Business and Career Opportunities Bids and Purchases

March 14, 2013

Business / Career

FedBizOps – Procurement

Department of Agriculture, Forest Service, WO-AQM JC Support, 740 Simms Street Job Corps Acquisition Support Branch Golden CO 80401

U — Welding Instructor Service, Pine Knot Job Corps Center AG-82A7-S-13-0032 050113 Jenney Rockman, Contract Specialist, Phone 3032755781, Email jlrockman@fs.fed.us – Donald R Watson, Contract Specialist, Phone 3032755158, Email drwatson02@fs.fed.us The USDA Forest Service has a requirement for Welding120px-USDA_logo Instructor Services at Pink Knot Job Corps Center at Pine Knot, Kentucky. The Contractor for the anticipated contract shall provide Welding Instructor Services by implementing the DOL approved Welding Instruction Program to provide the necessary instruction for students to obtain the Technical Diploma available under the program and also assist with job placement of students.
This requirement is advertised in accordance with the Acquisition of Commercial Items, Federal Acquisition Regulations (FAR) Part 12.
All proposal requirements are included in the solicitation, which shall be posted on the FedBizOpps website for downloading when the RFP is issued.

Additional Information:

The applicable Contracting Office for this action will be the WO AQM Job Corps Support Branch, 740 Simms St., Golden CO 80401.

NOTE: The Contracting Office is not located near the Place of Performance (Pine Knot, Kentucky).

The Government intends to establish a single firm-fixed price award as a result of this solicitation. Any contract established will be with the Offeror whose quote complies with the RFQ instructions and whose quote represents the best value to the Government, price and other factors considered as outlined in the solicitation.

A Request for Proposals (RFP) will be issued by this office to meet this requirement. The anticipated date the solicitation will be issued on or about is Wednesday, March 20th, 2013. However, this date may change and it is advised that all interested parties check frequently for a possible change to this date.

All responsible sources may submit a proposal which shall be considered by the agency.

Place of Performance: Pine Knot Job Corps Center 132 Job Corps Road Pine Knot, KY 42635 US URL: https://www.fbo.gov/notices/91d18b498537e72edd02318d5544fd28
OutreachSystems Article Number: 130314/PROCURE/0115
Matching Key Words: state!ky; 


600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, USPFO for Montana, USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789

99–State Family Readiness and Volunteer Workshop W9124V-13-T-0010 032413 David Kilbourne, 406 324 3404 USPFO for Montana MONTANA ARMY NATIONAL GUARD
REQUEST FOR QUOTATION
W9124V-13-T-0010

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, Effective 28 FEB 2013. This procurement is a SBA Small Business Set Aside. The vendor must state in their quotation their business size for this procurement. USPFO Montana has a Firm Fixed Price requirement for a vendor to provide a weekend-long workshop for approximately 160 people. The location of this event will take place in the Missoula Montana area with a distance not to exceed 5 miles. Offers may be submitted by hard copy to the USPFO for Montana, ATTN: 2LT David Kilbourne, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, or by email to david.kilbourne@us.army.mil. All offers must be submitted no later than 24 March 2013 by 5:00 P.M. Mountain Standard Time. Facsimile offers will not be accepted.

STATEMENT OF WORK

7th Annual State Family Readiness and Volunteer Workshop
EVENT DATES: 19-21 April 2013

1: HOTEL AND LODGING REQUIREMENTS:
1.1 Must have full service facilities, to include dining and catering capabilities.
1.2 Hotel will not be undergoing renovations during conference dates.
1.3 Must provide quote to contracting officer with detailed breakdown: noting all costs for lodging, food for each meal (cost by individual), audio visual charges and meeting room fees, etc.
1.4 Accommodations available for physically handicapped if needed
1.5 Hotel rooming list will be supplied no later than one (1) week prior to event with final list furnished no later than three (3) days prior to the event

Friday April 19th:
65 double occupancy rooms with queen beds
1 suite with open space for childcare ages 0-5

Saturday April 20th
65 double occupancy rooms with queen beds
1 suite with open space for childcare ages 0-5 – requesting late turn in on Sunday for this room only. Approximately 3:00 P.M. turn in.

2: CONFERENCE ROOMS AND AUDIO VISUAL
2.1 All meeting rooms must have Projector Screen to show power point slides/video, Speaker System, Microphone and Audio Video Cart to connect to hotel audio system.
2.2 Room holding Dinner Buffet needs to be equipped with podium, stage, microphone, speaker system, projector screen, and audio visual cart with hookups.
2.3 Water shall be provided for each meeting space all day for Saturday and Sunday.
2.4 Five meeting Rooms will be needed for this event. The breakout is as follows:

Friday April 19th:
Area needed for registration tables and Friday night social.

Saturday April 20th:
One large room needed to hold 110 people with tables to be set up classroom style for general session. Will need to be converted into Dining Area on Saturday Night for Dinner with seating for 160 people.
One room for breakout session to hold 50 people set up classroom style.
One room for breakout session to hold 40 people set up classroom style.
One room for breakout session to hold 25 people classroom style.
One boardroom for storage, gathering, and meeting area for staff.

Sunday April 21st :
One large room needed to hold 110 people with tables to be set up classroom style for general session.
One room for breakout session to hold 50 people set up classroom style.
One room for breakout session to hold 40 people set up classroom style.
One room for breakout session to hold 25 people classroom style.
One boardroom for storage, gathering, and meeting area for staff

3: FOOD SERVICES/CATERING
3.1 The following meals will be required. Listed meals are a guideline and should be of the same nature, caloric, and nutritional value as listed below. Vendors are encouraged to submit meals which align with their expertise.

Breakfast Saturday April 20th starting at 6:30 A.M. for 120 adults and 15 children:
Buffet with:
Scrambled eggs,
French toast,
bacon,
fruit
country potatoes
Orange juice
Apple juice
Caffeinated and Decaf Coffee
Hot Tea
Water
Children friendly food

Lunch Saturday April 20th starting at 12 Noon for 120 adults and 15 children:
Buffet with:
ham,
beef,
turkey and cheese with assorted bread,
green salad,
potato salad,
chips and condiments
Peanut butter and Jelly sandwiches for toddlers
Iced Tea
Children friendly food

Dinner Saturday April 20th from 6:00 P.M. to 10:00 P.M. for 145 adults and 15 children:
Buffet with:
Chicken
Beef
Potato
Salad
Rolls
Dessert
Iced Tea
Caffeinated and Decaf Coffee
Water
Children friendly food

Breakfast Sunday April 21st starting at 6:30 A.M. for 120 adults and 15 children:
Buffet with:
Scrambled eggs,
Pancakes,
Sausage,
fruit
country potatoes
Orange juice
Apple juice
Caffeinated and Decaf Coffee
Hot Tea
Water
Children friendly food

3.2 Gratuity is not authorized to be paid as a separate cost from the meal price.

4: ADDITIONAL REQUIREMENTS
4.1 All parking fees shall be inclusive in rate of room
4.2 The attendee /traveler/ service member who reserves a room for the event will be responsible for all incidental expenses, room service, telephone calls, movie and game rentals, restaurant invoices, etc. These costs will be the sole responsibility of the individual attendee, and shall be billed to the individual’s personal credit card account provided during check-in

5: Method of Payment
5.1 Vendor must invoice through Wide Area Workflow for payment

******Note******
Vendor must request how many days advance notice, if required, are needed for lodging and meal counts if other than stated in previous sections. Must not be more than fifteen (15) days for lodging and no more than seven (7) days for meals prior to event start date. All attempts to give advance notice to hotel of participant names and meal counts for contracted events will be made.

Instructions to Offerors

Offerors shall provide a firm, fixed price for the following seven (7) items only. Pricing for these seven items will be used to establish price reasonableness and perform price analysis in accordance with the evaluation criteria established in 52.212-2.

CLIN DESCRIPTION QUANTITY U/M PRICE

0001 Lodging double occupancy queen 130 rooms EA ________

0002 Breakout Rooms/ Meeting Space 5 rooms EA ________

0003 Saturday Breakfast 135 EA ________

0004 Saturday Lunch 135 EA ________

0005 Saturday Dinner 160 EA ________

0006 Sunday Breakfast 135 EA ________

0007 Lodging Suite 21 rooms EA ________

Total ______________
Award will be made with one lump sum CLIN consisting of the total offered price.

Instructions to Offerors — Commercial Items (Feb 2012)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 721110 with a size standard of $30.0 Million.
(b) Submission of offers. Submit signed and dated offers to the office or email specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show —
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) quote mark Remit to quote mark address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is quote mark late quote mark and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–
GSA Federal Supply Service Specifications Section
Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites–
(i) ASSIST ( http://assist.daps.dla.mil ).
(ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ )
(iii) ASSISTdocs.com ( http://assistdocs.com ).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation quote mark DUNS quote mark or quote mark DUNS+4 quote mark followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

52.212-2, Evaluation– Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Acceptability. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. If services from offerors are found to be technically equivalent, price will be the determining factor.

The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition:

52.204-7 Central Contract Registration FEB 2011
52.212-3 ALT I Offeror Representations and Certifications–Commercial Items APR 2011
52.212-4 Contract Terms and Conditions–Commercial Items JUN 2010
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (Deviation) MAR 2012
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JAN 2011
52.219-28 Post-Award Small Business Program Representation APR 2009
52.222-21 Prohibition of Segregated Facilities FEB 1999
52.222-3 Convict Labor JUN 2003
52.222-19 Child Labor – Cooperation with Authorities and Remedies FEB 2008
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 JUN 1998
52.222-50 Combating Trafficking in Persons AUG 2007
52.223-5 Pollution Prevention and Right to Know Information MAY 2011
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Diving AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.228-5 Insurance-Work on a Government Installation JAN 1997
52.232-18 Availability of Funds APR 1984
52.232-33 Payment by Electronic Funds Transfer–Central Contractor Registration OCT 2003
52.233-2 Service of Protest SEP 2006
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.237-2 Protection of Government Buildings, Equipment and Vegetation OCT 1995
52.252-2 Clauses Incorporated by Reference FEB 1998
252.201-7000 Contracting Officer’s Representative AUG 1992
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Whistleblower Rights
252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997
252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008
252.223-7006
252.225-7001 Buy American Act-Balance of Payments Program Certificate JUN 2005
252.232-7010 Levies on Contract Payments DEC 2006
252.243-7002 Requests for Equitable Adjustment MAR 1998

You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation.

Set-Aside: Total Small Business Place of Performance: USPFO for Montana P.O. Box 4789, Helena MT 59604-4789 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-13-T-0010/listing.html
OutreachSystems Article Number: 130314/PROCURE/0492
Matching Key Words: documentar*; 


Department of Transportation, Federal Aviation Administration (FAA), Southern Region, FEDERAL AVIATION ADMINISTRATION, AAQ-510 EN – Eastern Service Area (Atlanta, GA)

