NIST Gaithersburg, MD campus and the NIST Boulder, CO campus. The visits shall be of one-day duration, and travel expenses are the responsibility of the Contractor. Coordination of the visits shall be made with the COR, who will assist in approval of visitor access to each campus for the visits. During the visits, the Contractor shall update the laboratory administration and NIST research advisors on program matters and receive feedback on how the program is functioning at the laboratory level. In addition, group interviews with associates working at NIST laboratories shall be conducted in order to gather information on the performance of NIST as a host research agency. Reports on the performance of NIST labs shall be provided to the COR, as part of the annual report. Subsequently, adjustment to program management shall be made as necessary by the Contractor to address the concerns of the laboratory administration or by the laboratory to address concern raised by the associates.
i. The Contractor shall work with the COR to extract information from end of tenure reports, which the COR will provide, to store in a database and provide summaries of data as requested. These will include, but are not limited to, number of scientific, peer-reviewed publications, information on subsequent employment, highlights of completed research during the associateships, and patents and inventions achieved by the Associates in the program. The reports shall be submitted on Contractor-provided forms, available for download on the program website. The standard form currently used by all participating Federal Government agencies can be found at http://sites.nationalacademies.org/PGA/RAP/PGA_053498
j. Promote the NIST program broadly to recruit the brightest and most talented scientists and engineers with recent doctoral degrees in disciplines of interest and compatibility to NIST to conduct research at NIST research laboratories. This includes a combination of information disseminated through print advertising, direct mailing, electronic mailing and internet postings using professional societies and employment sites. General plans for such dissemination should be detailed in the Contractor’s proposal. Specific attention should be made by the Contractor for outreach to under-represented populations in Science, Technology, Engineering and Mathematics (STEM), including disseminating information through minority-focused meetings, recruitment at historically black colleges and universities (HBCU’s), Hispanic-serving Institutions (HSI’s), tribal colleges and universities, and Asian American and Native American Pacific Islander-serving Institutions (AANAPISI’s). The Contractor shall respond to mail, telephone, e-mail, and personal inquiries and provide application details, forms and instructions, and additional information, as requested.
A list of the estimated number of Research Advisers, Research Opportunities, and Applicants is given below:
Estimated number of applicants per review period:
February: 130 ± 30
August: 100 ± 30
Number of Research Opportunities: 700 ± 50, over NIST’s six organizational units (“Laboratories”)
4. REPORTING REQUIREMENTS AND DELIVERABLES
a. Monthly Financial Reports showing; actual expenses through the month; and funding available for expenses. These Monthly Financial Reports shall be delivered to the COR within 14 calendar days after the end of the month described in the report.
b. Annual written technical report within 60 days of the end of a contract year that summarizes information on publicity, applications received and reviewed, final status of offers made, as well as a compilation of individual associate final reports received in the prior 12 months. A list of all associates should be given for the year, with appropriate lab/Center location, start and end dates, and adviser name. The summary shall also include a listing of aggregate percentages of under-represented groups in STEM by group. These statistics shall be given for each competition for all applicants, and then for the selected postdoctoral associates. Annual financial reports should be given at the end of each year in the annual report.
c. A summary of the applications submitted shall be delivered to the COR within 7 days of the application deadline (e.g. for the February 1 deadline, application summary due on or before February 7, and for the August 1 deadline, application summary due August 7).
d. A roster that ranks all applicants based on panel review shall be delivered to the COR within one week of the completion of the panel review. For the February competition, the ranking list is due on or before March 15th; and for the August competition, the ranking list is due on or before September 30th.
e. Summary of required deadlines:
• Applications submitted in an online application system; Contractor staff screens for eligibility (February 1, August 1);
• Pre-review roster sent to COR/application packages sent to research advisers – 1 week following deadline;
• Advisor review forms returned to COR and validated, then COR sends to Contractor for inclusion in the application package – 3 weeks following application deadline;
• All application packages deemed complete and approved by NIST advisors made available to reviewers for online scoring and comments – completed reviews received by Contractor within 3 weeks; and
• Review results finalized by Panel Chairs and Co-Chairs. Review results made available to COR within 7 days.
5. PROGRAM MANAGEMENT AND CONTROL REQUIREMENTS
The Contractor shall maintain a quality control program to ensure that the requirements of this project are met. This program shall be created to identify and correct deficiencies to maintain a consistent, high quality of services throughout the life of this contract.
6. INSPECTION AND ACCEPTANCE CRITERIA
The summary of applications for each competition will be inspected for completeness by the COR within 7 days of submission by the Contractor, with any questions submitted within that 7 days. Similarly, the summary ranking list for each panel review will be inspected for completeness within 7 days of submission.
The Annual written technical report, as described in section 4, will be reviewed by the COR within 30 days, for approval/non-approval, which will subsequently be forwarded to the CO to place in the contract file.
Small businesses and socio-economic categories of small businesses that currently possess such capabilities and have prior experience administering post-doctoral fellowship programs or similar programs, using this expertise, are encouraged to respond to this notice by providing the following information:
1. Brief narrative providing evidence of the ability to administer a post-doctoral fellowship program comparable to that articulated in the Organic Act.
2. Capabilities Statement discussing core competencies.
3. Current socioeconomic status of your company including applicable North American Industrial Classification System (NAICS) codes.