R — MARKET SURVEY CAPABILITY ASSESSMENT FOR EMERGENCY RESPONSE ENVIRONMENTAL SERVICES multiple locations throughout the FAAFAA_Logo Eastern, Southern, New England Service Area and Offshore facilities. 13447 032113 Michael Hollis, michael.hollis@faa.gov, Phone: 404-305-5298 Click here to email Michael Hollis AMENDMENDT 0001
The purpose of this amendment is to make the following change(s) or add additional information.
NACIS Code as reads 541620, Environmental Consulting Services should reads 562910, Environmental Remediation Services.
For purposes of classifying a Government procurement as Environmental Remediation Services, the general purpose of the procurement must be to restore or directly support the restoration of a contaminated environment. This includes activities such as preliminary assessment, site inspection, testing, remedial investigation, feasibility studies, remedial design, remediation services, containment, and removal of contaminated materials or security and site closeouts. The general purpose of the procurement need not necessarily include remedial actions. Also, the procurement must be composed of activities in three or more separate industries with separate NAICS codes or, in some instances (e.g., engineering), smaller sub-components of NAICS codes with separate and distinct size standards. These activities may include, but are not limited to separate activities in industries such as: Heavy Construction; Special Trade Contractors; Engineering Services; Architectural Services; Management Consulting Services; Hazardous and Other Waste Collection; Remediation Services; Testing Laboratories; and Research and Development in the Physical, Engineering, and Life Sciences. If any activity in the procurement can be identified with a separate NAICS code, or component of a code with a separate distinct size standard, and that industry accounts for 50 percent or more of the value of the entire procurement, then the proper size standard is the one for the particular industry, and not the Environmental Remediation Service size standard.
************************************************************
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED (Preferred) TO THE CONTRACT SPECIALIST. CONTACT INFORMATION BELOW.
This is a Market Survey for Emergency Response Environmental Services. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals at this time.
The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor’s expense.
The FAA is seeking competent small business contractors interested in providing offers for a Multiple, Indefinite Delivery Indefinite Quantity (IDIQ) type Time-and Materials and Labor-Hour contract. This is not a Screening Information Request (SIR) or Request for Proposal (RFP).
Background: Emergency Response Environmental Services support is required for FAA projects throughout the FAA Southern, Eastern & New England Regions. The Southern Region (Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee, Puerto Rico, the US Virgin Islands, and Bahamas. The Eastern Region Area includes Delaware, Maryland, New Jersey, New York, Pennsylvania, Virginia, and West Virginia. The New England Region Area includes Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island and Vermont. Offshore facilities Area include the Bahamas, Republic of Panama, Bermuda, Guantanamo Bay, Cuba, Turks and Caicos, Montevideo, Uruguay, St. Marten and Netherlands Antilles. Offeror firms must specifically identify which specific regions and/or states in which the firm is ready, willing, and able to perform task orders.
Offerors must be prepared upon issuance of task orders to promptly submit the required forms and documentation for security clearances and badges for key contractor and subcontractor personnel. Offerors must have the capability to perform any and all work identified in SECTION I below. The FAA expects to award up to three (IDIQ) type Time-and Materials and Labor-Hour contract consisting of a base year and three one-year options to extend services. The annual not-to-exceed amount for each contract will is $750,000.00 with a maximum ceiling price of $3,000,000 for each contract.
SECTION I: DESCRIPTION OF WORK TO BE PERFORMS:
Offerors shall demonstrate at least four (4) years of experience with and be prepared to address (at a minimum) the following conditions as they related to Hazardous/Regulated Materials and/or Wastes which include, but are not limited to:
• Friable and non-friable asbestos abatement and release cleanup;
• Oil, anti-freeze, diesel fuel, gasoline, solvents and other hazardous liquids and solids that have become contaminated or spilled;
• Oils and oil-filled electrical devices contaminated with Polychlorinated Biphenyls (PCBs);
• Mercury;
• Herbicides and pesticides covered under the Federal Insecticide, Fungicide, and Rodenticide ACT (FIFRA);
• Mold;
• Sewage;
• Materials coated with lead-based coating, such as paint;
• Batteries and sulfuric acid spills from batteries;
• Damaged refrigerant containing equipment;
• Collection, containment, storage and proper disposal of all materials and wastes;
• Characterization of waste in preparation for disposal;
• Testing potential hazardous atmospheres;
• Testing soils and/or groundwater following cleanup for contaminants of concern (COC);
• Decontamination and demolition of FAA sites following natural disasters such as hurricanes, tornadoes, and earthquakes.
• Sites where the emergency response is required may be on foreign soil, e.g., Bahamas, Bermuda, Cuba, Turks and Caicos, Netherland Antilles, Panama, and Uruguay. Offerors having experience, licenses, and other qualifications for working in these locations should provide such evidence in their submittal.
SECTION II – CAPABILITY STATEMENT: In order to make this determination the FAA requires the following information from interested vendors:
1. Capability Statement – This document should identify the information in SECTION I above:
a) Size, location and type of services provided by your firm on previous contracts (elaborate and provide detailed information and past performance),
b) Technical Capabilities,
c) Key personnel (Program Manager, Project Manager, Supervisor, Environmental/Safety Specialists and etc.)
2. Interested firms are required to submit the attached Business Declaration form and a copy of their Small Business Administration Certification Letter, if applicable.
****************************************************************
PLEASE NOTE THERE IS A PAGE LIMITATION OF SEVEN (7) PAGES MAXIMUM PER RESPONSE TO THIS MARKET SURVEY.
****************************************************************
Information on pricing is NOT required. However, if vendors submit General information on prices/costs or a commercial/catalog price list, the FAA may use the information for informational purposes only and is NOT binding in any way. There are no drawings and statement of work at this time. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov) the attachments may not be available/viewable to you. Please proceed to FAA’s Contract Opportunities Website at faaco.faa.gov to obtain the attachments.
All responses to this market survey must be received by March 22, 2013 2:00 PM EST. Submittals can be sent via email, fax, or hard copy. NO PHONE CALLS, PLEASE – Email: Michael.Hollis@faa.gov (Preferred).
All submittals should be submitted to:
Email: Michael.Hollis@faa.gov (Preferred)
Fax: 404-305-5774
Mail:
Federal Aviation Administration
Eastern Service Area, AAQ-510
ATTN: Michael Hollis, Rm 210
1701 Columbia Avenue
College Park, GA 30337
This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/13542 to view the original announcement.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOT/FAA/SR/13447/listing.html
OutreachSystems Article Number: 130314/PROCURE/0627
Matching Key Words: state!ky; 

600px-US-DeptOfState-SealDepartment of State, Office of Acquisitions, Acquisition Management, 1701 N. Ft. Myer Drive Arlington VA 22209

R — Fine Art Conservation Services Blanket Purchase Agreement SAQMMA13Q0067 032813 Patrick T. Dermidoff, Phone 703-875-4679, Email dermidoffpt@state.gov Fine Art Conservation Services FBO Combined Synopsis/Solicitation Language
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for proposals.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65.

The Department of State, Office of Fine Arts (M/FA) intends to establish a Blanket Purchase Agreement for fine art conservation services as described in further detail below for the Diplomatic Reception Rooms at the Harry S Truman Building in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 12. This announcement constitutes only the solicitation, which is hereby issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement.

System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).

The North American Industry Classification System (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business Set Aside.

Requirement:
The Government intends to award one or award more than one Blanket Purchase Agreement; however, the Government reserves the right not to award any BPA. The Government does not guarantee any order placements. Any resultant BPA(s) will be five (5) years in duration; however, either party may terminate the resulting BPA with 30 calendar days notice.

The Government seeks to establish a BPA for the performance of fine art conservation services in the Diplomatic Reception Rooms of the Harry S Truman Building in Washington D.C. The art and architecture of the Diplomatic Reception Rooms is modeled after the great American interiors: Thomas Jefferson’s Monticello, Benjamin Chew’s Cliveden, and John MacPherson’s Mount Pleasant. These interiors were designed for the U.S. Department of State by architects Walter Macomber, Edward Vason Jones, and John Blatteau. Today, these reception rooms and principal offices require annual and ongoing maintenance.

The Contractor will conduct a condition assessment of the collections at the U.S. Department of State, identifying short- and long-term conservation objectives over the five-year period (i.e. approximately 450 historic artifacts) and making best practice recommendations for care and preservation of the collections (i.e. exhibition requirements and environmental conditions).

The Contractor will provide a pre-assessment report to the Curator of Collections for review (i.e. statement on original workmanship of artist, present condition and underlying causes, prior restoration(s)/conservation, solubility test results, and photographic documentation). Conservation will be preceded by test areas, the results of which will be shared with the Curatorial staff, and the resulting treatment will be conducted in layered approaches given subjective interpretation of solubility tests.

Treatments will address surface accumulation and yellowing varnish; common paint issues (flaking, cupping, and drying and mechanical cracks); support issues with structural supports, housing and/or frames; prior restoration(s) of moderate-to-poor quality; general and pervasive damage requiring filling and/or inpainting. The Contractor will preserve original materials and workmanship to the fullest extent possible (i.e. dot-by-dot inpainting technique with reversible materials).

The Contractor advises the Curator of Collections as a technical experts drawing from multiple years of experience working with Government collections in the Washington, DC, region. This includes a thorough working knowledge of historic artifacts through the colonial and federal periods with specific understanding of regional and revival styles where necessary.

Period of Performance:
Base Year: 04/25/2013 – 04/24/2014
Option Year 1: 04/25/2014 – 04/24/2015
Option Year 2: 04/25/2015 – 04/24/2016
Option Year 3: 04/25/2016 – 04/24/2017
Option Year 4: 04/25/2017 – 04/24/2018

Contract Type:
Labor Hour (Fixed hourly rate)

Please of Performance and Hours of Operation:
The Diplomatic Reception Rooms of the Harry S Truman Building (HST)
2201 C Street, NW
Washington, D.C. 20520
-Days of operation: Monday thru Friday
-Hours of operation: Between 8AM and 4PM

Applicable Clauses:

**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.
-Provision at 52.212-1, Instructions to Offerors (Feb 2012), applies to this acquisition.

-Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (See evaluation factors listed in RFP text on FBO)

By Reference:

52.202-1 Definitions (Jan 2012)
52.203-3, Gratuities (Apr 1984)
52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006)
52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008)
52.212-3 Offeror Representations and Certifications – Commercial Items (Apr 2012)
52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAR 2009)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2009)
52.215-2 Instructions to Offerors-Competitive Acquisition.
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-6 Notice of Total Small Business Set-Aside (June 2003)
52.219-8 Utilization of Small Business Concerns (May 2004)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor – Cooperation with Authorities and Remedies (Mar 2012)
52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (May 2007)
52.222-35, Equal Opportunity for Veterans (Sep 2010)
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)

DOSAR:
652.204-70 Department of State Personal Identification Card Issuance Procedures.
652.225-70 Arab League Boycott of Israel.
652.225-71 Section 8(a) of the Export Administration Act of 1979, as Amended.
652.242-70 Contracting Officer’s Representative (COR).

*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
*FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition .
Remember to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. This can be found athttps://www.acquisition.gov/far/current/html/52_212_213.html

Evaluation criteria:
The procurement is being conducted under FAR Part 15.101-1. The acquisition evaluation will be conducted utilizing a best value -tradeoff source selection process, which seeks to select an offer with the overall best value to meet the Government’s need. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The best value will be determined by comparing differences in the value of non-price features in cost to the Government. In making this comparison, the Government is more concerned with obtaining superior technical, non-price features than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall cost to achieve slightly superior technical, non-price features.

Therefore, price/cost is not expected to be the controlling factor in the selection of an offeror, but the degree of importance of cost as a factor could become greater depending on the quality of the proposals for other factors evaluated.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.

A single offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

FAR 52.212-2 Evaluation – Commercial Items (Jan 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Key Personnel, and Past Performance.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Technical Capability:
Offerors must demonstrate an understanding of the performance requirements and an ability to execute them in accordance with the Statement of Work. In evaluating technical capability, the Government will evaluate the offeror’s understanding of the work and soundness of their approach to specifically include an offeror’s ability to provide the required services necessary to successfully execute the SOW requirements. In evaluating the offeror’s technical capability, the Government will evaluate the offeror’s understanding of the complete scope and complexity of performance requirements as it relates to the proposed skill mix and level of effort. This will be evaluated as a measure of the Government’s confidence in the offeror’s ability to plan for, manage, and staff the requirement.

Submissions for technical proposals shall not exceed ten (10) pages excluding title pages, table of contents, and graphics.

Key Personnel:
Offerors must demonstrate that there will be knowledgeable and skilled personnel performing the required duties. Key personnel must have in-depth experience in specialized conservation with similar projects.

Corporate Past Performance:
Offerors must demonstrate proof of corporate past performance in work related to this requirement. The personnel must have in-depth experience in specialized conservation with similar projects. Companies must have experience handling detailed projects in historically significant settings

Price (non technical factor):
The offeror shall provide a written price proposal. All services for each period of performance are to be labor hours with firm fixed rates. The offeror’s price proposal should include labor categories, and fully burdened labor rates.

The Contracting Officer will establish call limitations in writing for individuals who are authorized to place calls. The call limit for each individual may vary.

The Government will notify the offeror of the names of individuals who will be authorized to place calls against any resulting BPA. The BPA will identify the names of the individuals authorized to schedule deliveries under the Agreement. Only authorized Government employees who have been specifically named by the Contracting Officer may schedule deliveries under this agreement. STRICT COMPLIANCE WITH THIS STIPULATION IS IMPERATIVE.

Proposal Submission:
Proposal must be submitted electronically to dermidoffpt@state.gov. The due date is Thursday, March 28 at 12PM EST. All proposals as well as inquiries should be sent electronically to:

Patrick T. Dermidoff
Contract Officer
U.S. Department of State
Dermidoffpt@state.gov
703-875-4679

Set-Aside: Total Small Business Place of Performance: The Diplomatic Reception Rooms of the Harry S Truman Building (HST) Washington, DC 20520 US URL: https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13Q0067/listing.html
OutreachSystems Article Number: 130312/PROCURE/0057
Matching Key Words: naics!711510; 


Department of the Navy, Top Level, Naval Special Warfare Group 1, 3632 Quadalcanal Road, B#165 USNAB Coronado San Diego CA 92155-5538

U — CQC TRAINING H92240-13-Q-9013 032113 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 information600px-US-DeptOfNavy-Seal.svg 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-9013 is issued as a small business set-aside.   The applicable North American Industry Classification System (NAICS) code is 611699 (All Other Miscellaneous Schools and Instruction) and Product Service Code (PSC) U099 (Education/Training Other). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 (Effective 28 FEB 2013).

DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order; Contract Line Item No.

(CLIN) 0001 : Close Quarter Combat Training for One hundred-seventy (170) students. Quantity: One hundred-seventy (170) each. See attached Statement of Work for details.

(CLIN) 0002 : Facility usage for (10) ten days. Quantity: Thirty (30) each. See attached Statement of Work for details.

Period of performance: 27 March 2013 – 30 August 2013.

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. Technical capabilities to include instructor qualifications and 2 recent and relevant past performance references in terms of breath, depth and scope of the requirement.

2. Price.

( 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 System for Award Management (SAM) database will make a quoter ineligible for award.

The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on SAM is found athttps://www.sam.gov.

Quoters who have completed SAM 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:

52.212-1 Instructions to Offerors-Commercial Items (FEB 2012)

52.212-3 Offeror Representations and Certifications Commercial Items Alt I (DEC 2012)

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 (JAN 2013)

52.233-3 Protest After Award (AUG 1996)

52.242-17 Government Delay of Work (APR1984)

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:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012)

52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)

52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)

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)
52.222-35 Equal Opportunity for Veterans (SEP 2010)

52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
52.222-37 Employment Reports on Veterans (SEP 2010)

52.222-50 Combating Trafficking in Persons (FEB 2009)

52-222-53 Exemption From Application Of The Service Contract Act To Contracts For Certain Services–Requirements (FEB 2009)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (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 System for Award Management (SEP 2007)

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2013)

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 paragraph (b):

252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 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:

5652.201-9002 Authorized Changes Only by Contracting Officer (JAN 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is
CONTRACTING OFFICER:   Natalie J. Rodriguez, Phone number: 619-537-1363

5652.204-9003 Disclosure of Unclassified Information (NOV 2007)

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.

•(a)     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.

•(b)    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.

•(c)     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.