4. Indication of whether your company currently has an active registration, including on-line representations and certifications at the System for Award Management (www.sam.gov) website. Contractors must have a valid, current registration to be considered for award.
No telephone requests will be honored. All information provided will become property of NIST and will not be returned.
The synopsis is for information and planning purposes and is not to be construed as a commitment by the Government. This is not a solicitation for proposals and no contract will be awarded from this announcement.
No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of their capability statement assessment, but may be contacted for additional information.
All capability statements and information requested above must be submitted via e-mail to randy.schroyer@nist.gov. Responses must be submitted not later than the response date for this Sources Sought Notice. Responses shall be limited to 5 typed pages, including attachments.
Place of Performance: To be Determined US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB109000-13-01203/listing.html
OutreachSystems Article Number: 130226/PROCURE/0368
Matching Key Words: writ*; technical; standard;
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue Suite 400 Rockville MD 20857
R — WEB AND COMMUNICATIONS SUPPORT 13-233-SOL-00105 030113 Raleigh Tanner, CONTRACTING OFFICER, Phone 301-443-2475, Fax 301-443-3849, Email raleigh.tanner@psc.hhs.gov This SOURCES SOUGHT NOTICE is to determine the availability of potential small businesses (e.g., service-disabled veteran owned small business, HUBZone Small Business, 8 (a) small disadvantaged business, veteran owned small business, and women-owned small business) that can provide web and communications support services to the Office of Disease Prevention and Health Promotion (ODPHP) at HHS. The primary objective of the requirement is to provide services and deliverables in support of:
• Communications and content development for ODPHP initiatives;
• Web site development and management for three major sites;
• Outreach for and marketing of the three major sites and other selected activities; and
• Information and referral services, including mail, e-mail, and telephone response
The majority of the requirements are for long-term activities that will support communication and outreach-related functions for the office.
The information from this market research will help ODPHP, plan their acquisition strategy. The Government anticipates a contract award for this project on or before August 30, 2013. The appropriate NAICS code is 519130 (Internet Publishing and Broadcasting and Web Search Portals.
THIS IS STRICTLY MARKET RESEARCH. ODPHP WILL NOT ENTERTAIN QUESTIONS REGARDING THIS MARKET RESEARCH.
Background:
The Office of Disease Prevention and Health Promotion, established by the National Consumer Health Information and Health Promotion Act of 1976 (Section 1706 of the PHS Act as amended) and continued under the “Omnibus Health Act of 1988,” was mandated a number of responsibilities, including participation in policy development; oversight and coordination of HHS activities in disease prevention and health promotion; identification of unmet needs related to health information and disease prevention and development of resources to meet such needs; and dissemination of health information.
Among its other charges, the Office of Disease Prevention and Health Promotion was specifically directed to:
“…establish a national information clearinghouse to facilitate the exchange of information concerning matters relating to health information and health promotion, preventive health services, and education in the appropriate use of health care, to facilitate access to such information, and to assist in the analysis of issues and problems relating to such matters.”
The National Health Information Clearinghouse was established in 1979 to address the issues listed above and has operated continuously since then. It is now called the National Health Information Center (NHIC).
In addition to NHIC, ODPHP also has responsibility for managing the development and implementation of national objectives for health promotion and disease prevention. ODPHP currently manages the Healthy People 2020 initiative, with specific oversight of the Health Communication/Health Information Technology Topic Area; Dietary Guidelines for Americans; Physical Activity Guidelines; healthfinder.gov; and health communication/health literacy and plain language projects; developing Action Plans to reduce avoidable patient harms; and other ODPHP programs.
Purpose and Objectives:
The services to be acquired are to support the continuing operation of National Health Information Center (NHIC) as well as communications and outreach for all of the ODPHP initiatives. This includes maintenance, updating, evaluation, and promotion of its information and referral services, web site development and management, communications and content development (with a specific focus on health literacy and plain language) and outreach and marketing (with a specific focus on social media).
Project requirements:
The Contractor shall provide support services to accomplish tasks as specified under task orders issued under the contract, including:
• Web site development and maintenance for key web sites:
o http://www.healthfinder.gov, consumer health information website
o http://www.healthypeople.gov, national health objectives website
o http://www.health.gov, includes several ODPHP-sponsored initiatives, Dietary Guidelines, Physical Activity Guidelines, and health literacy
o odphp.hhs.gov, ODPHP’s own organizational web site, featuring important publications, activities, and announcements
• A toll-free telephone service with an automated answering system that provides a menu of choices and an inquiry and referral service staffed by information specialists that refers callers to the most appropriate resource and a supporting reference database to track resources.
• Development and maintenance of content in databases that support the healthfinder web site and other key sites as well as an internal NHIC application that supports the information specialists answering the toll-free telephone line.
• The development, management, and maintenance of healthypeople.gov, its content, databases, and its interactive features.
• Outreach and marketing communications activities for healthfinder, DGA, PAG, and healthypeople.gov and other key activities and web sites, including media campaigns and e- marketing.
• Formative and evaluative research, including focus groups, surveys, usability testing and other qualitative research methods
In addition, the current contractor provides support for the development and distribution of publications and related activities in support of Healthy People 2020, health communication/health literacy projects, Dietary Guidelines for Americans, Physical Activity Guidelines, healthfinder.gov, National Action Plans to reduce avoidable patient harms, and other ODPHP programs. Services currently provided include:
• electronic publication development including translation of select publications.
• graphic design and layout support for electronic publications;
• publication order fulfillment (for existing print publication stock).
Anticipated period of performance:
The anticipated base period of performance is twelve (12) months from date of award with 4 option periods.
Other considerations:
The majority of all tasks will be performed in the Rockville, Maryland and Washington, DC areas. However, services may also be needed at locations throughout the United States.
The tasks require a broad skill range across the entire spectrum of employment categories. The division of skill categories is subject to change but currently follows the approximate breakdown below:
Writing/Communications 35%
Web/Information Technology 35%
Marketing and Outreach 20%
Project Management 10%
It is envisioned that the contract will be awarded as a time and materials fixed contract with a not-to-exceed amount.
RESPONSE INFORMATION
Capability statement /information sought
In order to respond to this notice, contractors must be able to clearly convey its experience and/or ability to perform the following tasks identified:
The Contractor must demonstrate experience, expertise, and understanding of activities, issues, and trends related to Internet health information and communication technology as they affect the information and communication activities of ODPHP and NHIC.
The contractor must have knowledge and expertise sufficient to translate and communicate information pertaining to Healthy People 2020, health communication/health literacy, healthfinder.gov, Physical Activity Guidelines, Dietary Guidelines for Americans, other ODPHP programs, and technical information on health promotion and disease prevention, to diversified professional audiences. The contractor must have experience and knowledge regarding health literacy, cultural relevance, and plain language principles in developing audience appropriate communications.
The Contractor must have knowledge and expertise to evaluate and select resources on health promotion, disease prevention, and other consumer health issues for diversified lay and professional audiences.
The Contractor must have knowledge and expertise to develop, manage, evaluate, and continually enhance all ODPHP databases and web sites, including but not limited to database management, dynamic web sitedevelopment, web site usage analysis, Internet indexing and search tools, streaming video and audio production, live Internet ‘chat’, Internet conferencing, listserv, and alternative access methods such as Internet appliances, handheld devices, wireless devices, Internet-capable cellular telephones, and emerging Internet technologies.
The Contractor must have knowledge and expertise Government policies and procedures including the laws and regulations governing accessibility of Federal information to those persons who require assistive technology (the Americans With Disabilities Act and Section 508 of the Rehabilitation Act) and the Federal Information Security Management Act (FISMA) requirements for environments (servers, network) as well as applications (operating system, CMS, program, data, databases).
The Contractor must have knowledge and expertise in communications, including communications research and evaluation, media relations, markets, and public education to promote use of NHIC products and services to target audiences.
Information submission instructions
Each response should include the following business information:
a. Company Name.
b. Company Address.
c. Current GSA Schedules appropriate to this Sources Sought.
d. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.)
e. Company Point of Contact, Phone and Email address
Responses must be submitted electronically no later than 1:00 PM ET on February 25, 2013. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is 15 pages, 12 pt font. Information should be sent to:
Raleigh Tanner, Contracting Officer
Division Acquisition Management
Program Support Center
U.S. Department of Health and Human Services
12501 Ardennes Avenue, Suite 400
Rockville, Maryland 20857
Phone: (301) 443-1857
Facsimile: (301) 443-3849
raleigh.tanner@psc.hhs.gov
GENERAL INFORMATION
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)
Set-Aside: Total Small Business Place of Performance: Contractors location, Rockville, MD and Washington, D. C. area US URL: https://www.fbo.gov/spg/HHS/PSC/DAM/13-233-SOL-00105/listing.html
OutreachSystems Article Number: 130226/PROCURE/0441
Matching Key Words: video*; produc*; website; web; site?; page?; education*; business*; entertain*; production?; distribut*; instruct*;
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 Kevin L Mitchell, Contracting Officer, Phone 817-850-8101, Email kevin.mitchell@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-156AA_GS-07F-157AA $500,000 022213 541-3_541-4B Mirage Advertising, Inc. dba Mirage Marcom, 206 Monroe Street, Monroeville, PA 15146-1704 US
URL: https://www.fbo.gov/notices/ea9d0bc3fe76bc0fb03480f741f0336a
OutreachSystems Article Number: 130223/AWARDS/0595
Matching Key Words: naics!512110;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–Special Purpose Facility Support Services for the U.S. Army Mission Support Battalion (USAMSB), Fort Knox, KY 40121 W9124D13Q5208 031513 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Sources sought for a commercial, performance-based services acquisition (PBSA), which may result in a solicitation being issued for a firm-fixed-price contract with pass through CLINS for materials, travel and training. The USAMSB’s mission is to conduct professional mobile and fixed exhibits, provide multimedia and graphics support, and develop and produce marketing and incentive products to provide quality leads to the US Army accessions effort, enhance public awareness, and connect America’s people with America’s Army. Its capabilities include: mobile exhibit vehicles, interactive semis, Army adventure semis, National Science Center vehicles, Orange County Chopper, National Conventions Division, and fabrication and graphic production.