5652.204-9000 Individual Authorized to Sign (2003)

(a) Proposals shall be signed by an authorized individual. The offeror hereby represents that the individual designated below is authorized to bind the corporation, partnership, individual or educational institution. Evidence of authorization shall be provided by the offeror in accordance with the applicable instructions below. If the offeror is a joint venture, each participant in the joint venture shall submit a separate representation.

(1) CORPORATIONS: The signatory must be an official or person otherwise authorized to bind the corporation. A Corporate representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the corporation. Corporations may establish the authority of its agents by furnishing a power of attorney with the offer, a corporate resolution, or by causing the following representation to be executed under its corporate seal, provided that the same officer shall not execute both the contract and the representation.
I, _____________________________, represent that I am the ________________________ of the firm named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the corporation and is __________________________ of said corporation; that said contractual instrument was duly signed for and in behalf of said corporation by authority of its governing body; and is within the scope of its corporate powers.
AFFIX CORPORATE SEAL (Note: If a corporation does not have a seal or the offer is being submitted electronically, the offeror may print the word “SEAL”.)
___________________________
(Signature)
(2) PARTNERSHIPS: Partnerships shall establish their authority and the authority of their agents by completing the following representation, provided that it is executed by a partner other than the person signing the contractual instrument.
I, _____________________________, represent that I am a partner of the firm of ___________________ consisting of the following partners _____________________________________________________; that ______________ signed this contractual instrument on behalf of said firm and is __________________________ of said firm; that said contractual instrument was duly signed for and in behalf of said firm by authority of partnership; and is within the scope of its corporate powers.
__________________________
(Signature)
(3) INDIVIDUALS: The signatory must be the owner and the contractual instrument shall be signed as such unless an agent’s authority has been established through a power of attorney. Individuals submitting contractual instruments under an agent’s signature must furnish a power of attorney to establish the agent’s authority.
(4) EDUCATIONAL INSTITUTIONS: The signatory must be an official or person otherwise authorized to bind the educational institution. A representation as shown below, shall be executed in accordance with theinstructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the educational institution. Educational institutions may establish authority of their agents by furnishing with their offeror a power of attorney, a corporate resolution or by causing the following representation to be executed, provided that the same individual shall not execute both the contract and the representation.
I, _____________________________, represent that I am the ________________________ of the educational institution named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the educational institution and is __________________________ of said educational institution; that said contractual instrument was duly signed for and in behalf of said educational institution by authority of its governing body; and is within the scope of its corporate powers.
___________________________
(Signature)

(a) Once a power of attorney or corporate resolution has been submitted to establish the authority of its agents, provide reference to the Procurement Instrument Identification Number with which it was submitted by including the following statement in lieu of furnishing an additional copy: “Evidence to establish the authority of the agent signing this document was submitted with Document Number _________________.”

5652.204-9004 Foreign Persons (2006)

In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or “X” here if there are no such individuals: ____):

(1) Full Name:
(2) Date of Birth:
(3) Place of Birth:
(4) Nationality:
(5) Social Security Number:
(6) Visa Status:
(7) Current Address:
(8) If a Subcontractor, Subcontractor Name and Address:
(9) Biographic data and/or resume:

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

5652.239-9000 Privacy or Security Safeguards (2000)

(a) The details of any privacy or security safeguards that may be revealed to the contractor by the Government in the course of performance under this contract shall not be published or disclosed in any manner without the Contracting Officer’s express written consent.
(b) The Government shall be afforded full, free, and uninhibited access to all facilities, installations, technical capabilities, operations, documentation, records, and data bases for the purpose of carrying out a program of inspection to ensure continued efficacy and efficiency of safeguards against threats and hazards to data security, integrity, and confidentiality.
(c) If either the Government or the contractor discovers new or unanticipated threats or hazards, or if existing safeguards have ceased to function, then a mutual agreement shall then be reached on the changes or corrections to existing safeguards or institution of new safeguards, with final determination of appropriateness to be determined by the Government. The Government’s liability is limited to an equitable adjustment of cost for such changes or corrections, unless the ineffectiveness of existing safeguards is due to the fault of the contractor in which case the Government is not liable for any equitable adjustment.
(d) The Government shall not be liable for claims of loss of business, damage to reputation, or damages of any other kind arising from the discovery of new or unanticipated threats or hazards, or any public or private disclosure thereof.
(e) The contractor agrees to incorporate this clause in all subcontracts at all tiers.

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 19 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, 2440Trident 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 21 March 2013 at 1500 PST . No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. H92240-13-Q-9013 . 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 .

Set-Aside: Total Small Business Place of Performance: NSW TRADET SAN DIEGO, CA 92155 US URL: https://www.fbo.gov/notices/4ffc1d475d2e3cf760817764e632b9ac
OutreachSystems Article Number: 130312/PROCURE/0067
Matching Key Words: film?; produc*; train*; website; education*; business*; documentation; event?; instruct*; commercial?; 


360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer Washington DC 20528

R — Field Operations Branch (FOB) Support HSHQDC-13-R-00035 032513 Susan J. Peters, Contract Specialist, Phone 2024470854, Email susan.peters@hq.dhs.gov – Robert Degnan, Contracting Officer, Phone 202-447-5576, Fax 202-447-5725, Email robert.degnan@dhs.gov SOURCES SOUGHT NOTICE
This is a Sources Sought Notice announcement only. Solicitations are not available at this time. This notice is issued for planning purposes only and does not constitute a commitment by the Government. The Department of Homeland Security, National Protection and Program Directorate (NPPD) Infrastructure Protection (IP) is conducting market research for the purposes of identifying small businesses who have demonstrated capabilities in program management support services.
The associated North American Industry Classification System (NAICS) Code for this requirement is 541690, with a business size standard of $14 million. The anticipated period of performance for this requirement is a base and four (1) year options. This requirement requires personnel who have a Secret Security Clearance.
Background:
The NPPD/IP Protective Security Coordination Division (PSCD), Field Operations Branch (FOB) Protective Security Advisor (PSA) Program is seeking interested contractors to provide operations/desk communications and contingency planning and operations; physical security assessments; functional analysis; logistical support and program analysis services.

Protective Security Advisor Program Authorities:
• Homeland Security Act of 2002, Section 213
• Homeland Security Presidential Directive -7
• Presidential Policy Directive – 21
• Quadrennial Homeland Security Review, Mission 1 and 5
• National Infrastructure Protection Plan

PSCD’s primary mission is to proactively engage with Federal, State, local, tribal and territorial (FSLTT) government mission partners and members of the private sector stakeholder community to protect the Nation’s critical infrastructure. The organization is comprised of both Headquarter and Field Staff. Field staff covers ten regions within the United State to include Guam, Hawaii, Puerto Rico, Alaska and the Samoa Islands. The PSA Program deploys a cadre of critical infrastructure security specialists to metropolitan areas designated as PSA districts across the United States.
The FOB is tasked with the day-to-day operation and management of the PSA Program and have five mission areas that include; (1) Plan, coordinate and conduct physical security surveys and assessments; (2) Plan and conduct outreach activities; (3) Support National Security Special Events (NSSE) and Special Event Activity Rating (SEAR) events; (4) respond to incidents; and (5) coordinate and support improvised explosive device awareness and risk mitigation training. All mission areas require coordination and information sharing.
The FOB is organized into an Operations Section and a Program Support Section. The Operations section includes the operations desk, operations and contingency planning and an assessments team. The Operations Section’s Regional Support Team (RST) includes the Functional Analysts. The Functional Analysts are centralized at Headquarters operationally and administratively support the 10 Federally situated Regional Directors and their teams of 5 -10 PSAs. The Program Support Section is comprised of Executive Secretariat, Budget, Travel, Facilities Management, Fleet Management, Equipment Management sections all designed to support the Regional Directors and PSAs.
Requirements:
The program management support services include the following functional areas:
Operations and Desk Communications:
• Serve as the primary focal point for information flow between field PSAs, National Infrastructure Coordination Center (NICC) Watch Desk, and PSCD/PSA Management.
• Monitor and provide situational awareness during contingencies, exercises, and special events, alerting PSCD/PSA management
• Provide daily national, regional, and site specific reports as well as information packets on locations or events and facilitates the passing of historical threat data relating to critical infrastructure sectors.
• Act as the conduit for PSA RFIs and function as a liaison with other DHS divisions and the Information Sharing and Analysis Centers (ISAC) on threats and incidents related to critical infrastructure .

Contingency Planning and Operations:
• Support integration of PSCD activities and interests into National, State, Local and other related exercises and special events.
• Plan 3 months out for, participating in, and supporting the exercise and special events requirements and other activities for PSCD.
• Manage the tasks associated with the participation of PSCD in all exercises and special events.
• Provide an After Action Report (AAR) upon completion of all exercise or special event planning meetings and exercises and special events.

Physical Security Assessments:
• Support FOB development and production of CIKR audio and video media documents which incorporate current assessment tools including; Enhanced Critical Information Protection (ECIP) data, Information Survey Tool (IST) data, Site Assistance Visit (SAV) data, 360-degree geo-spherical video and geospatial panoramic imagery of facilities, surrounding areas, routes, and other areas of interest.
• Score and weigh critical infrastructure data, and provide analysis and items for consideration concerning security and resilience across critical infrastructure Sectors.

Administrative Support and Functional Analysis:
• Prepare large documents for publication; establish and execute document printing and distribution services.
• Provide support for and host meetings and conferences to include unclassified video teleconferencing; attend meetings, and maintain electronic copies of the draft plans and other documents.
• Develop and coordinate documentation and prepare drafts, briefings, and papers.
• Maintain Regional Director (RD) and Field Operations Branch (FOB) Management calendars as required/requested.
• Develop and maintain process for records management and archiving DHS policies.

Program Analysis and Logistical Support:
• Administer Records Management program
• Manage and track budget spreadsheets
• Draft, review, submit tracking and filing correspondence, briefings, presentations and daily tasking.
• Participate, as required, in IP and PSA-related meetings/conferences and provide hardcopy and electronic copy meeting reports and after action reports
• Collect and review personnel recruitment packages
• Administer PSA Travel Management Program by reviewing and submitting travel requests, authorization and local expense reports in the FedTraveler system
• Administer Space/Facility Management Program by reviewing and submitting space related floor plans and lease agreements for approval
• Administer Property/Asset Management Program by receiving, issuing and tracking PSCD assets and conducting annual inventory.
• Administer Fleet Management Program by coordinating with GSA and NPPD Vehicle Fleet Management to fulfill vehicle inventory and reporting requirements
Information Requested:

DHS is seeking the following information from all interested companies: specific related corporate experience; experience in providing program management support services that includes Operations and Desk Communications; Contingency Planning and Operations; Physical Security Assessments; Administrative Support and Functional Analysis; and Program Analysis and Logistical Support; management capabilities and your capacity to provide the resources. In addition to addressing your technical capabilities, responses must include the following:
• Name and address of company
• Duns Number
• Size of business (i.e., small, small disadvantaged business, woman owned, etc.)
• Company Point of Contact, phone number and email address
• Teaming arrangements should include company name, point of contact, phone number, email address and size of business for each entity on the proposed team
• Provide no more than three references of same or similar type work performed within the last three years. These references should indicate the type of work for each project including the contract number, total dollar value of the project and functions performed.

Submittal Requirements:
All capability statements should be submitted via email to the points of contact listed below. Responses must be submitted not later than March 25, 2013, 11:59 P.M. EST. Include “Sources Sought – PSA” in the subject line of the email. Responses shall be submitted as Microsoft Word documents using Version 2007; use a minimum font of 12 point (Times New Roman), single-spaced pages (excluding the cover page) on 8 ½ by 11-inch paper and limited to no more than 10 pages.

Capability Statements should be sent to:
Email address: Susan.Peters@hq.dhs.gov and Robert.Degnan@hq.dhs.gov.
Point of Contact & Phone Number: Sue Peters, 202-447-0854 or Robert Degnan, 202-447-5576.

Place of Performance: Crystal City, Virginia Crystal City, VA 22201 US URL: https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-13-R-00035/listing.html
OutreachSystems Article Number: 130312/PROCURE/0355
Matching Key Words: video*; produc*; train*; conference?; site?; page?; business*; documentation; event?; production?; distribut*; 

Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor Minneapolis MN 55403

R — Milk Market Audit Services AG-6395-S-13-0062 Larry D Nelson, Phone 612-336-3225, Email Larry.D.Nelson@aphis.usda.gov The USDA, Agricultural Marketing120px-USDA_logo Service (AMS) intends to procure the services of independent certified public accounting firms to conduct the financial and compliance audits of the Offices of the Federal Milk Marketing Orders for the audit year 2012 as well as options for future years (2013 – 2016) for the milk market programs in Atlanta, GA, Kansas City, KS, Seattle, WA, Louisville, KY, Boston, MA, Cleveland, OH, Minneapolis, MN, and Dallas, TX, .
The USDA intends to award fixed price commercial contract(s) for this effort using FAR Part 12 and 13 procedures. The contract(s) will include a one-year base period with four one-year unilateral option periods for each location. Separate contract award decisions will be made for each location. Thus, contractors are not required to make an offer for each location as the Government may make multiple awards.

This will be a best value procurement. It is anticipated that the formal solicitation, Request for Proposal (RFP) AG-6395-S-13-0062, will be released on or about March 18, 2013 and posted on this FEDBIZOPPS website. Please download the RFP from this website.