The purpose of this synopsis is to gain knowledge, interest, capabilities, and relevant experience of existing SBA-certified 8(a) BD Program Participants who can support this requirement as a prime contractor with a phase-in period (e.g., 1 January 2014 – 31 January 2014) and a base period of 1 February 2014 to 31 December 2014 and two, one-year option periods. Normal hours of work: 7:30 AM – 4:15 PM, Monday through Friday, excluding Federal holidays . For example: To provide non-personal services, personnel, supervision, equipment, tools, transportation, and materials, except those specifically provided as government furnished property/equipment (GFP/GFE) to perform specific tasks that may include: producing banners, graphics, small/large and multi-dimensional exhibits (traveling and fixed to include a tractor-trailer fleet), multimedia presentations, award plaques/incentive items and photographic requirements. Contractor personnel may be required to perform pre-approved travel during contract period in accordance with FAR 31.205-46, Travel Costs and the Joint Travel Regulations (JTR). The requirement would be subject to the Department of Labor’s Service Contract Act (http://www.wdol.gov/). The current Wage Determination (WD) for Fort Knox, KY is WD 2005-2223, REV No. 14, 06/13/2012.
An interested party must be a current SBA-certified 8(a) BD Program Participant and should submit its information via e-mail to Teresa Simpson, Contract Specialist less than teresa.a.simpson.civ@mail.mil greater than no later than 5 PM (EDT–Fort Knox Time), Friday, 15 March 2013.
Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments:
1. Company name (i.e., legal name to include DBA), physical address, point of contact/title, e-mail address, telephone number, and Contractor and Government Entity (CAGE) Code, as registered within the System for Award Management (SAM). To update existing data or create a SAM record, go to https://www.sam.gov.
2. Company Capabilities. Interested parties should demonstrate their ability to provide Services as described above. Submission must include not only management approaches, staffing/organizational resources (i.e., key personnel) and quality control processes, but also relevant experience demonstrating its ability to provide performance-based Design/Production/Fabrication Services similar in size, scope and/or complexity. Only Services experience between 1 October 2009 and the present will be considered relevant. The following relevant experience data should be provided within an MS WORD table for each item submitted: Contract/Order Number; NAICS Code; Award Date; Performance Period; Contract Type; Original Award Amount; Award Amount as of 12/31/2012; Customer’s Name; Issuing Agency; Issuing Agency’s Procuring Contracting Officer (PCO) or Administrative Contracting Officer (ACO) with full name, e-mail address, and telephone number; Brief Description of Performance-based Services.
3. If the interested party is a prime contractor under a GSA Schedule Contract or a DoD Enterprise Contract, include the complete contract number/order, NAICS Code, and if applicable the GSA SCHEDULE # with Special Item Number (SIN).
Current contract number is W9124D-09-C-0005 (Denmar Services, Inc.).
Questions regarding this sources sought synopsis may be sent to Teresa Simpson less than teresa.a.simpson.civ@mail.mil greater than on or before 5 PM (EST–Fort Knox time), Thursday,
28 February 2013. Mail, facsimile, telephonic, and verbal inquiries will not be accepted or answered.
This sources sought synopsis neither constitutes a Request for Proposal or an Invitation for Bid nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose.
Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/c15bb6cf51287c9405d7b246e8cfc8e1
OutreachSystems Article Number: 130222/PROCURE/0595
Matching Key Words: age:state!ky; state!ky;
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue Suite 400 Rockville MD 20857
R — WEB AND COMMUNICATIONS SUPPORT 13-233-SOL-00105 022513 Raleigh Tanner, CONTRACTING OFFICER, Phone 301-443-2475, Fax 301-443-3849, Emai raleigh.tanner@psc.hhs.gov This SOURCES SOUGHT NOTICE is to determine the availability of potential small businesses (e.g., service-disabled veteran owned small business, HUBZone Small Business, 8 (a) small disadvantaged business, veteran owned small business, and women-owned small business) that can provide web and communications support services to the Office of Disease Prevention and Health Promotion (ODPHP) at HHS. The primary objective of the requirement is to provide services and deliverables in support of:
• Communications and content development for ODPHP initiatives;
• Web site development and management for three major sites;
• Outreach for and marketing of the three major sites and other selected activities; and
• Information and referral services, including mail, e-mail, and telephone response
The majority of the requirements are for long-term activities that will support communication and outreach-related functions for the office.
The information from this market research will help ODPHP, plan their acquisition strategy. The Government anticipates a contract award for this project on or before August 30, 2013. The appropriate NAICS code is 519130 (Internet Publishing and Broadcasting and Web Search Portals.
THIS IS STRICTLY MARKET RESEARCH. ODPHP WILL NOT ENTERTAIN QUESTIONS REGARDING THIS MARKET RESEARCH.
Background:
The Office of Disease Prevention and Health Promotion, established by the National Consumer Health Information and Health Promotion Act of 1976 (Section 1706 of the PHS Act as amended) and continued under the “Omnibus Health Act of 1988,” was mandated a number of responsibilities, including participation in policy development; oversight and coordination of HHS activities in disease prevention and health promotion; identification of unmet needs related to health information and disease prevention and development of resources to meet such needs; and dissemination of health information.
Among its other charges, the Office of Disease Prevention and Health Promotion was specifically directed to:
“…establish a national information clearinghouse to facilitate the exchange of information concerning matters relating to health information and health promotion, preventive health services, and education in the appropriate use of health care, to facilitate access to such information, and to assist in the analysis of issues and problems relating to such matters.”
The National Health Information Clearinghouse was established in 1979 to address the issues listed above and has operated continuously since then. It is now called the National Health Information Center (NHIC).