This is being offered as a total small business set-aside. Thus, all responsible small businesses may submit an offer After release, one may download a copy of the solicitation at this site. NOTIFICATIONS WILL NOT BE SENT TO OFFERERS REGARDING THE ISSUANCE OF THE SOLICITATION NOR ANY OF ITS AMENDMENTS. IT IS THE OFFERER’S RESPONSIBILITY TO CHECK THIS WEB SITE. Any questions or inquiries must be mailed, e-mailed or faxed to the Contracting Office, to the attention of the point of contact listed in this notice. Point of contact: Larry Nelson, Contracting Officer, (612) 336-3225, FAX: (612) 336-3550, E-mail: Larry.D.Nelson@aphis.usda.gov

Set-Aside: Total Small Business Place of Performance: various locations US URL: https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0062/listing.html
OutreachSystems Article Number: 130309/PROCURE/0058
Matching Key Words: state!ky; 


FAA_LogoDepartment of Transportation, Federal Aviation Administration (FAA), Southern Region, FEDERAL AVIATION ADMINISTRATION, AAQ-510 EN – Eastern Service Area (Atlanta, GA)

R — MARKET SURVEY CAPABILITY ASSESSMENT FOR EMERGENCY RESPONSE ENVIRONMENTAL SERVICES multiple locations throughout the FAA Eastern, Southern, New England Service Area and Offshore facilities. 13447 032113 Michael Hollis, michael.hollis@faa.gov, Phone: 404-305-5298 Click here to email Michael Hollis NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED (Preferred) TO THE CONTRACT SPECIALIST. CONTACT INFORMATION BELOW.
This is a Market Survey for Emergency Response Environmental Services. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals at this time.
The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor’s expense.
The FAA is seeking competent small business contractors interested in providing offers for a Multiple, Indefinite Delivery Indefinite Quantity (IDIQ) type Time-and Materials and Labor-Hour contract. This is not a Screening Information Request (SIR) or Request for Proposal (RFP).
Background: Emergency Response Environmental Services support is required for FAA projects throughout the FAA Southern, Eastern & New England Regions. The Southern Region (Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee, Puerto Rico, the US Virgin Islands, and Bahamas. The Eastern Region Area includes Delaware, Maryland, New Jersey, New York, Pennsylvania, Virginia, and West Virginia. The New England Region Area includes Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island and Vermont. Offshore facilities Area include the Bahamas, Republic of Panama, Bermuda, Guantanamo Bay, Cuba, Turks and Caicos, Montevideo, Uruguay, St. Marten and Netherlands Antilles. Offeror firms must specifically identify which specific regions and/or states in which the firm is ready, willing, and able to perform task orders.
Offerors must be prepared upon issuance of task orders to promptly submit the required forms and documentation for security clearances and badges for key contractor and subcontractor personnel. Offerors must have the capability to perform any and all work identified in SECTION I below. The FAA expects to award up to three (IDIQ) type Time-and Materials and Labor-Hour contract consisting of a base year and three one-year options to extend services. The annual not-to-exceed amount for each contract will is $750,000.00 with a maximum ceiling price of $3,000,000 for each contract.
SECTION I: DESCRIPTION OF WORK TO BE PERFORMS:
Offerors shall demonstrate at least four (4) years of experience with and be prepared to address (at a minimum) the following conditions as they related to Hazardous/Regulated Materials and/or Wastes which include, but are not limited to:
• Friable and non-friable asbestos abatement and release cleanup;
• Oil, anti-freeze, diesel fuel, gasoline, solvents and other hazardous liquids and solids that have become contaminated or spilled;
• Oils and oil-filled electrical devices contaminated with Polychlorinated Biphenyls (PCBs);
• Mercury;
• Herbicides and pesticides covered under the Federal Insecticide, Fungicide, and Rodenticide ACT (FIFRA);
• Mold;
• Sewage;
• Materials coated with lead-based coating, such as paint;
• Batteries and sulfuric acid spills from batteries;
• Damaged refrigerant containing equipment;
• Collection, containment, storage and proper disposal of all materials and wastes;
• Characterization of waste in preparation for disposal;
• Testing potential hazardous atmospheres;
• Testing soils and/or groundwater following cleanup for contaminants of concern (COC);
• Decontamination and demolition of FAA sites following natural disasters such as hurricanes, tornadoes, and earthquakes.
• Sites where the emergency response is required may be on foreign soil, e.g., Bahamas, Bermuda, Cuba, Turks and Caicos, Netherland Antilles, Panama, and Uruguay. Offerors having experience, licenses, and other qualifications for working in these locations should provide such evidence in their submittal.
SECTION II – CAPABILITY STATEMENT: In order to make this determination the FAA requires the following information from interested vendors:
1. Capability Statement – This document should identify the information in SECTION I above:
a) Size, location and type of services provided by your firm on previous contracts (elaborate and provide detailed information and past performance),
b) Technical Capabilities,
c) Key personnel (Program Manager, Project Manager, Supervisor, Environmental/Safety Specialists and etc.)
2. Interested firms are required to submit the attached Business Declaration form and a copy of their Small Business Administration Certification Letter, if applicable.
****************************************************************
PLEASE NOTE THERE IS A PAGE LIMITATION OF SEVEN (7) PAGES MAXIMUM PER RESPONSE TO THIS MARKET SURVEY.
****************************************************************
Information on pricing is NOT required. However, if vendors submit General information on prices/costs or a commercial/catalog price list, the FAA may use the information for informational purposes only and is NOT binding in any way. There are no drawings and statement of work at this time. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov) the attachments may not be available/viewable to you. Please proceed to FAA’s Contract Opportunities Website at faaco.faa.gov to obtain the attachments.
All responses to this market survey must be received by March 22, 2013 2:00 PM EST. Submittals can be sent via email, fax, or hard copy. NO PHONE CALLS, PLEASE – Email: Michael.Hollis@faa.gov (Preferred).
All submittals should be submitted to:
Email: Michael.Hollis@faa.gov (Preferred)
Fax: 404-305-5774
Mail:
Federal Aviation Administration
Eastern Service Area, AAQ-510
ATTN: Michael Hollis, Rm 210
1701 Columbia Avenue
College Park, GA 30337
This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/13447 to view the original announcement.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOT/FAA/SR/13447/listing.html
OutreachSystems Article Number: 130309/PROCURE/0061
Matching Key Words: state!ky; 

Department of the Interior, National Park Service, NPS – All Offices, NPS, IMR – Northern Rockies MABOPO Box 168Mammoth Supply Building #34Yellowstone NPWY82190US

T–Native American Memorial, Little Bighorn Battlefield P13PS00233 031413 Andy Fox Andy_Fox@nps.gov This is a pre-solicitation notice for a contractor to provide all labor, material, equipment, transportation, and supervision necessary for transferring artist designs onto granite panels producing a three dimensional images/text. The granite panels are 10 inches thick, 44 inches high and have a curved face ranging in width from 78 to 91 inches. The granite panels are mounted within the600px-US-DeptOfTheInterior-Seal.svg Indian Memorial site at Little Bighorn Battlefield National Monument. The granite panel engraving will be completed onsite without removing the granite panels from existing mounts. The project requires: revisions to graphics, production of engraving templates, restoration/improvements to granite panels, production of twelve granite inlays and engraving twelve granite panels with interpretive media.
Location of these services will be at Little Bighorn Battlefield, P.O. Box 39, 756 Battlefield Tour Road, Crow Agency, MT 59022-039. The project performance period will be early summer of 2013.
The National Park Service, Yellowstone National Park, WY intends to award a firm-fixed price contract to a single Small Business.
This procurement is a 100% Small Business Set Aside, NAICS Code 711510, Small Business Size Standard is $7.0 Million.
Proposed solicitation Issue Date: Request for Proposals (RFP) will be issued on or about March 14, 2013. The solicitation with specifications, drawings, and wage rates will be posted to the websiteshttp://www.fedconnect.gov and http://www.fbo.gov. No hard copies of the solicitation package will be mailed or issued. To receive the solicitation package you must register with and download it fromhttps://www.fedconnect.net/FedConnect/.
Set-Aside: Total Small Business Place of Performance: Little Bighorn BattlefieldP.O. Box 39756 Battlefield Tour RoadCrow AgencyMT59022USA 59022 USA URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00233/listing.html
OutreachSystems Article Number: 130308/PROCURE/0102
Matching Key Words: naics!711510; 


606px-Environmental_Protection_Agency_logo.svgEnvironmental Protection Agency, Office of Acquisition Management, EPA/Ohio, CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA

R--Technical and Regulatory Support for the Development of Criteria for Water Media SOL-CI-13-00016 032813 Courtney Stallworth stallworth.courtney@epa .gov Sources Sought Synopsis SOL-CI-13-00016 Technicaland Regulatory Support for the Development of Criteria for Water Media (Ecological Emphasis)
THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.
The Environmental Protection Agency (EPA) is performing a ?market search? for large and small businesses in preparation for a future procurement.
The EPA has a need for a contractor to provide the Office of Water?s Office of Science and Technology (OST), Health and Ecological Criteria Division (HECD), with support in its mission under the Clean Water Act (CWA) to protect the chemical, physical, and biological integrity of the nation?s waters (e.g., protect them from the adverse impacts of chemicals, suspended and bedded sediments, microorganisms, and nutrients; assess and maintain the quality of biological communities; diagnose the causes of impacts) and address these components in media such as surface waters, wastewater, biosolids, and sediments. It also requires support in providing assistance to States and Tribes as they implement their water quality standards programs in order for OST to meet one of its crucial missions.
The specific purpose of the resultant contract would be for the contractor to provide technical and regulatory support services to the Health and Ecological Criteria Division (HECD) in OST to develop, revise, and implement ecological criteria for the protection of water quality on a national, state, and site-specific basis. Activities in support of this purpose might include:
SCIENTIFIC/TECHNICAL SUPPORT -conducting toxicological reviews -conducting national and site-specific ecological hazard assessments -conducting national and site-specific ecological risk assessments -performing statistical analyses -evaluating national and site-specific methods for ecological criteria development -evaluating national and site-specific ecological impacts of pollutants -evaluating national and site-specific risk assessment measurement endpoints -analyzing tissue, surface water, sediment, biosolids, and effluent samples for chemicals, microorganism, and nutrients -performing population modeling of chemical impacts on aquatic or aquatic-dependent species -conducting laboratory toxicity tests and field studies -conducting biological assessments and laboratory taxonomic identifications -conducting toxicity tests in water and sediment -developing bioavilability, chemical fate, transport and effect and population model development and support -developing data bases -conducting GIS and other mapping -evaluating bioaccumulation potential, trophic transfer, calculating and applying bioaccumulation factors -sampling ambient waters, effluents, organism tissues, and biosolids for chemical analysis -conducting literature reviews, reviewing technical data, performing analyses and summarizing findings -conducting remote sensing -investigating, interpreting, and addressing experimental and emerging science: genomics, endocrine disruptors, pharmaceuticals and personal care products, prions, nanotechnology, immunosuppression, etc. -implementing knowledge and experience in the use and application of EPA national and site-specific guidance methodologies for the development of water quality criteria
DOCUMENTATION SUPPORT -preparing national and site-specific ecological criteria documents in standard EPA format -preparing national and site-specific technical information documents -preparing national and site-specific technical support documents for methods, criteria, and regulations -preparing the index of references for proposed regulations and other publications -preparing presentation materials -arranging and conducting workshops -preparing public outreach, brochures, fliers, etc -performing technical writing -providing Water Quality Standard (WQS) Academy instruction and technical presentations -developing non-technical summaries of documents for the general public -developing non-technical briefing material for senior managers -organizing literature reviews and references in an alphabetized or chronological or subject area order -preparing peer review summaries and documents
Please see attached draft Performance Work Statement for additional information concerning the anticipated tasks under the resultant contract.
All interested parties are hereby invited to submit a capability statement of no more than fifteen (15) pages, and no smaller than 12 point font. In keeping with the potential tasks, interested parties submitting capabilities statements in response to this sources sought should address their ability to provide, or have access to, senior technical experts in: aquatic toxicology, aquatic chemistry, sediment toxicology, ecotoxicology, statistics, bioaccumulation, nutrients and nitrification, biological assessment, biocriteria, aquatic biology, wildlife toxicology, embedded sediments and suspended sediments, biosolids risk assessment, fate and effects and transport modeling, geochemical speciation modeling, aquatic life criteria development, and other criteria development derivation procedures to provide technical expertise to HECD and its customers.
The successful contractor shall provide all necessary labor materials, facilities, and services in support of the efforts. It is anticipated that the contract will be a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) starting in December 2013 with a one year Base Period and four Optional Periods of 12 months each. Interested parties should include a discussion of the capability of their accounting system or ability to implement a cost accounting system required of a cost-type contract. Previous experience with cost-type government contracts should ve discussed. Approximately 15,000 LOE hours are anticipated for each contract period with contractor?s needing to provide as much as an additional 2,800 hours for a total of 84,000 hours in total for all periods if all the potential LOE hours are realized. The applicable NAICS code is 541690 with a sizestandard of $14,000,000. The resultant contract would be a follow-on to EP-C-09-001 with Great Lakes Environmental Center, Inc.
In the previous acquisition, EPA restricted the following types of firms from receiving award due to an inherent conflict of interest posed by the implications of the services to be provided under the contract: firms that were chemical producers/importers; pesticide or agricultural products producers/importers; and waste management/waste disposal firms.
Any interested firms should submit a capability statement which demonstrates the firm?s ability to perform the key requirements described above. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. In the capabilities statements, contractors should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are certified Hubzone, 8(a), women-owned, small disadvantaged and/or service veteran owned concern.
The EPA reserves the right to set this action aside for small businesses if it determines that there are two or more small businesses able to compete in terms of market prices, quality, and delivery. If set aside, a small business would be required to perform at least 51 percent of the direct labor costs incurred under the contract with their own personnel (FAR 52.219-14). Capability statements from small businesses should address their ability to meet this requirement. Responses to the above should be submitted to Courtney Stallworth, at Stallworth.courtney@epa.gov no later than 21 calendar days from date of this posting. A separate synopsis will be issued for the Request for Proposal (RFP) resulting from this sources sought synopsis.
The EPA is also interested in soliciting ideas that firms may have as to the appropriate means of incentivizing contractor performance from a contractor?s perspective.
URL: https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-13-00016/listing.html
OutreachSystems Article Number: 130308/PROCURE/0581
Matching Key Words: writ*; technical; standard; 


Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

T–INDUSTRY DAY MEDIA SERVICES, SAINT LOUIS, MO VA77713I0041 031513 ANNE M CARDENAS Contract Specialist Agency: Department of Veterans AffairsVA
Office: Employee Education System (EES)
Notice Type: Posted Date:
Sources Sought March 7, 2013
Response Date:
March 15, 2013
Original Proposed Set Aside:
N/A
NAICS Code:
512110
Synopsis:
THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ) – or a promise to issue a RFQ in the future. This request for information does not commit the Government to contract for any supply or services whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor’s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will NOT be returned.
Contracting Office Address
Department of Veterans Affairs (VA)
11152 Towne Square, St Louis, MO, 63123
Point of Contact:
Anne Cardenas
314-894-6656 EXT 65115
Anne.cardenas@va.gov
Overview:
The Veterans Health Administration (VHA), a component of the Department of Veterans’ Affairs, would like to invite you to participate in “market research” that VHA will be conducting on March 19, 2013, in St. Louis Missouri. The market research will begin at 8:00 A.M. and be conducted at:
#1 Jefferson Barracks Road, Building 48
Jefferson Barracks
Saint Louis, MO 63125
The purpose of this unclassified request for information (RFI) is to enable VHA Employee Education System (EES) representatives to obtain information from industry experts on commercial media services,commercial practices, and how industry might meet VHA EES needs. VHA will use this information to gain a better understanding of industry’s ability to support a core set of user needs. This information will be fundamental to shaping the Department’s future facilitation efforts. We encourage your company to attend this event. In addition to providing a government overview of our program requirements, we plan to use vendor-provided information (please see Attachment 1) during one-on-one discussions to further our information collection.
If you are interested in attending this event, you must respond by e-mail (details below) no later than March 13, 2013, 5:00 pm central time, with responses to the attached questions due not later than March 15, 2013 5 p.m. central time. We are limiting this to the first 10 respondents.

1. Specific Response Instructions: Please submit your RFI response in accordance with the following:
” Email a copy of question responses to anne.cardenas@va.gov. Title the Subject line of the e-mail with “VHA Market Research for Media Services” and add the company name. You will have up to two seats for each company so let us know who will be attending.
2. Information Requested: In response to the RFI interested contractors shall submit the following information:
a. Company Information/Socio – Economic Status
b. Provide the company size and POC information
c. VA has identified the appropriate North American Industry Classification System (NAICS) Code 512110, Motion Picture and Video Production, which has a size standard of $30Million for this RFI.
c. Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business (8A), and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and or partners registered in VA’s VetBiz repository?
4. Capabilities/Qualifications – Provide answers to the questions at attachment 1.
Your response should be formatted as follows: single-spaced, Times New Roman 12-point font, one-inch margins. Your document must be compatible with MS Office Word 2010. Failure to respond will not affect future opportunities, however; only those vendors who respond will be permitted to participate in individual discussions with the government.
Industry One-on-One Discussions: One-on-one sessions will begin promptly following the government presentation after a short break. The specific room number and time for the one-on-one session will be provided at the conclusion of the morning meeting. Attendees should arrive 15 minutes prior to their scheduled appointments for security check-in and registration. Appointment times will be strictly enforced. No food or beverages will be provided, so plan accordingly.
Industry one-on-one attendees should be operational and technical staff who can discuss the specific questions outlined in Attachment 1. Meetings will last no longer than one hour and schedules will be enforced. The first forty minutes of the session will involve questioning by the Government to gain a better understanding of vendor responses. The final fifteen minutes will allow the vendor to either elaborate on previously discussed points or to offer other industry insights. In the event the appointment does not take the full hour, we may take the next scheduled participant ahead of their scheduled time. We will not entertain sales pitches nor accept marketing material. Vendors will not be permitted to use cameras, cell phones with cameras, tape recorders, or other recording or reproduction devices during this Industry Day. We will not accept any materials that were not part of the vendor’s briefing.
In their invitation response, registrants must provide the following information:
” The names of up to two attending individuals, including citizenship status, position/title and background,
” Name of the company/organization, type of organization, telephone number, type of business (small, large, small disadvantaged, etc),
” A request either a morning or afternoon slot.
Vendors interested in making a reservation for one of the sessions must contact Anne Cardenas by e-mail, and complete the questions at Attachment 1. Reservations will be scheduled and confirmed by phone only, on a first come, first served basis until all 10 slots are filled. Once all slots are filled, a waiting list will be developed in case of cancellations. The deadline for registration for the event is March 13, 2013.
DISCLAIMER: The government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in response to this RFI. This RFI will be the basis for collecting information onproducts available. This RFI is issued solely for information and planning purpose only and does not constitute a solicitation. All information received in this RFI that is marked “proprietary” will be handled accordingly. Responses to the RFI will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Again, responders are solely responsible for all expenses associated with responding to this RFI.

Attachment 1
We are trying to determine the best, most efficient and cost effective method to provide service. The questions below are intended to aid us in determining the best path to our goal.
Vendor Questions
Name of Vendor: ____________________________________
POC__________________________________________________________
Name phone email
1. What is the total number of crewing/scheduling services you were responsible for over the last three years? Given that number,
” What was the average length of each service?
” How much preparation time was involved? How do you determine how much preparation time you need? What factors indicate if you need more or less time?
” What were the deliverables from these events?
” What were some of the more common issues that needed to be resolved, and how did you resolve them? Be specific and include if modification to the contract/award was necessary.
” Describe the types of media services you performed for Government clients. Be specific and include information that includes details such as the mix of workers, managers, length of time, dates, preparation work and other relevant data. Also include any lessons you may have learned from the experience.
” Describe the type of media services you have provided for a Non- Government client. Be specific and include information that includes details such as the mix of workers, managers, length of time, dates, preparation work and other relevant data. Also include any lessons you may have learned from the experience.
” What differences, if any, are there between the government and the private industry client?
” How is the work priced? How do go about creating an estimate? What type of contract vehicles have you used? Indefinite Delivery Indefinite Quantity (IDIQ), Blanket Purchase Agreement (BPA), Federal Supply Schedule (FSS), sub-contract work?
” What kind of contract method was used? Firm fixed price? Time and materials? Which type contract worked best?
2. How many of your services – for example, a remote shoot – were more than 100 miles from your primary place of business?
” What methodology did you employ to staff this type of requirement? Describe how you decide to staff this type of effort. How do you decide that it may not be economically feasible to make an offer on a location that is geographically separate?
” What was the cost consideration of travel in supporting these events? When is it worthwhile from a business case to travel beyond 100 miles?
” What sort of steps does your company take to mitigate these costs?
” What is your company’s US geographic span? Where do you normally do business? Do you do national shoots or stay within the local area?
3. In the last three years, what have been your staff personnel to crew/scheduling service ratio? (i.e., given the number of crew/scheduling services, how did you fulfill the requirements of your contract with personnel?)
” Describe how you manage your part time workforce, and how many personnel you use part time?
” Describe how you manage your sub-contractors/consultants, if you use this method.
” What is the average length of time these personnel are employed by your company?
4. What Professional certifications or educational requirements if any, do you require of your personnel or sub-contractors? How do you determine which technical crew to use?
5. While we try and provide ample lead time we may have an occasion were we need a crewing/scheduling service with very little lead time?
” How would your firm react to this type of “rapid response” requirement?
” What impact, if any would it have on your pre-event preparation, cost, any other factors?
6. VA manages many media requirements concurrently, and in different geographic regions US wide. How would you manage surge requirements? Is your company organized across the US that would provide VA with adequate staffing?
7. Do you understand this information and possible requirement is not for your company’s production services but for your scheduling and media coordination services?
8. At the request of the government producer would you have any issue with contracting for production services from local competitors for services such as; producers, writers, editors, technical and creative personnel?
9. Do you have the personnel available to promptly respond to production request available on a daily bases during normal business hours, 8:00am-5:00pmMonday – Friday?
Place of Performance: DEPT OF VETERAN AFFAIRS;#1 JEFFERSON BARRACKS ROAD, BLDG 48;SAINT LOUIS, MO 63125 63125 USA URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713I0041/listing.html
OutreachSystems Article Number: 130308/PROCURE/0589
Matching Key Words: video*; edit*; produc*; you; education*; business*; entertain*; event?; produce?; production?; instruct*; commercial?; naics!512110; writ*; copy; technical; standard; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC – White Sands Missile Range, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM 88002-5201

R — INDUSTRY DAY FOR TEST ENGINEERING & ANALYSIS SYSTEMS (TEAS) SUPPORT SERVICES W9124Q-12-R-0011 040512 Peter L Hopkins, CONTRACTING OFFICER, Phone 575-678-2850, Fax 575-678-5107, Email peter.l.hopkins.civ@mail.mil The Mission and Installation Contracting Command- White Sands Office, has a requirement for Test Engineering and Analysis Support Services (TEAS) at the White Sands Missile Range (WSMR), New Mexico. Therefore, White Sands Missile Range will be hosting a one (1) day only Industry Day for the follow-on Test Engineering and Analysis Support Services contract currently held by ATAMIR-WSMR LLC and invites you to attend.
Location: WSMR Professional Development Center auditorium, Building 465, Dyer Street, White Sands Missile Range, New Mexico, 88002. Parking is available near the intersection of Dyer Street and Rock Island Avenue and also at Dyer Street and Picatinny Avenue.

Time: The event will begin at 08:00 AM on 11 April 2012. Attendees should plan on arriving to WSMR at least one and one half (1.5) hours prior to the event so you may process through security, obtain a visitor’s pass and check-in at the event. Check-in at the event will begin at 7:30 AM MST. A tentative agenda is attached.

All questions will be held until the afternoon session. All questions and answers discussed at the Industry Day event will be published.

RSVP: Contractors electing to attend the Industry Day must RSVP to Mr. Peter L. Hopkins, Contracting Officer. There is a limit of two (2) representatives per contractor. No foreign nationals are permitted. The contractor must e-mail the completed attached RSVP form (see attached Microsoft Excel workbook) to peter.l.hopkins.civ@mail.mil by COB 4 April 2012. Due to security procedures, the persons attending the Industry Day must be listed on the RSVP form.

Las Cruces, NM is the closest city to WSMR, NM. The closest WSMR access gate is located off of US Highway 70. El Paso International Airport, El Paso, TX is the closest regional airport. Contractors are solely responsible for all expenses associated with their attendance at the Industry Day. Please visit the WSMR websitehttp://www.wsmr.army.mil/Pages/Home.aspx, for more information about WSMR. The “WSMR at a Glance 2011″ and the WSMR Fact-book” are also attached for your basic information. Maps of WSMR are available at:
http://www.wsmr.army.mil/testcenter/Pages/WhereWeAre.aspx.

Occasionally, WSMR will block roads (including US Highway 70) in the area for missile testing. Please call the Road Block phone number, 575-678-1178, for recorded updates on planned roadblocks. The information is usually updated each weekday in the afternoon for the following day. Since the actual firing schedule can slide due to any number of circumstances like weather or equipment problems, travelers should also check the recording right before leaving to ensure nothing has changed.

Installation Access: All visitors must bring photo identification. To obtain a vehicle security pass you must have a driver’s license, vehicle registration and proof of insurance. All visitors must enter WSMR through the Las Cruces main gate (located off of US Highway 70). Visitors must stop at the WSMR Reception Center to obtain their visitor’s pass.

Safety: As a tri-service Department of Defense Range, White Sands has tested nearly every type of deployable ordnance developed in the United States since 1945. Quite a number of these munitions were deliberately designed to blend in with the terrain, and their presence may not be immediately obvious to the casual observer. Consequently, even though WSMR performs extensive Range Clearance activities, there is no assurance that any area of the Range is truly 100% free of unexploded ordnance. More information concerning unexploded ordnance hazards can be viewed at http://www.wsmr.army.mil/ux/Pages/default.aspx. The contractors are responsible to view the video found at this link under the title, UXO Hazards Video. You will be asked to sign a form, acknowledging that you have viewed this video at the check-in event. No person will be allowed to tour the range without first viewing this video.

Photography & Video Ban: No photographs or videos are allowed on WSMR except in the WSMR museum missile park area.

A DRAFT Performance Work Statement (PWS) without the Technical Exhibits has been provided for industry review and is subject to change prior to its official release. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The purpose of this notice is to identify potential sources that may be interested in and capable of performing the work described within the attached DRAFT PWS. Please note that the Technical Exhibits will not be provided at this time.

Information sought:

1. Identify which contract type(s) would your company recommend for the contemplated services described within the PWS (i.e. Firm-Fixed Price (FFP), Cost, Cost plus Award Fee, Time & Materials, etc.)? Please include, from an industry perspective, the advantages and disadvantages of your preferred contract type;

2. Describe proposed methods and metrics for contract surveillance in relation to your preferred contract type;

3. Identify the subcontracting opportunities that may exist for the contemplated services. If applicable, what specific portions and percentages of the tasks identified in the PWS would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract?

4. Please identify a suitable phase-in period.

5. Please identify any potential organizational conflicts of interest.

6. Please provide general questions or clarifications in regards to the work outlined within the attached PWS.

The Government does not intend to award a contract on the basis of these responses, pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this RFI will be utilized as market research for consideration in development of the Acquisition Strategy and Acquisition Plan for this requirement. Any answers to questions or clarifications required will be addressed in changes to the current version of the PWS or will be taken into consideration in the development of the solicitation. Interested sources shall provide all feedback in writing no later than 5 April 2012. Provide responses in writing to Peter L. Hopkins via email: peter.l.hopkins.civ@mail.mil. Please title your email as follows: RFI Response to Pre-Solicitation Notice W9124Q-12-R-0011; Your Company’s Name.