In addition to NHIC, ODPHP also has responsibility for managing the development and implementation of national objectives for health promotion and disease prevention. ODPHP currently manages the Healthy People 2020 initiative, with specific oversight of the Health Communication/Health Information Technology Topic Area; Dietary Guidelines for Americans; Physical Activity Guidelines; healthfinder.gov; and health communication/health literacy and plain language projects; developing Action Plans to reduce avoidable patient harms; and other ODPHP programs.
Purpose and Objectives:
The services to be acquired are to support the continuing operation of National Health Information Center (NHIC) as well as communications and outreach for all of the ODPHP initiatives. This includes maintenance, updating, evaluation, and promotion of its information and referral services, web site development and management, communications and content development (with a specific focus on health literacy and plain language) and outreach and marketing (with a specific focus on social media).
Project requirements:
The Contractor shall provide support services to accomplish tasks as specified under task orders issued under the contract, including:
• Web site development and maintenance for key web sites:
o http://www.healthfinder.gov, consumer health information website
o http://www.healthypeople.gov, national health objectives website
o http://www.health.gov, includes several ODPHP-sponsored initiatives, Dietary Guidelines, Physical Activity Guidelines, and health literacy
o odphp.hhs.gov, ODPHP’s own organizational web site, featuring important publications, activities, and announcements
• A toll-free telephone service with an automated answering system that provides a menu of choices and an inquiry and referral service staffed by information specialists that refers callers to the most appropriate resource and a supporting reference database to track resources.
• Development and maintenance of content in databases that support the healthfinder web site and other key sites as well as an internal NHIC application that supports the information specialists answering the toll-free telephone line.
• The development, management, and maintenance of healthypeople.gov, its content, databases, and its interactive features.
• Outreach and marketing communications activities for healthfinder, DGA, PAG, and healthypeople.gov and other key activities and web sites, including media campaigns and e- marketing.
• Formative and evaluative research, including focus groups, surveys, usability testing and other qualitative research methods
In addition, the current contractor provides support for the development and distribution of publications and related activities in support of Healthy People 2020, health communication/health literacy projects, Dietary Guidelines for Americans, Physical Activity Guidelines, healthfinder.gov, National Action Plans to reduce avoidable patient harms, and other ODPHP programs. Services currently provided include:
• electronic publication development including translation of select publications.
• graphic design and layout support for electronic publications;
• publication order fulfillment (for existing print publication stock).
Anticipated period of performance:
The anticipated base period of performance is twelve (12) months from date of award with 4 option periods.
Other considerations:
The majority of all tasks will be performed in the Rockville, Maryland and Washington, DC areas. However, services may also be needed at locations throughout the United States.
The tasks require a broad skill range across the entire spectrum of employment categories. The division of skill categories is subject to change but currently follows the approximate breakdown below:
Writing/Communications 35%
Web/Information Technology 35%
Marketing and Outreach 20%
Project Management 10%
It is envisioned that the contract will be awarded as a time and materials fixed contract with a not-to-exceed amount.
RESPONSE INFORMATION
Capability statement /information sought
In order to respond to this notice, contractors must be able to clearly convey its experience and/or ability to perform the following tasks identified:
The Contractor must demonstrate experience, expertise, and understanding of activities, issues, and trends related to Internet health information and communication technology as they affect the information and communication activities of ODPHP and NHIC.
The contractor must have knowledge and expertise sufficient to translate and communicate information pertaining to Healthy People 2020, health communication/health literacy, healthfinder.gov, Physical Activity Guidelines, Dietary Guidelines for Americans, other ODPHP programs, and technical information on health promotion and disease prevention, to diversified professional audiences. The contractor must have experience and knowledge regarding health literacy, cultural relevance, and plain language principles in developing audience appropriate communications.
The Contractor must have knowledge and expertise to evaluate and select resources on health promotion, disease prevention, and other consumer health issues for diversified lay and professional audiences.
The Contractor must have knowledge and expertise to develop, manage, evaluate, and continually enhance all ODPHP databases and web sites, including but not limited to database management, dynamic web sitedevelopment, web site usage analysis, Internet indexing and search tools, streaming video and audio production, live Internet ‘chat’, Internet conferencing, listserv, and alternative access methods such as Internet appliances, handheld devices, wireless devices, Internet-capable cellular telephones, and emerging Internet technologies.
The Contractor must have knowledge and expertise Government policies and procedures including the laws and regulations governing accessibility of Federal information to those persons who require assistive technology (the Americans With Disabilities Act and Section 508 of the Rehabilitation Act) and the Federal Information Security Management Act (FISMA) requirements for environments (servers, network) as well as applications (operating system, CMS, program, data, databases).
The Contractor must have knowledge and expertise in communications, including communications research and evaluation, media relations, markets, and public education to promote use of NHIC products and services to target audiences.
Information submission instructions
Each response should include the following business information:
a. Company Name.
b. Company Address.
c. Current GSA Schedules appropriate to this Sources Sought.
d. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.)
e. Company Point of Contact, Phone and Email address
Responses must be submitted electronically no later than 1:00 PM ET on February 25, 2013. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is 15 pages, 12 pt font. Information should be sent to:
Raleigh Tanner, Contracting Officer
Division Acquisition Management
Program Support Center
U.S. Department of Health and Human Services
12501 Ardennes Avenue, Suite 400
Rockville, Maryland 20857
Phone: (301) 443-1857
Facsimile: (301) 443-3849
raleigh.tanner@hhs.gov
GENERAL INFORMATION
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)
Set-Aside: Total Small Business Place of Performance: Contractors location, Rockville, MD and Washington, D. C. area US URL: https://www.fbo.gov/spg/HHS/PSC/DAM/13-233-SOL-00105/listing.html
OutreachSystems Article Number: 130220/PROCURE/0579
Matching Key Words: video*; produc*; website; web; site?; page?; education*; business*; entertain*; production?; distribut*; instruct*;
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 Rose R Tucker, Contracting Officer, Phone 817-850-8140, Fax 817-574-2342, Email rose.tucker@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0532Y $125,000 091312 541-4B Video One Productions, Inc., 1820 W Webster Ave STE 201, Chicago, IL 60614 US
URL: https://www.fbo.gov/notices/3c9ab18f96cd16daba0a9292f7f43243
OutreachSystems Article Number: 130219/AWARDS/0049
Matching Key Words: video*; produc*; production?; naics!512110;
FedBizOps – Awards
Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
R–Large Caliber Support Services W15QKN13R0010 Margaret Heyrich, 973-724-3871 ACC – New Jersey W15QKN13C0036 $638,772.55 022813 0001 and 000601 FASTTRACK TECHNOLOGIES, INC (008867785)
540 CEDAR DR
RADCLIFF, KY 40160-9309 Large Caliber Support Services
Base Year and 4 Option years
Award amount $638,772.55
Total contract value is $3,219,281.08
URL: https://www.fbo.gov/notices/d31b432b245065e2a5f6bec88e98baf1
OutreachSystems Article Number: 130301/AWARDS/0893
Matching Key Words: state!ky;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, BLD 9810 Lee Rd, Fort Jackson, SC 29207
R–Interpreting Services W912C6-10275621 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W912C6-13-P-0045 $41,200.00 022813 ALL SWORN TESTIMONY, PLLC [DUNS: 611858577],2404 DOUBLETREE CT,LEXINGTON KY 40514-1465 No Description Provided
URL: https://www.fbo.gov/notices/52132612b25c516ccb27ad6dcf7b33a7
OutreachSystems Article Number: 130301/AWARDS/0900
Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, ACC – Rock Island – C3 (ACC-RI-C3), ARMY CONTRACTING COMMAND – RI-C3, BLDG 60 RODMAN AVENUE
R–SUPPORT- PROFESSIONAL: OPERATIONS RESEARCH/QUANTITATIVE ANALYSIS MARY B. FORD,(309)782-2723 or JANET JACKSON,(309)782-4805 ARMY CONTRACTING COMMAND – RI-C3 W560MY13C0002 $4,437,292.98 022713 0002AR LINC GOVERNMENT SERVICES, LLC,101 WALTON WAY,HOPKINSVILLE,KY,42240-4929 No Description Provided
URL: https://www.fbo.gov/notices/ba855ec3807f1b9610e1c65a33da8f65
OutreachSystems Article Number: 130228/AWARDS/0716
Matching Key Words: state!ky;
FedBizOps – 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 Con QRP13-0009a 030113 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, QRP Manager, Phone 502-624-5026, 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 5 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 or Sandra McGhee at Sandra.m.mcghee2.naf@mail.mil by email or fax # 502-624-5672. Respond due date is 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions. All bids are welcome.
The contract performance location is at Building 94 Dixie St. Fort Knox, Ky 40121.
Thank you,
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Daniel Pearman
Program Manager
Place of Performance: 94 Dixie St Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP13-0009a/listing.html
OutreachSystems Article Number: 130226/SURPLUS/0662
Matching Key Words: state!ky;
Other Federal Procurements
American Public Transportation Association http://apta.com/passengertransport/Pages/classifieds.aspx American Public Transportation Association;1666 K Street, NW Suite 1100; Washington, DC 20006;Phone: (202) 496-4800
R — Transit Authority of River City – RFP SOL Notice is hereby given that the Transit Authority of River City (TARC) is requesting proposals for: ELECTRIC BUS PROCUREMENT. Copies of this Request For Proposals are available from the Transit Authority of River City (TARC), Purchasing Department, 1000 West Broadway, Louisville, KY 40203-2031 by contacting Leo P. Wilbert Jr., Contract Coordinator/Buyer, at the above address, by phone (502) 213-3204, or by e-mail at lwilbert@ridetarc.org . All proposals shall be submitted in accordance with the requirements set forth in the RFP and shall be received in the office of J. Barry Barker, Executive Director, TARC, 1000 W. Broadway, Louisville, KY 40203-2031 before 3:00 p.m. Eastern Daylight Savings Time, Thursday, May 16, 2013. All late bids will be returned unopened. A non-mandatory Pre-Proposal Conference will be held for this solicitation Tuesday, March 12, 2013 at 10:00 a.m., Eastern Daylight Savings Time, in TARC?s Boardroom located on the second floor of Union Station, 1000 West Broadway, Louisville, KY 40203-2031. TARC hereby notifies all proposers that in regard to any contract entered into pursuant to the RFP, advertisement, or solicitation, Disadvantaged Business Enterprises will be afforded full opportunity to submit proposals and no one will be subjected to discrimination on the basis of race, color, creed, religion, sex, disability, age, or national origin in consideration for an award. TARC reserves the right to postpone, accept or reject any and all proposals, and to waive any informality in the RFP process as TARC deems in its own best interest. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130223/SMALL/2936
Matching Key Words: state!ky;