7. Attachments:
1.1. RSVP Form
1.2. Draft Performance Work Statement (PWS)
1.3. Draft CLIN Structure
1.4. Tentative Agenda

Set-Aside: Competitive 8(a) Place of Performance: White Sands Missile Range DOC, Directorate of Contracting Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range, NM 88002-5201 White Sands Missile Range, NM 88002-5201 US URL: https://www.fbo.gov/notices/9442c96337f7468ce9a38ffd07727515
OutreachSystems Article Number: 130308/PROCURE/0658
Matching Key Words: video*; you; website; page?; event?; 

Department of Health and Human Services, National Institutes of Health, Nat’l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455 Bethesda MD 20892-5455

R — CLINICAL TRIAL SPECIALIST MIHLM2013679 032013 V. Lynn Griffin, BUSINESS OPPORTUNITY SPECIALIST, Fax 301-480-8501, Email griffinv@mail.nih.gov –dept of health and human services MAXWELL KIMPSON, CONTRACTING OFFICER, Email Max.Kimpson@nih.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2013679 and is issued as a Request for Quotation (RFQ). The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-66. The North American Industry Classification (NAICS) Code is 561320 with a size standard of $12.50 Million. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure the services of a Clinical Trial Specialist.
Assist senior scientists in the Division of Diabetes, Endocrinology, and Metabolic
Diseases (DEM) with the oversight and management of clinical trials and large-scale
epidemiological studies in diabetes, endocrinology and metabolism.

Responsibilities :
Prepare documentation of procedures for clinical trials management and data safety monitoring board to meet the needs of DEM, NIDDK, NIH, and the researchers with whom they work as well as consumers, the federal government, or special interest groups.

Prepare and maintain Investigational New Drug Applications and Investigation Device Exemption applications. In coordination with the Coordinating Center, if applicable, assist Program Officials with initiation and management of Data and Safety monitoring Boards (DSMB) and Scientific Advisory Boards (SAC).

Assist Program Officials in the interface with the Office of Technology Development and Transfer. Assist Program Officials in development of new or modified study protocols and informed consent documents.

Qualifications:

Master degree or equivalent in a field relevant to health sciences research;

At least 5 years of experience in clinical trials oversight or equivalent;

Evidence of skill in technical writing related to clinical trials;

Ability to organize and carry out multiple concurrent long term projects;

Experience with helping prepare regulatory submissions to the FDA and oversight submissions to a DSMB;

Experience in reviewing consent documents and assisting clinical sites in preparing and submitting IRB documents;

Experience with human islet transplantation trials, including study design issues, informed consent issues and regulatory requirements;

Experience with coordinating efforts in multi-center phase I-II and phase III (pivotal) clinical trials between clinical sites, the coordinating center and two or more Institutes at the NIH;

Period of Performance: April 5, 2013 to September 30, 2013

Must be available for U.S. and International travel to visit clinical trial sites.

The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors – Commercial items; 2) FAR Clause 52.212-2, Evaluation – Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The contract type is Firm Fixed Price. The select will be made on a Best Value basis with Technical Approach being the most important factor.

Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:

1. Name of Contracting Organization
2. Contract Number (for subcontracts provide the prime contract number and the subcontract number)
3. Contract Type
4. Total Contract Value
5. Description of Requirement
6. Contracting Officer’s Name and Telephone Number
7. Program Manager’s Name and Telephone Number

3) FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items – Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far.

PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov

Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis March 20, 2013 at 11:00 a.m. EST. Offersors shall provide an original and two copies of your quotation. The quotation must reference Solicitation number MIHLM2013679 . All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 700W, Bethesda, Maryland 20892, Attention: V. Lynn Griffin.

Faxed copies will not be accepted.
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).”

URL: https://www.fbo.gov/spg/HHS/NIH/NIDDKD/MIHLM2013679/listing.html
OutreachSystems Article Number: 130306/PROCURE/0074
Matching Key Words: writ*; copy; technical; standard; 


Defense_Logistics_AgencyDefense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220

99 — Wellness SP4705-13-R-1001 031813 carlos vidro-martinez, Phone 7037676826, Email carlos.vidro-martinez@dla.mil – Antoinette J. Gregg, Phone 7037671189, Email Antoinette.Gregg@dla.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, 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-R-1001. 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 NAICS code is 621999, All Other Miscellaneous Ambulatory Health Care Services and the size standard is $14,000,000.00.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66 effective February 28, 2013, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20130228 effective February 28, 2013, 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.
Defense Logistics Agency Contracting Services Office intends to procure an acquisition on behalf of the Defense Logistics Agency (DLA) Defense Supply Center Richmond (DSCR) and DLA Aviation- Mechanicsburg to establish a contract for the design, implementation, administration and evaluation of an annual Health Promotion Program for the Family and Morale, Welfare and Recreation (FMWR) Health Promotion Program in the Defense Supply Center Richmond (DSCR). The places of performances will be Richmond, Virginia and Mechanicsburg, Pennsylvania.

The period of performance will be for a 12 month base year with one 12 month option period.

Contract Line items:
Base Period
0001 -On -Site Health Promotion Expert (HPE) – The HPE shall possess the qualifications and provide the services specified in accordance with Section of 3.1, Statement of Work.
The average contract quantity is 40 hours per week.

0002- Health Risk Assessment shall be provided in accordance with Section 3.2, Statement of Work. The average contract quantity is 419 Assessments.

0003 Health Promotion Activities shall be provided in accordance with Section 3.3.1, Statement of Work. The average contract quantity is 30 Health Promotion Activities (to include 2 Nutrition Events presented in Center Restaurant).

0004 Health Promotion Activities shall be provided in accordance with Section 3.3.2, Statement of Work. The average contract quantity is 24 Seminars.

0005 Health Promotion Screenings shall be provided in accordance with Section 3.3.3, Statement of Work. The average quantity is 26 Screenings.

0006 Health Risk Assessment for DLA Aviation- Mechanicsburg shall be provided in accordance with Section 3.2, Statement of Work. The average contract quantity is 50 Assessments.

0007 Health Promotion Screenings for DLA Aviation- Mechanicsburg shall be provided in accordance with Section 3.3.3, Statement of Work. The average quantity is 8 Screenings

Option Period One
1001 -On -Site Health Promotion Expert (HPE) – The HPE shall possess the qualifications and provide the services specified in accordance with Section of 3.1, Statement of Work.
The average contract quantity is 40 hours per week.

1002- Health Risk Assessment shall be provided in accordance with Section 3.2, Statement of Work. The average contract quantity is 419 Assessments.

1003 Health Promotion Activities shall be provided in accordance with Section 3.3.1, Statement of Work. The average contract quantity is 30 Health Promotion Activities (to include 2 Nutrition Events presented in Center Restaurant).

1004 Health Promotion Activities shall be provided in accordance with Section 3.3.2, Statement of Work. The average contract quantity is 24 Seminars.

1005 Health Promotion Screenings shall be provided in accordance with Section 3.3.3, Statement of Work. The average contract quantity is 26 Screenings.

1006 Health Risk Assessment for DLA Aviation- Mechanicsburg shall be provided in accordance with Section 3.2, Statement of Work. The average contract quantity is 50 Assessments.

1007 Health Promotion Screenings for DLA Aviation- Mechanicsburg shall be provided in accordance with Section 3.3.3, Statement of Work. The average quantity is 8 Screenings

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:
Defense Supply Center Richmond
8000 Jefferson Davis Highway
Richmond, VA 23297

DLA Aviation
5450 Carlisle Pike
P.O. Box 2090
Mechanicsburg, PA 17050-2411

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 18, 2013 12:00 PM (Eastern Time). Faxes and email response will be accepted. Advance copies of the response can be email at antoinette.gregg@dla.mil or 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) 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 Antoinette Gregg at email address antoinette.gregg@dla.mil or Carlos J. Vidro-Martinez, at email address: carlos.vidro-martinez@dla.mil.(End of Provision); 52.212-2 Evaluation-Commercial Items (JAN 1999) LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION

The contract resulting from this solicitation will be awarded based on the following evaluation factors:

(1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments.

Technical Requirements are the primary determining factors of an offeror’s ability to perform. Offerors shall describe how they meet or plan to meet all mandatory requirements in the respective Statement of Work (SOW) and contract clauses. The Government will review proposals to determine whether or not an offeror has adequately demonstrated an ability to meet or exceed the Government’s requirements on Section 3 of the SOW. For each technical requirement, offers demonstrating an ability to perform will at a minimum be determined “acceptable” for that requirement task. Depending on each contractor’s capability, they may be determined to be outside the realm of acceptability and not provided an opportunity to revise their quote if discussions become necessary.

(2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on 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. The Government will evaluate offers for award purpose by adding the total price for all options to the total price basic requirement.

The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify offerors via e-mail with instructions of this decision. The Contracting Officer will provide offerors determined to be in the competitive range with information concerning the on-line auction process.

(3)Period of Performance: Offerors must meet the required delivery date, or if POP: Offerors must be able to start performance on the required period of performance.

Each offeror’s proposed price will be evaluated for reasonableness. The Government currently intends to award a contract with a period of performance of 12 months and a twelve months option period.

It is the Government’s intention to award without negotiating, under a lowest price, technically acceptable (LPTA) 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); 52.217-5, “Evaluation of Options” (JUL 1990); 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); 52.237-3, “Continuity of Services'” (JAN 1991); 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)

FAR52.222-42, “Statement of Equivalent Rates for Federal Hires” (May 1989)(29 U.S.C. 206 and 41 U.S.C 351, et seq.) Note: Equivalent Rate for Federal Hires is GS-09

The Government has the option to to extend the services for this action. Therefore, FAR 52.217-8, , “Option to Extend Services Addendum”applies to this acquisition.
“The government might find it necessary to exercise FAR clause 52.217-8 “Option to Extend Services” at some point in this contract. At minimum, pricing for this clause will be evaluated in every offer prior to award as part of the pricing provided for the base year and any relevant “Option to Extend Term of the Contract” period of performance per FAR 52.217-9. Should the “Option to Extend Services” clause be exercised, pricing will follow past practices and be set at the then current rates being utilized in the contract, prorated to the Extended Services performance periods being utilized. For example, should this clause be exercised for a two month performance period to follow the option year one performance period of the contract, then the pricing would be set for two months at option year one pricing, barring the operation of other law.”

This procurement has delivery order limitation of minimum and maximum. Therefore, 52.216-19, “Order Limitations” applies to this acquisition by full text.

As prescribed in 16.506(b), insert a clause substantially the same as follows:

Order Limitations (Oct 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than:

CLIN QUANTITY

0002 400 Assessments
0003 15 Health Promotion Activities (to include 2
Nutrition Events presented in Center Restaurant)
0004 15 Seminars
0005 15 Screenings
0006 40 Assessments- DLA Aviation- Mechanicsburg
0007 6 Screenings- DLA Aviation- Mechanicsburg

the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor:

(1) Any order for a single item in excess of:

CLIN QUANTITY

0002 1200 Assessments
0003 30 Health Promotion Activities (to include 4
Nutrition Events presented in Center Restaurant)
0004 30 Seminars
0005 30 Screenings
0006 100 Assessments- DLA Aviation- Mechanicsburg
0007 16 Screenings- DLA Aviation- Mechanicsburg

(2) Any order for a combination of items in excess of N/A; or

(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of Clause)

This procurement is a candidate for Reverse Auction. Therefore, DLAD 52.215-9023, “Reverse Auction” applies to this acquisition by full text.

As prescribed in DLAD 15.408-90(c)(1), use the following provision.

REVERSE AUCTION (NOV 2012)

The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer does not conduct a reverse auction, award may be made on the basis of initial offers or following discussions not using reverse auctioning as a pricing technique. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify offerors of this decision and the following provisions will apply.

(a) The award decision will be made in accordance with the evaluation factors as set forth in the solicitation. The reverse on-line auction will be used as a pricing technique during discussions to establish the final offered prices from each offeror. These prices will be used in conjunction with the evaluation factors stated elsewhere in the solicitation in order to make the award decision in accordance with the basis for award stated in the solicitation.

(b) Following the decision to conduct discussions using on-line reverse auctioning as a pricing technique, the Contracting Officer or his/her representative will provide offerors determined to be in the competitive range with information concerning the on-line auction process. The Government intends to use a commercial web-based product to conduct the reverse auction.

(c) Prior to or simultaneously with conducting the on-line reverse auction, the Contracting Officer may hold discussions with the offerors concerning matters appropriate for discussion, such as issues involvingtechnical proposals or unbalanced pricing.

(d) The lowest offeror’s price(s) for each round of the reverse auction will be disclosed to other offerors and anyone else having authorized access to the on-line auction. This disclosure is anonymous, meaning that each offeror’s identity will be concealed from other offerors (although it will be known to the Government; only a generic identifier will be used for each offeror’s proposed pricing, such as “Offeror A” or “lowest-priced offeror”). By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other offerors, during the reverse auction.

(e) The reverse auction system currently in use designates offers as “Lead,” meaning the current low price in that auction, or “Not Lead,” meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider’s system designates the first offer of that price as “Lead” and the second or subsequent offer of that price as “Not Lead.” Offerors shall not submit a tie offer, since this is inconsistent with the purpose of the reverse auction. If a tie offer is submitted, the “Not Lead” offeror that submitted the tie offer must offer a changed price; it will be ineligible for award if the final price in the auction is the tie offer price.

(f) An offeror’s final auction price at the close of the reverse auction will be considered its final proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the Contracting Officer determines that it would be in the best interest of the Government to re-open the auction.