American Public Transportation Association http://apta.com/passengertransport/Pages/classifieds.aspx American Public Transportation Association;1666 K Street, NW Suite 1100; Washington, DC 20006;Phone: (202) 496-4800
R — Transit Authority of Lexington, Kentucky – RFP SOL Notice is hereby given that the Transit Authority of Lexington, Kentucky (Lextran) is requesting proposals from firms for the purchase of uniforms. Copies of the Request for Proposals are available from the office of Keith Srutowski, Lextran, 109 West Loudon Avenue, Lexington, Kentucky 40508; (859) 255?7756 ext 408. Email requests for electronic copies of the RFPs should be made to KSrutowski@Lextran.com . All proposals must be submitted in accordance with requirements set forth in the RFPs and must be received in the Lextran offices at 109 West Loudon Avenue, Lexington, KY 40508 by or before 3:00 PM local time, on April 10, 2013. There will be a pre-proposal conference held at the Lextran Training Center at 105 Spruce Street, Lexington, KY 40507 at 1:00 PM on Tuesday, March 12, 2013. Lextran hereby notifies all proposers that in regard to any contract entered into pursuant to this RFP, advertisement or solicitation, disadvantaged business enterprises will be afforded full opportunity to submit proposals and no one will be subjected to discrimination on the basis of race, color, creed, religion, sex, disability, age, or national origin in consideration for an award. Lextran reserves the right to postpone, accept or reject any and all proposals and to waive any informality in the RFP process as Lextran deems in its own best interest. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130223/SMALL/2942
Matching Key Words: state!ky;
Other Federal Procurements (small)
NASA http://prod.nais.nasa.gov/cgi-bin/eps/syn_search.cgi NASA Acquisition Internet Service. Procurement points-of-contact can be located on each center’s procurement home page:http://prod.nais.nasa.gov/cgi-bin/nais/nasaproc.cgi. Additional address information is also provided within the solicitation.
T — FIBER OPTIC VIDEO DISTRIBUTION SYSTEM; SOL: NNA13465371LClass SOL NNA13465371L FIBER OPTIC VIDEO DISTRIBUTION SYSTEM; SOL: NNA13465371LClassification: 59; NAICS Code: 334310; Posted Date: 2013-02-27 18:09:54 — Host Center: Ames Research Center For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130228/SMALL/8015
Matching Key Words: video*; distribut*;
USABID State and Local Purchases
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Hearing Officer RFP : 1300000277 Executive Branch Ethic SOL Hearing Officer RFP : 1300000277 Executive Branch Ethics Commission Request for Proposals(RFP) Published On : 2/28/13 Amended On : Closing On : 3/15/13 12:00 PM EDT Time Left: 14 Days, 00:16:51 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130302/BID/0004
Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
99 – RFP KSP Citation Interface SOL RFP-3014-0-2013/LS RFP KSP Citation Interface For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130302/BID/0492
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
R – Dining Services Contract Management Request for Information (RFI SOL UK-1238-13 Dining Services Contract Management Request for Information (RFI)Attachment A-Envison Strategies Dining Services Master PlanAttachment B-Dining Service UnitsAttachment C-Dining Site Square FootageAttachment D-Dining Floor PlansAttachment E-Catering DashboardAttachment F-Three Year Dining Revenues Addendum 1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130302/BID/0493
Matching Key Words: age:state!ky; state!ky;
Wisconsin – Public Notices http://publicnotices.wi.gov/Notices.asp?menu=1 101 E Wilson St., Madison WI 53703, 608-266-2605
T – Printing and binding of “The Documentary History of the Ratifica SOL Printing and binding of “The Documentary History of the Ratification of the Constitution, Ratification by the States Vol. XXVI (Rhode Island, No.3) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130301/BID/0890
Matching Key Words: documentar*;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
T – Sponsorship – Logos for Golf Carts – Dept. of Parks RFP : 13000 SOL Sponsorship – Logos for Golf Carts – Dept. of Parks RFP : 1300000267 Kentucky Department Of Parks Request for Proposals(RFP) Published On : 2/26/13 Amended On : Closing On : 3/26/13 11:00 AM EDT Time Left: 26 Days, 23:22:46 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130228/BID/0018
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
99 – RFB-148-13 Signage for Workforce Development RFB : 1300000728 SOL RFB-148-13 Signage for Workforce Development RFB : 1300000728 Facilities & Support Services Construction Request for Bids(RFB) Published On : 2/26/13 Amended On : Closing On : 3/6/13 2:00 PM EST Time Left: 7 Days, 02:18:24 Intent Posted On For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130228/BID/0028
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
76 – SNAP Ed Promotional ItemsAttachment A (Revised)Addendum 1Addendu SOL K-0669-13 SNAP Ed Promotional ItemsAttachment A (Revised)Addendum 1Addendum 2 (Revised) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130228/BID/0410
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
R – Project # 2365.0Demolish Haggin Hall and K-LairPlans Available f SOL CCK-1861-13 Project # 2365.0Demolish Haggin Hall and K-LairPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130228/BID/0412
Matching Key Words: age:state!ky; state!ky;
District of Columbia – Events DC https://wcsapex.com/bso/external/publicBids.sdo Washington DC Convention and Sports Authority
T – Photography and Video Production Services SOL 13-S-022-178 Photography and Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130227/BID/0180
Matching Key Words: video*; produc*; production?;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
R – Interpretation Services SOL IFB-3011-0-2013/KBM Interpretation Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130227/BID/0271
Matching Key Words: age:state!ky; state!ky;
Michigan – State of Michigan http://www.govbids.com/scripts/Bid4Michigan/public/OpenBids/ViewSolicitations.asp Serving the purchasing needs of more than 350 state departments, community colleges, and school districts across the state of Michigan.
T – Portable Video Production Rig SOL Portable Video Production Rig For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130226/BID/0410
Matching Key Words: video*; produc*; production?;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
99 – Price Contract for Laboratory Technical Director SOL IFB-3010-0-2013/MBB Price Contract for Laboratory Technical Director For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130224/BID/0043
Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
T – Printing of Newsletters SOL RFP-3009-0-2013/KBM Printing of Newsletters For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130223/BID/0320
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Irish Classic 10K – EP Tom Sawyer State Park – Sponsorship RFP : SOL Irish Classic 10K – EP Tom Sawyer State Park – Sponsorship RFP : 1300000171 Kentucky Department Of Parks Request for Proposals(RFP) Published On : 2/19/13 Amended On : Closing On : 2/25/13 2:00 AM EST Time Left: 4 Days, 14:04:28 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130221/BID/0013
Matching Key Words: age:state!ky; state!ky;
District of Columbia – Events DC https://wcsapex.com/bso/external/publicBids.sdo Washington DC Convention and Sports Authority
T – Video Production Upgrades for RFK Stadium SOL 13-S-022-181 Video Production Upgrades for RFK Stadium For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130221/BID/0224
Matching Key Words: video*; produc*; production?;
Washington – City of Tacoma http://www.cityoftacoma.org/Page.aspx?hid=2430 Mailing Address: P.O. Box 11007, Tacoma, WA 98411-0007 Physical Address: 3628 South 35th Street, Tacoma, WA 98409 Phone: (253) 502-8468 Fax: (253) 502-8372 Office Hours: 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding holidays. E-Mail (Main): bids@cityoftacoma.org Web Address: www.TacomaPurchasing.org
99 – AVID NON-LINEAR VIDEO EDITING SYSTEM SOL CM13-0125N AVID NON-LINEAR VIDEO EDITING SYSTEM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130221/BID/0916
Matching Key Words: video*; edit*;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Disability Doctors – Physicians, Psychologist/Psychiatrist RFP : SOL Disability Doctors – Physicians, Psychologist/Psychiatrist RFP : 1300000227 Department for Income Support Request for Proposals(RFP) Published On : 2/18/13 Amended On : Closing On : 3/11/13 3:30 PM EDT Time Left: 20 Days, 04:14:25 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130220/BID/0062
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – FY13 Distance Learning Spanish Content Editor RFP : 1300000261 SOL FY13 Distance Learning Spanish Content Editor RFP : 1300000261 Kentucky Educational Television Request for Proposals(RFP) Published On : 2/18/13 Amended On : Closing On : 2/28/13 4:30 PM EST Time Left: 9 Days, 04:49:24 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130220/BID/0065
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – KYDJJ PREA Training and Technical Assistance Project RFP : 1300 SOL KYDJJ PREA Training and Technical Assistance Project RFP : 1300000257 Department Of Juvenile Justice Pro Services Request for Proposals(RFP) Published On : 2/15/13 Amended On : Closing On : 2/25/13 4:00 PM EST Time Left: 6 Days, 04:17:56 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130220/BID/0068
Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
U – Development & Implementation of Operating Program for Louisville SOL RFP-3006-0-2013/TN Development & Implementation of Operating Program for Louisville Zoo Train For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130220/BID/0341
Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
R – Price Contract for Bond Counsel Services SOL RFP-3007-0-2013/MBB Price Contract for Bond Counsel Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130220/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
76 – SNAP Ed Promotional ItemsAttachment A Addendum 1 SOL K-0669-13 SNAP Ed Promotional ItemsAttachment A Addendum 1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130219/BID/0103
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
R – Dining Services Contract Management Request for Information (RFI SOL UK-1238-13 Dining Services Contract Management Request for Information (RFI)Attachment A-Envison Strategies Dining Services Master PlanAttachment B-Dining Service UnitsAttachment C-Dining Site Square FootageAttachment D-Dining Floor PlansAttachment E-Catering DashboardAttachment F-Three Year Dining Revenues For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130217/BID/0171
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 UpgradesAddendum #1Attachment Addendum #2Plans SOL CCK-1858-13 MC6599 UKGS AHU2 UpgradesAddendum #1Attachment Addendum #2Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130217/BID/0172
Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Related articles
- U.S. Department of Defense Contract Awards for February 27, 2013 (veteranstoday.com)
- Whistle-blower suit claimed Navy kickbacks in 2006 (news.yahoo.com)
- Whistle-blower suit claimed Navy kickbacks in 2006 (cnsnews.com)
- Chesapeake pastor arrested, charged with soliciting a child using a computer (wtkr.com)
- Deep military cuts begin as spending decisions lag (thenewstribune.com)
- USO Wounded Warrior family center at Fort Belvoir (wjla.com)
- Representatives sign Armed Forces Community Covenant (dvidshub.net)
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]