(g) The following information is provided regarding the procedures to be followed if a reverse auction is conducted.

(1) Each offeror identified by the Contracting Officer as a participant in the reverse auction will be contacted by Defense Logistic Agency’s commercial reverse auction service provider to advise the offeror of the event and to provide an explanation of the process.

(2) In order for an Offeror to participate in the reverse auction, such offeror must agree with terms and conditions of the entire solicitation, including this provision, and agree to the commercial reverse auction service provider’s terms and conditions for using its service. Information concerning the reverse auction process and the commercial service provider’s terms and conditions is embedded within the email notification sent by the on-line reverse auction pricing tool system administrator.

(3) Offerors shall secure the passwords and other confidential materials provided by the commercial reverse auction service provider or the Government and ensure they are used only for purposes of participation in the reverse auction. Offerors shall keep their own and other offerors’ pricing in confidence until after contract award.

(4) Any offeror unable to enter pricing through the commercial reverse auction service provider’s system during a reverse auction must notify the Contracting Officer or designated representative immediately. The Contracting Officer may, at his/her sole discretion, extend or re-open the reverse auction if the reason for the offeror’s inability to enter pricing is determined to be without fault on the part of the offeror and outside the offeror’s control.

(5) The reverse auction will be conducted using the commercial reverse auction service provider’s website as embedded in the email notification. Offerors shall be responsible for providing their own computer and internet connection.

(6) Training:
(i) The commercial reverse auction service provider and/or a Government representative will provide familiarization training to offerors’ employees; this training may be provided through written material, the commercial reverse auction service provider’s website, and/or other means.

(ii) An employee of an offeror who successfully completes the training shall be designated as a ‘trained offeror.’ Only trained offerors may participate in a reverse auction. The Contracting Officer reserves the right to request that offerors provide an alternate offeror employee to become a ‘trained offeror.’ The Contracting Officer also reserves the right to take away the ‘trained offeror’ designation from any trained offeror who fails to abide by the solicitation or commercial reverse auction service provider’s terms and conditions.

(End of Provision)

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 18, 2013: Email to: antoinette.gregg@dla.mil or carlos.vidro-martinez@dla.mil; Fax to: 703-767-1172 Attn: Antoinette Gregg or Carlos J. Vidro-Martinez or Mail to : DLA Contracting Services Office, ATTN: Antoinette Gregg or 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: See attached Statment of Work US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-13-R-1001/listing.html
OutreachSystems Article Number: 130306/PROCURE/0706
Matching Key Words: writ*; copy; technical; standard; 

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

99–To resupply the Memorial Caskets for Human Resources Cammand, Landstuhl, Germany. W9124D-0010305656 031413 Alton King, 502-624-5991 MICC Center – Fort Knox Mission Installation Contracting Command, Fort Knox, KY intends to issue a request for quotations (RFQ) for metal caskets which meet the requirements150px-AMC_dui contained in Army Regulation 638-2, December 2000, and are to be delivered to Landstuhl, Germany Mortuary. This solicitation is unrestricted. All responsible and responsive sources may submit a quote for consideration. A firm fixed price contract will be awarded. NAICS 339995 (Size Standard: 500) applies to this procurement. The solicitation will be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about 08 March 2013 with quotes due on or about 14 March 2013. These dates are subject to change. All amendments to the solicitation will be likewise posted on the website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFQ and amendments will not be sent out in paper copy. All documents can and must be downloaded from the website above. Anticipated award date will be on or about 19 March 2013. All contractors must be registered in the System for Award Management (SAM at http://www.sam.gov) to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All questions must be submitted, no later than 11 March 2013 at 11:00 a.m. Eastern, in writing to Alton King at alton.v.king.civ@mail.mil

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/d1de70418fddf518bf9a1415ee492c43
OutreachSystems Article Number: 130305/PROCURE/0329
Matching Key Words: age:state!ky; state!ky; 


600px-US-DeptOfCommerce-Seal.svgDepartment of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 – 11th floor /OFA61 1325 East West Highway, 11th Floor Silver Spring MD 20910

R — Engineering and Missions Operations Support Services DG133E-EMOSSIV 040313 Saundra Kpadeh, Contract Specialist, Phone 301-628-1405, Fax 301-713-4155, Email saundra.kpadeh@noaa.gov Disclaimer: This is not a solicitation. This is not a request for quote (RFQ), invitation for bid (IFB), request for proposal (RFP), request for application (RFA) or an announcement of a solicitation and does not assume the government will award a contract or proceed with any of the above solicitations in the near future. The information requested herein is for information purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued or awarded. No entitlement to payment of direct or indirect cost or charges by the Government will arise as a result of the submission of information. All information considered proprietary shall be marked accordingly. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Properly identified proprietary information will be safeguarded in accordance with government regulations. The purpose of this announcement is solely to gather information from the market place and any responses received will not be considered an offer by the responding party and cannot be returned. No telephone inquiries will be accepted and requests for solicitation packages will not granted, as no solicitation has been prepared at this time.

Synopsis: Sources Sought
This is a Sources Sought notice intended for small businesses only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The National Environmental Satellite, Data, and Information Service (NESDIS) of the National Oceanic and Atmospheric Administration (NOAA) is conducting market research for the purposes of identifying small businesses who have demonstrated capabilities in the area of engineering. No solicitation of offers is made by this synopsis.

Background:
The U.S. Department of Commerce (DOC)/National Oceanic and Atmospheric Administration (NOAA)/National Environmental Satellite, Data and Information Service (NESDIS) operates all of the United States operational environmental satellites from the NOAA Satellite Operations Facility (NSOF) in Suitland, MD: Geostationary Operational Environmental Satellite (GOES), Polar Operational Environmental Satellites (POES), the Suomi National Polar-orbiting Partnership (SNPP) satellite, and Defense Meteorological Satellite Program (DMSP). NESDIS also supports the Landsat Data Continuity Mission (LDCM) satellite and through international agreement the European Organization for the Exploitation of Meteorological Satellites (EUMETSAT)’s Meteorological Operational (METOP) Satellite and Centre National d’Etudes Spatiales’s (CNES) Jason-2 Ocean Surface Topography Mission (OSTM). The data gathered from these satellites allow our country’s environmental and emergency agencies to monitor and forecast hurricanes and other severe storms, monitor oceans, monitor global climate change, verify ozone depletion and land surface change, monitor critical space environmental parameters, and support search rescue efforts across the globe. NESDIS is also preparing to support such missions as Deep Space Climate Observatory (DSCOVR) mission which is scheduled to launch in early 2014; Jason-3 scheduled for launch in early 2015 and the Joint Polar Satellite Systems Satellites (JPSS) scheduled to launch in 2016 as well as the GOES-R satellite system scheduled to launch in 2015.

NESDIS also operates the Search and Rescue Satellite Aided Tracking (SARSAT) Mission Control Center for the United States and its supporting ground system equipment to relay search and rescue data to emergency response agencies. The SARSAT program is an operational program managed within NOAA that utilizes NOAA’s operational weather satellites to detect and locate distress signals in the United States and around the World. NESDIS operates and maintains the operational ground system for the SARSAT program which has assets in Guam, Hawaii, California, Florida, and the NOAA Satellite Operations Facility in Suitland, Maryland.

The expected scope of this contract is to provide sustaining engineering and ground system engineering support for the two operational environmental satellite constellations GOES and POES; provide sustaining engineering support of U.S. instruments on the METOP satellites; operational and ground system engineering support for Jason-2; configuration management of mission operational databases and products for all satellite constellations; and support for future operational environmental satellite programs.

It is expected that this scope will increase over the life of the contract. Potential causes include the addition of new satellites and missions, architectural changes to existing satellites and ground systems, staffing changes within the government and other unforeseen changes to the nation’s satellite fleet.

Requirements:
NESDIS requires professional, non-personal services in engineering and associated skilled disciplines to support such systems similar to size, scope, and relevancy of the following systems:
• Polar-Orbiting Operational Environmental Satellite (POES);
• Geostationary Operational Environmental Satellite (GOES);
• Suomi National Polar-orbiting Partnership (SNPP) Satellite;
• Deep Space Climate Observatory (DSCOVR);
• Joint Polar Satellite System (JPSS) including Free Flyer programs;
• Landsat Data Continuity Mission (LDCM) satellite;
• and the joint enterprises between NOAA NESDIS and other agencies and International Partners.

NESDIS requires sustaining engineering services in support of real-time operations, spacecraft systems analysis, navigation and operations training. This includes:
• Real-time operations support required for monitoring of normal operations, planning and execution of special operations, on-orbit and ground tests, and responding to spacecraft and ground system anomalies and contingencies;
• Spacecraft systems analysis required for the evaluation and characterization of subsystem telemetry and trends to determine spacecraft state-of-health and to identify and mitigate adverse performance;
• Operational navigation support for maneuver predictions, orbit and altitude determination, Earth location, and Image Navigation and Registration (INR) for satellites;
• Operational training to include recurring special operations training, briefings to update changes in spacecraft configuration and operational training for new satellites;
• Development and testing of command products for all routine and special spacecraft operations and prepare written and verbal technical reports;
• Configuration management of Telemetry and Command (T&C) databases and other engineering and products;
• Administrative and technical support to configuration management processes; and
• Testing and integration of new and upgraded ground systems into operations.

NESDIS requires the monitoring and evaluation of the bus and payload system.

NESDIS requires timely investigation, resolution and reporting of any spacecraft anomaly ground system issues or other notable events.

Information Requested:
Interested companies should describe their capabilities as it relates to the activities below:
• Adaptability – ability to respond to emerging and expanding needs of their sponsors and anticipate future critical issues; and
• Objectivity – ability to produce thorough, independent analyses to address complex technical and analytical problems.

In addition to addressing technical capabilities, responses must include the following:
• Name and address of firm
• Size of business (i.e., small, small disadvantaged business, woman owned, etc.)
• Average annual revenue for the past 3 years and number of employees;
• Ownership;
• Number of years in business;
• Affiliate information;
• Parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime)
• List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement)
• Point of contact – address and phone number;
• List of existing Government Wide Acquisition Contracts (GWACS) for which pour ware currently qualified

Submittal Requirements:
Telephone responses are NOT solicited. No solicitation exists; therefore, do not request a copy of the solicitation. This synopsis is not be construed as a commitment by the Government to award a contract nor will the Government pay for the solicited information.

Please submit your submission via email to the attention of Contact Specialist (CS) Saundra Kpadeh (Saundra.Kpadeh@noaa.gov) no later than April 3, 2013, 2:00pm EST, Silver Spring, MD. The response shall be submitted as Microsoft Word documents, using Version 2007. The response shall be no more 15 single-sided, single-spaced pages (excluding the cover page), and use a minimum font of 12 point (Times New Roman) on 8 ½ x 11-inch paper. Each page shall be separately numbered.

It is the offeror’s responsibility to ensure it arrives by the required date and time. For the purpose of establishing timely receipt of a quotation, the time will be established based upon the electronic copy submission.

Contracting Office Address:
1325 East West Highway, Room 11403
Silver Spring, Maryland 20910

Set-Aside: Total Small Business Place of Performance: NOAA Satellite Operations Facility (NSOF) Building 4231 Suitland Road Suitland, MD 20746 US URL: https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133E-EMOSSIV/listing.html
OutreachSystems Article Number: 130305/PROCURE/0364
Matching Key Words: writ*; copy; technical; 

FedBizOps – Special Notes

Department of the Army, Army Contracting Command, MICC, MICC – White Sands Missile Range, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM 88002-5201

R — INDUSTRY DAY FOR TEST ENGINEERING & ANALYSIS SYSTEMS (TEAS) SUPPORT SERVICES W9124Q-12-R-0011 040512 Peter L Hopkins, CONTRACTING OFFICER, Phone 575-678-2850, Fax 575-678-5107, Email peter.l.hopkins.civ@mail.mil The Mission and Installation Contracting Command- White Sands150px-AMC_dui Office, has a requirement for Test Engineering and Analysis Support Services (TEAS) at the White Sands Missile Range (WSMR), New Mexico. Therefore, White Sands Missile Range will be hosting a one (1) day only Industry Day for the follow-on Test Engineering and Analysis Support Services contract currently held by ATAMIR-WSMR LLC and invites you to attend.
Location: WSMR Professional Development Center auditorium, Building 465, Dyer Street, White Sands Missile Range, New Mexico, 88002. Parking is available near the intersection of Dyer Street and Rock Island Avenue and also at Dyer Street and Picatinny Avenue.

Time: The event will begin at 08:00 AM. Attendees should plan on arriving to WSMR at least one and one half (1.5) hours prior to the event so you may process through security, obtain a visitor’s pass and check-in at theevent. Check-in at the event will begin at 7:30 AM MST. A tentative agenda is attached.

All questions will be held until the afternoon session. All questions and answers discussed at the Industry Day event will be published.

RSVP: Contractors electing to attend the Industry Day must RSVP to Mr. Peter L. Hopkins, Contracting Officer. There is a limit of two (2) representatives per contractor. No foreign nationals are permitted. The contractor must e-mail the completed attached RSVP form (see attached Microsoft Excel workbook) to peter.l.hopkins.civ@mail.mil by COB 4 April 2012. Due to security procedures, the persons attending the Industry Day must be listed on the RSVP form.

Las Cruces, NM is the closest city to WSMR, NM. The closest WSMR access gate is located off of US Highway 70. El Paso International Airport, El Paso, TX is the closest regional airport. Contractors are solely responsible for all expenses associated with their attendance at the Industry Day. Please visit the WSMR websitehttp://www.wsmr.army.mil/Pages/Home.aspx, for more information about WSMR. The “WSMR at a Glance 2011″ and the WSMR Fact-book” are also attached for your basic information. Maps of WSMR are available at:
http://www.wsmr.army.mil/testcenter/Pages/WhereWeAre.aspx.

Occasionally, WSMR will block roads (including US Highway 70) in the area for missile testing. Please call the Road Block phone number, 575-678-1178, for recorded updates on planned roadblocks. The information is usually updated each weekday in the afternoon for the following day. Since the actual firing schedule can slide due to any number of circumstances like weather or equipment problems, travelers should also check the recording right before leaving to ensure nothing has changed.

Installation Access: All visitors must bring photo identification. To obtain a vehicle security pass you must have a driver’s license, vehicle registration and proof of insurance. All visitors must enter WSMR through the Las Cruces main gate (located off of US Highway 70). Visitors must stop at the WSMR Reception Center to obtain their visitor’s pass.

Safety: As a tri-service Department of Defense Range, White Sands has tested nearly every type of deployable ordnance developed in the United States since 1945. Quite a number of these munitions were deliberately designed to blend in with the terrain, and their presence may not be immediately obvious to the casual observer. Consequently, even though WSMR performs extensive Range Clearance activities, there is no assurance that any area of the Range is truly 100% free of unexploded ordnance. More information concerning unexploded ordnance hazards can be viewed at http://www.wsmr.army.mil/ux/Pages/default.aspx. The contractors are responsible to view the video found at this link under the title, UXO Hazards Video. You will be asked to sign a form, acknowledging that you have viewed this video at the check-in event. No person will be allowed to tour the range without first viewing this video.

Photography & Video Ban: No photographs or videos are allowed on WSMR except in the WSMR museum missile park area.

A DRAFT Performance Work Statement (PWS) without the Technical Exhibits has been provided for industry review and is subject to change prior to its official release. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The purpose of this notice is to identify potential sources that may be interested in and capable of performing the work described within the attached DRAFT PWS. Please note that the Technical Exhibits will not be provided at this time.

Information sought:

1. Identify which contract type(s) would your company recommend for the contemplated services described within the PWS (i.e. Firm-Fixed Price (FFP), Cost, Cost plus Award Fee, Time & Materials, etc.)? Please include, from an industry perspective, the advantages and disadvantages of your preferred contract type;

2. Describe proposed methods and metrics for contract surveillance in relation to your preferred contract type;

3. Identify the subcontracting opportunities that may exist for the contemplated services. If applicable, what specific portions and percentages of the tasks identified in the PWS would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract?

4. Please identify a suitable phase-in period.

5. Please identify any potential organizational conflicts of interest.

6. Please provide general questions or clarifications in regards to the work outlined within the attached PWS.

The Government does not intend to award a contract on the basis of these responses, pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this RFI will be utilized as market research for consideration in development of the Acquisition Strategy and Acquisition Plan for this requirement. Any answers to questions or clarifications required will be addressed in changes to the current version of the PWS or will be taken into consideration in the development of the solicitation. Interested sources shall provide all feedback in writing no later than 5 April 2012. Provide responses in writing to Peter L. Hopkins via email: peter.l.hopkins.civ@mail.mil. Please title your email as follows: RFI Response to Pre-Solicitation Notice W9124Q-12-R-0011; Your Company’s Name.

7. Attachments:
1.1. RSVP Form
1.2. Draft Performance Work Statement (PWS)
1.3. Draft CLIN Structure
1.4. Tentative Agenda

Set-Aside: Competitive 8(a) Place of Performance: White Sands Missile Range DOC, Directorate of Contracting Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range, NM 88002-5201 White Sands Missile Range, NM 88002-5201 US URL: https://www.fbo.gov/notices/a3442ede39f0bcb6132f47fbc0cf83fa
OutreachSystems Article Number: 130308/SPECIAL/1017
Matching Key Words: video*; you; website; page?; event?; 

Other Federal Procurements (small)

229px-American_Public_Transportation_Association_(logo).svgAmerican 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 — Lextran – RFP SOL Notice is hereby given that the Transit Authority of Lexington, Kentucky (Lextran) is requesting proposals from firms for the purchase of buses. Copies of the Request for Proposals are available from the office of Keith Srutowski, Lextran, 109 West Loudon Avenue, Lexington, KY 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 17, 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 14, 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: 130309/SMALL/8897
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 from229px-American_Public_Transportation_Association_(logo).svg firms for the purchase of buses. 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 17, 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 14, 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: 130305/SMALL/3080
Matching Key Words: state!ky; 

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 – Inv Bids for License Construction & Operation of Zip Line RFB : SOL Inv Bids for License Construction & Operation of Zip Line RFB : 1300000800 Facilities & Support Services Request for Bids(RFB) Published On : 3/12/13 Amended On : Closing On : 4/30/13 4:00 PM EDT Time Left: 48 Days, 04:31:29 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130314/BID/0004
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 – Full Operation – Medium Security Adult Correctional Facility RFP SOL Full Operation – Medium Security Adult Correctional Facility RFP : 1300000272 Office Of The Controller Jodyi Hall Services NPS Request for Proposals(RFP) Published On : 3/12/13 Amended On : Closing On : 4/24/13 3:30 PM EDT Time Left: 42 Days, 04:00:58 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130314/BID/0005
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 – EMERGENCY EVENT MANAGEMENT SYSTEMS RFP : 1300000270 Off SOL EMERGENCY EVENT MANAGEMENT SYSTEMS RFP : 1300000270 Office Of The Controller Susan Noland Info Technology Request for Proposals(RFP) Published On : 3/12/13 Amended On : Closing On : 4/19/13 3:30 PM EDT Time Left: 37 Days, 04:00:42 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130314/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Hawaii – City and County of Honolulu https://www5.honolulu.gov/webapp/vss/Advantage 530 South King Street, Room No. 115, Honolulu, Hawaii 96813. Phone: (808) 523-4867. Fax: (808) 523-4847. E-mail: purconst@co.honolulu.hi.us.

T – Be A Jerk Campaign Video Documentary SOL RFQ-DCS-1300380-1 Be A Jerk Campaign Video Documentary For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130314/BID/0283
Matching Key Words: documentar*; 


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 – Glacier Run Artic Ambassador Center Snowy Owl Exhibit SOL IFB-3025-0-2013/TB Glacier Run Artic Ambassador Center Snowy Owl Exhibit For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130314/BID/0340
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 – RCRA Training Course RFP : 1300000280 Department for En SOL RCRA Training Course RFP : 1300000280 Department for Environmental Protection Educational Request for Proposals(RFP) Published On : 3/11/13 Amended On : Closing On : 4/29/13 12:00 PM EDT Time Left: 48 Days, 00:20:22 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130313/BID/0016
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 – FY13/14 KTAP DDS Medical Consultants RFP : 1300000238 D SOL FY13/14 KTAP DDS Medical Consultants RFP : 1300000238 Department for Income Support Request for Proposals(RFP) Published On : 3/11/13 Amended On : Closing On : 3/28/13 3:30 PM EDT Time Left: 16 Days, 03:50:05 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130313/BID/0017
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 – Body Removal Services SOL IFB-3021-0-2013/TN Body Removal Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130309/BID/0332
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 Addendum #2Attachment F (revised) Addendum #3 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130309/BID/0333
Matching Key Words: age:state!ky; state!ky; 


Ohio – City of Columbus http://vendorservices.columbus.gov/e-proc/venSolicitationsAll.asp?link=Open+Solicitations City of Columbus Purchasing Office, 50 W. Gay Street, 1st Floor, Columbus, Ohio 43215, Phone: (614) 645-8315, Fax: (614) 645-7051

R – Canadian Geese Management Service SOL SO042847 PURPOSE: During the year the City needs to purchase Canadian Geese Management and Wildlife control Services on an as needed basis. The estimated dollar amount to be spent on this agreement is: $3000.00 To satisfy these needs, this Office must establish a purchase order pursuant to a blanket order agreement and to enable payments. The Purchase Order will represent a maximum obligation for the City of Columbus over a particular time period. The City may spend all, part or none of the funding noted on the Purchase Order. The Purchase Order shall not be construed as an actual order to manufacture, ship, or provide any items or services. Rather, this order enables properly authorized City agency personnel to make purchases on an “as needed” basis per the referenced solicitation.Any number of written purchase orders may be issued at the discretion of the city to increase or decrease available funds during the term of the agreement. At no time shall the maximum obligation of the City agency exceed the cumulative dollar amount of associated purchase orders.The funds available on the Purchase Order expire on 2/28/2014. Any available funds balance not obligated by the City for accounts payable on items/work ordered on or prior to that date shall be cancelled after that date.Prices shall be FOB Destination Freight Prepaid & Allowed unless otherwise specified.BIDDING INSTRUCTIONS:Please fill in line #1 as follows: Quantity = 1 (one)Unit of measure = LT (lot)Amount = $3,000.00. Total estimated dollar amount (see first paragraph above). (Line #1 continued) IN THE COMMENT BOX TO THE RIGHT OF LINE #1, PLEASE INDICATE:#1) ANY TRADE DISCOUNT (reduction from list price), IF APPLICABLE, WHICH SHALL BE APPLIED TO THE PURCHASES OF ALL ITEMS UNDER THIS AGREEMENT, and#2) THE NAME (AND LOCATION) OF THE PRICE LIST FROM WHICH THE DISCOUNT IS TO APPLY.For any additional lines please provide the unit cost as requested. These additional lines are representative items and the quantities are estimates that will be used for evaluation purposes. If no discount percentage and/or price list is indicated for line #1 then the maximum scope and amount of the award will be ONLY for the additional line items listed.The approved vendor must adhere to the following:1. Be an ODNR approved goose round up wildlife control company.2. Acquire the necessary permits from ODNR.3. Perform goose round up in compliance with all ODNR specifications.4. Perform the goose round up in a sensitive and humane manner as viewed by the public.5. Provide required transportation with bedding and space necessary per bird.6. Be able to provide up to 3 staff members if necessary to perform the goose round up in an appropriate and humane manner.7. Perform video documentation of the goose round up from start to finish.8. Show evidence of having performed a minimum of 30 goose round-ups without incident.9. Must be able to provide 3 references, and have a minimum of 5 years of experience.Scope of work to be performed: This contract is being established for the discouragement and/or the relocation of Canadian geese at the City of Columbus, Department of Public Utilities, Division of Water. This service will be performed at the 910 Dublin Road, Columbus, Ohio 43215. Normal hours of operations will be Monday thru Friday 7:00 am to 3:00 pm. We would like this service to be performed in one of two phases: either by a discouragement phase or by a handling phase. The discouragement phase may contain: pyrotechnic discouragement, canine discouragement, physical discouragement, night discouragement, audio discouragement or by a canine effigy. The handling phase may contain: egg addling, nest destruction or geese round-up/relocation. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130309/BID/0603
Matching Key Words: video*; documentation; instruct*; 


Washington – General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300

R – Multilingual Video Translation Project SOL Ref #: RFP-13-PERS-025 Provide multilingual translation services to produce public education videos. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130309/BID/0886
Matching Key Words: video*; produc*; education*; produce?; 

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 – Medicaid Enterprise Management System RFP RFP : 1300000287 SOL Medicaid Enterprise Management System RFP RFP : 1300000287 Office Of The Controller Stephanie Williams Info Technology Request for Proposals(RFP) Published On : 3/6/13 Amended On : Closing On : 6/24/13 3:30 PM EDT Time Left: 109 Days, 03:50:24 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130308/BID/0003
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 – Sponsorship – Summer Play Production – Old For Harrod SP RFP : SOL Sponsorship – Summer Play Production – Old For Harrod SP RFP : 1300000282 Kentucky Department Of Parks Request for Proposals(RFP) Published On : 3/6/13 Amended On : Closing On : 3/13/13 11:00 AM EDT Time Left: 5 Days, 23:18:49 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130308/BID/0006
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 Addendum #2Attachment F (revised) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130308/BID/0375
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 – 18″ AND 24″ STOP/SLOW SIGN PADDLES RFB
: 1300000773 Tra SOL 18″ AND 24″ STOP/SLOW SIGN PADDLES RFB : 1300000773 Transportation – Office Of The Secretary ERIN EAGAN Equipment Request for Bids(RFB) Published On : 3/5/13 Amended On : Closing On : 3/22/13 10:00 AM EDT Time Left: 15 Days, 22:24:23 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130307/BID/0006
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 – Sponsorship – Easter Egg Hunt – Buckhorn Lake SRP RFP : 1300000 SOL Sponsorship – Easter Egg Hunt – Buckhorn Lake SRP RFP : 1300000278 Kentucky Department Of Parks Request for Proposals(RFP) Published On : 3/5/13 Amended On : Closing On : 3/11/13 11:00 AM EDT Time Left: 4 Days, 23:17:26 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130307/BID/0011
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 – Price Contract for Codification of Metro Government Ordinances SOL IFB-3018-0-2013/MBB Price Contract for Codification of Metro Government Ordinances For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130306/BID/0311
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 – Statewide Certification Program for Environmental Educators RFP SOL Statewide Certification Program for Environmental Educators RFP : 1300000273 Kentucky Environmental Education Council Educational Request for Proposals(RFP) Published On : 3/1/13 Amended On : Closing On : 4/1/13 2:00 PM EDT Time Left: 28 Days, 02:07:15 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130305/BID/0004
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 – Horseback Riding Concession – Barren River SRP RFB : 1300000725 SOL Horseback Riding Concession – Barren River SRP RFB : 1300000725 Office Of The Controller Jane Stamper Request for Bids(RFB) Published On : 3/1/13 Amended On : Closing On : 3/13/13 1:30 PM EDT Time Left: 9 Days, 01:35:34 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130305/BID/0008
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES  BIDS AND PURCHASES

pledge-footer_original

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities Bids and Purchases | beenetworknews - March 21, 2013

    […] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: