Business and Career Opportunities Bids and Purchases

March 21, 2013

Business / Career

FedBizOps – Procurements

Department of the Air Force, Direct Reporting Unit – AFPC/SVC, AFPC/SVC – AFNAFPO, 2261 Hughes Ave Ste #156 Lackland AFB TX 78236-985499 — High Adventure & Outdoor Recreation F41999-13-I-7008 041513 Annie Flores, Phone 210-395-7831, Email Gloria.Flores@us.af.mil This is a Request for Information (RFI) only.

The Air Force Personnel Center Services Directorate (AFPC/SV) seeks information and pricing to obtain and sustain a High Adventure and Outdoor Recreation program at a356px-Seal_of_the_US_Air_Force.svg corporate level. AFPC/SV is particularly interested in gathering information regarding a solution that allows a partnership for paid and unpaid programs or events; however, AFPC/SV will accept information on any similar viable solutions. AFPC requests information and pricing for a complete solution to  include by not limited to: hardware/equipment, operating solutions, any licensing or installation of equipment, training, marketing and/or any maintenance and support. Responses should include any standard maintenance, warranty packages, software or video content updates and price. Responses may include industry standars, benchmarks, and best practice information regarding high adventure and outdoor recreation programs.

Basic Need: The AFPC/SV is seeking information on High Adventure and Outdoor Recreational programs offering more convenient, cost-effective recreational programs. Information is sought on solutions which meet the following minimum criteria:

– Enables military families, group or individual events/programs with or without instruction, i.e. camping, hiking, white water rafting, kayaking, biking, rock climbing, fishing, horseback riding, overnight boating tours, etc.

– Provide a high quality informational video, content to include a number of programs currently offered.

– Offer beginner, intermediate, and advanced level programs/events.

– Solution must include all support equipment or hardware, any software and video content required, to be fully operational. This will include at a minimum: information kiosk, projector and screen, speakers, class video instruction, video updates, software and software updates.

– A pricing module to include kiosk maintenance and support, installation and warranty.

Set-Aside: Competitive 8(a) Place of Performance: **POC information for RFI only. Location for services would be Air Force wide.** AFPC/SVCSB 2261 Hughes Ave, Ste 156 JBSA Lackland, TX 78236-9854 US URL:https://www.fbo.gov/spg/USAF/AFSVA/AFNAFPO/F41999-13-I-7008/listing.html
OutreachSystems Article Number: 130321/PROCURE/0491
Matching Key Words: video*; train*; event?; instruct*;

600px-US-DeptOfAgriculture-Seal2.svgDepartment 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 Welding 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 is posted on the FedBizOpps website for downloading.

All questions regarding this solicitation should be directed in writing to Jenney Rockman by email or direct mail. Questions must be received by 4/24/2013. An alternative contact is Donald Watson at drwatson02@fs.fed.us.

Additional Information:

The Government intends to establish a single firm-fixed price award  as a result of this solicitation for a Base Year, and four (4) Option Years that will be exercised at the Government’s sole discretion.  Any contract established will be with the Offeror whose quote complies with the RFQ instructions (located on page 19 of the solicitation) and whose quote represents the best value to the Government, price and other factors considered as outlined in the solicitation.

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/4088eeaa6d00c259b4b6de4b66d91bd7
OutreachSystems Article Number: 130321/PROCURE/0547
Matching Key Words: state!ky;

Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416 Washington DC 20536

R — Language Proficiency Interviewer (LPI) – Tester/Trainer – Ecuador and Peru 2013 PC-13-3-EC-PE 040213 Robert D. Livengood, Phone (202) 692-1752, Fax (202) 692-1590, Email rlivengood@peacecorps.gov Peace Corps announces a short term service contract opportunity with a Language Proficiency Interviewer (LPI) – Tester/Trainer for two up-and-coming workshops. The first is in Ecuador on April 22-27, 2013. The second is in Peru on April 29 through May 3, 2013. The contractor MUST be able to work in the locations on the specified dates.
To apply for this short-term service CONTRACT position, you must reply with up-to-date resume to the primary contact below (at the bottom of this announcement). Email600px-US-PeaceCorps-Logo.svg is the preferred method.

The contractor will work outside of the in-country dates. Total contract length: 16 days total in between the dates 4/15/2013 and 5/15/2013.
Starting: April 15, 2013
Salary Range: based on position specific job experience and any recent salary history with Peace Corps

The services to be provided are specified as follows:
A. Services to be provided

• Conduct PC LPI tester training for each post using audio and video tapes as supplied by PC-Washington to supplement the training manual
• Discuss with local Language Coordinator issues of quality control, Training of Language Trainers (TOT), and LPI Standards at each post.
• Bring materials to posts from Peace Corps-Washington as needed
• Conduct conference call with each post at least one week prior to trip
• Work with language testing coordinator at PC-Washington to plan workshop and trip
• Return all audio and video tapes, overhead transparencies and other materials supplied by PC-Washington to the language coordinator at PC-Washington

Workshop-Related Deliverables: to be returned within 3 weeks of completion of the workshops
1. Participant evaluation forms: these will identify the participant as certified, provisionally certified, or not certified. The evaluation will be based on the participant’s workshop participation, 2 certification interviews, written exam, and listen & rate exam. This evaluation will be shared with the participant by Peace Corps-Washington.
• 1 for each participant
• Required to be submitted electronically
2. Trainer workshop report
• 1 detailed report for each Peace Corps post visited
• Required to be submitted electronically
3. Written Exam (1 for each participant)
• To be corrected during the workshop with participants
4. Listen & Rate Exam (1 for each participant)
• To be corrected during the workshop with participants
5. Participant’s Workshop Evaluation (1 for each participant)
• To be completed at the end of the workshop by participants
6. Cassettes/CDs of 2 certification interviews for each participant
7. Training Audios CDs (provided by Peace Corps prior to the workshop)
8. Testing Audios CDs (provided by Peace Corps prior to the workshop)
9. Training Video DVDs (provided by Peace Corps prior to the workshop)
10. CD with PowerPoints and Other Workshop Materials (provided by Peace Corps prior to the workshop)
Travel-related Forms
1. Travel Voucher Sheet with original signature
2. All receipts pertaining to travel (itemized food receipts not necessary)
3. Completed Schedule of Expense sheet
• Required to be submitted electronically
Contract-related Forms
1. Contractor’s Release (1 page) with original signature
2. Purchase Order, Receiving Report and Voucher (2 pages) with original signature on both pages
3. All receipts related to contract agreement (Clements, SOS, mailings and misc.)

__________

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. The Peace Corps mission is to promote world peace and friendship through service to others. Peace Corps Volunteers live and work within the community they serve abroad, learning the local language, and contributing skills. This technical assistance is one of three goals of the Peace Corps. The other two goals revolve around cross-cultural understanding gained as the people of other countries acquire a better understanding of America and as the Volunteers return home to share their cultural experiences with fellow Americans. The US Peace Corps has a requirement for the purchase of the following item in the quantities described and listed below:

Language Proficiency Interviewer (LPI) – Tester/Trainer

The FAR clauses contained herein apply to the solicitation. Prospective contractors shall complete electronic annual representations and certifications at http://www.SAM.gov in conjunction with required registration in the System Acquisitions Management (SAM) database.

The selected Offeror must comply with the following terms and conditions, which are incorporated by reference: FAR clauses as cited are applicable to this acquisition:
52.202-1 Definitions Jan 2012
52.203-3 Gratuities Apr 1984
52.203-5 Covenant Against Contingent Fees Apr
1984 52.217-9 Option to Extend the Term of the Contract
Mar 2000 52.222-26 Equal Opportunity Mar 2007
52.222-36 Affirmative Action for Workers with Disabilities Oct 2010
52.222-50 Combating Trafficking in Persons Feb 2009
52.224-1 Privacy Act Notification Apr 1984
52.224-2 Privacy Act Apr 1984 52.232-1 Payments Apr 1984
52.232-3 Payments under Personal Services Contracts Apr 1984
52.232-18 Availability of Funds Apr 1984
52.232-25 Prompt Payment Oct 2008
52.233-1 Disputes Jul 2002 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
52.243-1 Changes – Fixed Price Aug 1987

Award will be based on best value to the Peace Corps. Responses are due on or before April 2, 2013 at 11:59 PM Eastern Time via email attachment.

Place of Performance: USA, Ecuador and Peru US URL: https://www.fbo.gov/spg/PC/OPBF/OC/PC-13-3-EC-PE/listing.html
OutreachSystems Article Number: 130320/PROCURE/0080
Matching Key Words: video*; train*; conference?; you; page?; commercial?; 


600px-US-PeaceCorps-Logo.svgPeace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416 Washington DC 20536

R — Language Proficiency Interviewer (LPI) – Tester/Trainer – Ethiopia PC-13-3-ETH 050113 Robert D. Livengood, Phone (202) 692-1752, Fax (202) 692-1590, Email rlivengood@peacecorps.gov Peace Corps announces a short term service contract opportunity with a Language Proficiency Interviewer (LPI) – Tester/Trainer for an up-and-coming workshop in Ethiopia on May 27 through June 1, 2013. The contractor MUST be able to work in the location on the specified date.
To apply for this short-term service CONTRACT position, you must reply with up-to-date resume to the primary contact below (at the bottom of this announcement). Email is the preferred method.

The contractor will work outside of the in-country dates. Total contract length: 8 days total in between the dates 5/15/2013 and 6/15/2013.
Starting: May 15, 2013
Salary Range: based on position specific job experience and any recent salary history with Peace Corps

The services to be provided are specified as follows:
A. Services to be provided

• Conduct PC LPI tester training for each post using audio and video tapes as supplied by PC-Washington to supplement the training manual
• Discuss with local Language Coordinator issues of quality control, Training of Language Trainers (TOT), and LPI Standards at each post.
• Bring materials to posts from Peace Corps-Washington as needed
• Conduct conference call with each post at least one week prior to trip
• Work with language testing coordinator at PC-Washington to plan workshop and trip
• Return all audio and video tapes, overhead transparencies and other materials supplied by PC-Washington to the language coordinator at PC-Washington

Workshop-Related Deliverables: to be returned within 3 weeks of completion of the workshops
1. Participant evaluation forms: these will identify the participant as certified, provisionally certified, or not certified. The evaluation will be based on the participant’s workshop participation, 2 certification interviews, written exam, and listen & rate exam. This evaluation will be shared with the participant by Peace Corps-Washington.
• 1 for each participant
• Required to be submitted electronically
2. Trainer workshop report
• 1 detailed report for each Peace Corps post visited
• Required to be submitted electronically
3. Written Exam (1 for each participant)
• To be corrected during the workshop with participants
4. Listen & Rate Exam (1 for each participant)
• To be corrected during the workshop with participants
5. Participant’s Workshop Evaluation (1 for each participant)
• To be completed at the end of the workshop by participants
6. Cassettes/CDs of 2 certification interviews for each participant
7. Training Audios CDs (provided by Peace Corps prior to the workshop)
8. Testing Audios CDs (provided by Peace Corps prior to the workshop)
9. Training Video DVDs (provided by Peace Corps prior to the workshop)
10. CD with PowerPoints and Other Workshop Materials (provided by Peace Corps prior to the workshop)
Travel-related Forms
1. Travel Voucher Sheet with original signature
2. All receipts pertaining to travel (itemized food receipts not necessary)
3. Completed Schedule of Expense sheet
• Required to be submitted electronically
Contract-related Forms
1. Contractor’s Release (1 page) with original signature
2. Purchase Order, Receiving Report and Voucher (2 pages) with original signature on both pages
3. All receipts related to contract agreement (Clements, SOS, mailings and misc.)

__________

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. The Peace Corps mission is to promote world peace and friendship through service to others. Peace Corps Volunteers live and work within the community they serve abroad, learning the local language, and contributing skills. This technical assistance is one of three goals of the Peace Corps. The other two goals revolve around cross-cultural understanding gained as the people of other countries acquire a better understanding of America and as the Volunteers return home to share their cultural experiences with fellow Americans. The US Peace Corps has a requirement for the purchase of the following item in the quantities described and listed below:

Language Proficiency Interviewer (LPI) – Tester/Trainer

The FAR clauses contained herein apply to the solicitation. Prospective contractors shall complete electronic annual representations and certifications at http://www.SAM.gov in conjunction with required registration in the System Acquisitions Management (SAM) database.

The selected Offeror must comply with the following terms and conditions, which are incorporated by reference: FAR clauses as cited are applicable to this acquisition:
52.202-1 Definitions Jan 2012
52.203-3 Gratuities Apr 1984
52.203-5 Covenant Against Contingent Fees Apr
1984 52.217-9 Option to Extend the Term of the Contract
Mar 2000 52.222-26 Equal Opportunity Mar 2007
52.222-36 Affirmative Action for Workers with Disabilities Oct 2010
52.222-50 Combating Trafficking in Persons Feb 2009
52.224-1 Privacy Act Notification Apr 1984
52.224-2 Privacy Act Apr 1984 52.232-1 Payments Apr 1984
52.232-3 Payments under Personal Services Contracts Apr 1984
52.232-18 Availability of Funds Apr 1984
52.232-25 Prompt Payment Oct 2008
52.233-1 Disputes Jul 2002 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
52.243-1 Changes – Fixed Price Aug 1987

Award will be based on best value to the Peace Corps. Responses are due on or before May 1, 2013 at 11:59 PM Eastern Time via email attachment.

Place of Performance: USA, Ethiopia US URL: https://www.fbo.gov/spg/PC/OPBF/OC/PC-13-3-ETH/listing.html
OutreachSystems Article Number: 130320/PROCURE/0081
Matching Key Words: video*; train*; conference?; you; page?; commercial?; 


Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416 Washington DC 20536

R — Language Proficiency Interviewer (LPI) – Tester/Trainer – Belize PC-13-3-Belize 050113 Robert D. Livengood, Phone (202) 692-1752, Fax (202) 692-1590, Email rlivengood@peacecorps.gov Peace Corps announces a short term service contract opportunity with a Language Proficiency Interviewer (LPI) – Tester/Trainer for an up-and-coming workshop in Belize on May 27 through June 1, 2013. The contractor MUST be able to work in the location on the specified date.
To apply for this short-term service CONTRACT position, you must reply with up-to-date resume to the primary contact below (at the bottom of this announcement). Email600px-US-PeaceCorps-Logo.svg is the preferred method.

The contractor will work outside of the in-country dates. Total contract length: 8 days total in between the dates 5/15/2013 and 6/15/2013.
Starting: May 15, 2013
Salary Range: based on position specific job experience and any recent salary history with Peace Corps

The services to be provided are specified as follows:
A. Services to be provided

• Conduct PC LPI tester training for each post using audio and video tapes as supplied by PC-Washington to supplement the training manual
• Discuss with local Language Coordinator issues of quality control, Training of Language Trainers (TOT), and LPI Standards at each post.
• Bring materials to posts from Peace Corps-Washington as needed
• Conduct conference call with each post at least one week prior to trip
• Work with language testing coordinator at PC-Washington to plan workshop and trip
• Return all audio and video tapes, overhead transparencies and other materials supplied by PC-Washington to the language coordinator at PC-Washington

Workshop-Related Deliverables: to be returned within 3 weeks of completion of the workshops
1. Participant evaluation forms: these will identify the participant as certified, provisionally certified, or not certified. The evaluation will be based on the participant’s workshop participation, 2 certification interviews, written exam, and listen & rate exam. This evaluation will be shared with the participant by Peace Corps-Washington.
• 1 for each participant
• Required to be submitted electronically
2. Trainer workshop report
• 1 detailed report for each Peace Corps post visited
• Required to be submitted electronically
3. Written Exam (1 for each participant)
• To be corrected during the workshop with participants
4. Listen & Rate Exam (1 for each participant)
• To be corrected during the workshop with participants
5. Participant’s Workshop Evaluation (1 for each participant)
• To be completed at the end of the workshop by participants
6. Cassettes/CDs of 2 certification interviews for each participant
7. Training Audios CDs (provided by Peace Corps prior to the workshop)
8. Testing Audios CDs (provided by Peace Corps prior to the workshop)
9. Training Video DVDs (provided by Peace Corps prior to the workshop)
10. CD with PowerPoints and Other Workshop Materials (provided by Peace Corps prior to the workshop)
Travel-related Forms
1. Travel Voucher Sheet with original signature
2. All receipts pertaining to travel (itemized food receipts not necessary)
3. Completed Schedule of Expense sheet
• Required to be submitted electronically
Contract-related Forms
1. Contractor’s Release (1 page) with original signature
2. Purchase Order, Receiving Report and Voucher (2 pages) with original signature on both pages
3. All receipts related to contract agreement (Clements, SOS, mailings and misc.)

__________

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. The Peace Corps mission is to promote world peace and friendship through service to others. Peace Corps Volunteers live and work within the community they serve abroad, learning the local language, and contributing skills. This technical assistance is one of three goals of the Peace Corps. The other two goals revolve around cross-cultural understanding gained as the people of other countries acquire a better understanding of America and as the Volunteers return home to share their cultural experiences with fellow Americans. The US Peace Corps has a requirement for the purchase of the following item in the quantities described and listed below:

Language Proficiency Interviewer (LPI) – Tester/Trainer

The FAR clauses contained herein apply to the solicitation. Prospective contractors shall complete electronic annual representations and certifications at http://www.SAM.gov in conjunction with required registration in the System Acquisitions Management (SAM) database.

The selected Offeror must comply with the following terms and conditions, which are incorporated by reference: FAR clauses as cited are applicable to this acquisition:
52.202-1 Definitions Jan 2012
52.203-3 Gratuities Apr 1984
52.203-5 Covenant Against Contingent Fees Apr
1984 52.217-9 Option to Extend the Term of the Contract
Mar 2000 52.222-26 Equal Opportunity Mar 2007
52.222-36 Affirmative Action for Workers with Disabilities Oct 2010
52.222-50 Combating Trafficking in Persons Feb 2009
52.224-1 Privacy Act Notification Apr 1984
52.224-2 Privacy Act Apr 1984 52.232-1 Payments Apr 1984
52.232-3 Payments under Personal Services Contracts Apr 1984
52.232-18 Availability of Funds Apr 1984
52.232-25 Prompt Payment Oct 2008
52.233-1 Disputes Jul 2002 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
52.243-1 Changes – Fixed Price Aug 1987

Award will be based on best value to the Peace Corps. Responses are due on or before May 1, 2013 at 11:59 PM Eastern Time via email attachment.

Place of Performance: USA, Belize US URL: https://www.fbo.gov/spg/PC/OPBF/OC/PC-13-3-Belize/listing.html
OutreachSystems Article Number: 130320/PROCURE/0082
Matching Key Words: video*; train*; conference?; you; page?; commercial?; 


600px-US-PeaceCorps-Logo.svgPeace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416 Washington DC 20536

R — Language Proficiency Interviewer (LPI) – Tester/Trainer – Madagascar PC-13-3-MAD 050113 Robert D. Livengood, Phone (202) 692-1752, Fax (202) 692-1590, Email rlivengood@peacecorps.gov Peace Corps announces a short term service contract opportunity with a Language Proficiency Interviewer (LPI) – Tester/Trainer for an up-and-coming workshop in Madagascar on June 10 through June 15, 2013. The contractor MUST be able to work in the location on the specified date.
To apply for this short-term service CONTRACT position, you must reply with up-to-date resume to the primary contact below (at the bottom of this announcement). Email is the preferred method.

The contractor will work outside of the in-country dates. Total contract length: 8 days total in between the dates 6/1/2013 and 7/1/2013.
Starting: Jun 1, 2013
Salary Range: based on position specific job experience and any recent salary history with Peace Corps

The services to be provided are specified as follows:
A. Services to be provided

• Conduct PC LPI tester training for each post using audio and video tapes as supplied by PC-Washington to supplement the training manual
• Discuss with local Language Coordinator issues of quality control, Training of Language Trainers (TOT), and LPI Standards at each post.
• Bring materials to posts from Peace Corps-Washington as needed
• Conduct conference call with each post at least one week prior to trip
• Work with language testing coordinator at PC-Washington to plan workshop and trip
• Return all audio and video tapes, overhead transparencies and other materials supplied by PC-Washington to the language coordinator at PC-Washington

Workshop-Related Deliverables: to be returned within 3 weeks of completion of the workshops
1. Participant evaluation forms: these will identify the participant as certified, provisionally certified, or not certified. The evaluation will be based on the participant’s workshop participation, 2 certification interviews, written exam, and listen & rate exam. This evaluation will be shared with the participant by Peace Corps-Washington.
• 1 for each participant
• Required to be submitted electronically
2. Trainer workshop report
• 1 detailed report for each Peace Corps post visited
• Required to be submitted electronically
3. Written Exam (1 for each participant)
• To be corrected during the workshop with participants
4. Listen & Rate Exam (1 for each participant)
• To be corrected during the workshop with participants
5. Participant’s Workshop Evaluation (1 for each participant)
• To be completed at the end of the workshop by participants
6. Cassettes/CDs of 2 certification interviews for each participant
7. Training Audios CDs (provided by Peace Corps prior to the workshop)
8. Testing Audios CDs (provided by Peace Corps prior to the workshop)
9. Training Video DVDs (provided by Peace Corps prior to the workshop)
10. CD with PowerPoints and Other Workshop Materials (provided by Peace Corps prior to the workshop)
Travel-related Forms
1. Travel Voucher Sheet with original signature
2. All receipts pertaining to travel (itemized food receipts not necessary)
3. Completed Schedule of Expense sheet
• Required to be submitted electronically
Contract-related Forms
1. Contractor’s Release (1 page) with original signature
2. Purchase Order, Receiving Report and Voucher (2 pages) with original signature on both pages
3. All receipts related to contract agreement (Clements, SOS, mailings and misc.)

__________

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. The Peace Corps mission is to promote world peace and friendship through service to others. Peace Corps Volunteers live and work within the community they serve abroad, learning the local language, and contributing skills. This technical assistance is one of three goals of the Peace Corps. The other two goals revolve around cross-cultural understanding gained as the people of other countries acquire a better understanding of America and as the Volunteers return home to share their cultural experiences with fellow Americans. The US Peace Corps has a requirement for the purchase of the following item in the quantities described and listed below:

Language Proficiency Interviewer (LPI) – Tester/Trainer

The FAR clauses contained herein apply to the solicitation. Prospective contractors shall complete electronic annual representations and certifications at http://www.SAM.gov in conjunction with required registration in the System Acquisitions Management (SAM) database.

The selected Offeror must comply with the following terms and conditions, which are incorporated by reference: FAR clauses as cited are applicable to this acquisition:
52.202-1 Definitions Jan 2012
52.203-3 Gratuities Apr 1984
52.203-5 Covenant Against Contingent Fees Apr
1984 52.217-9 Option to Extend the Term of the Contract
Mar 2000 52.222-26 Equal Opportunity Mar 2007
52.222-36 Affirmative Action for Workers with Disabilities Oct 2010
52.222-50 Combating Trafficking in Persons Feb 2009
52.224-1 Privacy Act Notification Apr 1984
52.224-2 Privacy Act Apr 1984 52.232-1 Payments Apr 1984
52.232-3 Payments under Personal Services Contracts Apr 1984
52.232-18 Availability of Funds Apr 1984
52.232-25 Prompt Payment Oct 2008
52.233-1 Disputes Jul 2002 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
52.243-1 Changes – Fixed Price Aug 1987

Award will be based on best value to the Peace Corps. Responses are due on or before May 1, 2013 at 11:59 PM Eastern Time via email attachment.

Place of Performance: USa, Madagascar US URL: https://www.fbo.gov/spg/PC/OPBF/OC/PC-13-3-MAD/listing.html
OutreachSystems Article Number: 130320/PROCURE/0083
Matching Key Words: video*; train*; conference?; you; page?; commercial?; 


Department of the Army, Army Contracting Command, MICC, MICC – Presidio of Monterey (RC – West), MICC – Presidio of Monterey (RC – West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955

R–Foreign Language Television Broadcast and Support Services/Products W9124N-13-Q-0038 041213 Todd Bales, 831-242-4078 MICC – Presidio of Monterey (RC – West ) This is a Sources Sought notification. In no way should it be construed to be an announcement of a solicitation or a solicitation. The purpose of this announcement is to seek from industry possible solutions to the required Army requirement of Foreign Language Broadcasting TV Services for Defense Language Institute Foreign Language Center in California.

The successful contractor will provide services to deliver satellite-transmitted, web-streamed, and internet-downloadable international television programming also applicable for mobile devices to DoD users to support language learning in languages of military interest with access to Digital Archive and web-support; provide searchable150px-AMC_dui database with copyright-cleared recorded audio and video resources for all available languages; provides copyright-cleared newspaper materials; provide online learning lesson materials for languages as specified; provide speech-to-text machine transcription and translation services for specified languages; provide digitized editable text materials for specified languages; provide newspaper materials in PDF format; provide DVDs with professionally produced videos from requested countries; provide videosrecorded about everyday situations as specified; provide website and database support; maintain user authentication database, provide quarterly usage/user statistics reports and adhere to delivery schedule. .
Supporting Documentation: A draft Performance Work Statement (PWS) is attached to this Sources Sought document to aid industry in providing a thorough response. If the Government decides to release a solicitation at a future time, the PWS may be modified in total or in parts as deemed necessary by the Government.

NOTE: THIS IS NOT A SOLICITATION

Vendors shall submit the following in writing NLT the closing date of this notice:
(1) Capability statement for their company;
(2) NAICS code(s) that they most frequently do business under;
(3) Applicable size standard; and
(4) Estimate of the contractor’s mobilization time requirement (Phase in period)

All responses must address each of the above stated requirements.

Respond to Sources Sought Notification
ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT IS VOLUNTARY AND THE GOVERNMENT WILL NEITHER PAY FOR INFORMATION REQUESTED NOR COMPENSATE FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE GOVERNMENT.

The response date for this announcement is 12 APRIL 2013. 3:00 P.M., PACIFIC TIME. No collect calls will be accepted. No telephone requests or written requests will be accepted. ORAL COMMUNICATIONS ARE NOT ACCEPTABLE IN RESPONSE TO THIS NOTICE.
Interested parties should submit in a description of their ability to meet the above requirement. Interested parties are further invited to comment on Sources Sought notification to identify any possible obstacles to successfully completing the requirements of the United States Army in this matter. The description of ability shall also be electronically submitted as a SINGLE pdf attachment no later than 12 April 2013 at 3:00 p.m. Pacific Time through the AMRDEC SAFE computer portal (https://safe.amrdec.army.mil/SAFE2). When using the AMRDEC system, the proposal should be sent to the contract specialist at todd.s.bales.civ@mail.mil.
For questions, please contact Mr. Todd Bales, Contract Specialist at todd.s.bales.civ@mail.mil.

Place of Performance: Presidio of Monterey and Ord Military Community Various Monterey CA 93940 US URL: https://www.fbo.gov/notices/84c8bc1b9b14d0f2c06ea1c904480df3
OutreachSystems Article Number: 130320/PROCURE/0654
Matching Key Words: video*; edit*; produc*; website; web; business*; documentation; produce?; 


600px-US-DeptOfTheInterior-Seal.svgDepartment of the Interior, National Park Service, NPS – All Offices, NPS, HFC – Acquisition Management230 Zachary Taylor StreetP.O. Box 50Harpers FerryWV25425US

T–Post-Production Services for Petroglyph National Monument P13PS00295 032113 Melody Wolfe AUDIO POST PRODUCTION – This solicitation is cancelled in its entirety.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00295/listing.html
OutreachSystems Article Number: 130320/PROCURE/0667
Matching Key Words: naics!512110; 

Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN 1455 MARKET ST., 17TH FL San Francisco CA 94103-1398

99 — Interpretive Coho Salmon Film Project W912P7-13-T-0002 021513 Rolando Camerino, Contract Specialist, Phone 415/ 503-6959, Fax 415/ 503-6694, Email Rolando.Z.Camerino@usace.army.mil – Shirley A. Turnbo, Contracting Officer, Phone 415-503-6987, Fax 415-503-6694, Email shirley.a.turnbo@usace.army.mil 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 and quotes are being requested.

Solicitation # is  W912P7-13-T-0002. This is the the same project previously posted under sources sought notice W912P7-12-B-0002.  Submit only written offers, oral offers will not be accepted. All firms or individuals must be registered in SAM ( www.sam.gov ). The reps and certs section of your SAM registration must be filled out. This is a 100% TOTAL SET ASIDE FOR SMALL BUSINESS, NAICS 512110,Film and Motion PictureProduction, SBA size standards $33.5M. A site visit is scheduled on 31 January 2013, 9:30-AM-12:30 PM at address below: Call (707) 431-4533 if you have questions.

All quotes must be sent to Rolando Camerino email: rolando.z.camerino@usace.army.mil , mail adddress: 1455 Market St. 17th Floor, San Francisco, CA. 94103.  Electronic (via email) quotes are preferred. All quotes must be received NO LATER THAN 9:00 AM, 15 February 2013. Late quotes will not be accepted. Offerors are advised to read the solicitation in its entirety to insure they understand the terms and provisions. Offeror agrees to hold the prices firm in its offer for 30 calendar days from the date of receipt.
Submit quotes in 3 volumes as follows:

1. Volume 1 (Factor 1, Past Performance, 1-2 pages).
2. Volume 2 (Factor 2, Key Personnel, 1-2 pages)
3. Volume 3 (Price , see bid schedule in solicitation. Please indicate total bid price under item 0000, and the breakdown under items 0001-0017.
Please also submit your financial statements (statements of assets/liabilities) as evidence of contractor responsibility.

Set-Aside: Total Small Business Place of Performance: Milt Brandt Visitor Center, 3288 Skaggs Springs Road (Lake Sonoma) Geyserville, CA 95441 US URL: https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-13-T-0002/listing.html
OutreachSystems Article Number: 130316/PROCURE/0411
Matching Key Words: film?; produc*; you; site?; page?; business*; production?; commercial?; naics!512110; 

Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640

R — NB480000-13-00770-1 Teleconferencing Services NB480000-13-00770-1 032513 Willie W. Lu, Phone 3019758259, Email willie.lu@nist.gov – Carol A. Wood, Phone 301-975-8172, Fax 301-975-6273, Email carol.wood@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is a Request for Quotation (RFQ). Simplified Acquisition Procedures shall be utilized. The solicitation document and incorporated provisions and clauses are600px-US-DeptOfCommerce-Seal.svg those in effect through Federal Acquisition Circular 2005-64.

The associated North American Industrial Classification System (NAICS) code for this procurement is 517911, Telecommunications Resellers, with a small business size standard of 1,500 employees. This acquisition is being procured as a small business set-aside.

Background

For almost two decades the Hollings Manufacturing Extension Partnership (MEP), as part of the National Institute of Standards and Technology (NIST) in Gaithersburg, MD, has focused on increasing the competitiveness of the United States industrial base by bridging the productivity gap for manufacturers, identifying opportunities for growth, and encouraging technology deployment.

MEP provides its manufacturing customers with a wide array of fundamental services in business and process improvements helping them to stay strong and ready to compete in the global market. MEP focuses on the future for manufacturers by making advanced technology adoption a reality for any-sized business.

To accomplish MEP’s mission, MEP has used conferencing services with government and non-government entities to facilitate communications and outreach of the Gaithersburg staff as well as the MEP national system as a whole.

MEP requires teleconferencing services that provide an on-demand, self-service collaboration environment with both web and video-based multi-media conferencing service (i.e., web conferencing and videoconferencing) that can be used by government and non-government entities. WebEx Meetings will allow MEP to save travel costs and time while making meetings more efficient and leverage existing telecommuting technology by sharing documents, agendas, and recordings, and integrating video in a convenient and accessible online meeting space that provides one unified collaborative meeting area for both web conferencesand video conferences allowing people to attend meetings from anywhere, anytime, and on any device inside and outside of NIST’s firewalls.

This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency’s requirement.

All interested Contractors shall provide a firm fixed price quote for the following:

LINE ITEM 0001: Web Conferencing Services, WebEx Meeting Product, or equivalent that meets or exceeds all of the following salient characteristics and minimum requirements. The period of performance shall be one year from the date of award.

Salient Characteristics:

1. Vendor must have an IT Security Assessment and Authorization package that is either approved or pending with the GSA FedRAMP Project Management Office. See the GSA website for more information about FedRAMP: http://www.gsa.gov/portal/category/102371. If this is not feasible, an IT Security Assessment and Authorization package will be created by NIST MEP that accurately documents the security of the cloud service. Work shall not commence until the Assessment and Authorization package is approved.

2. Support at least 100 frequent hosts that have unlimited meeting usage with each host account assigned to various individuals at the Gaithersburg location as well as the other MEP locations in the United States.

3. Support for a minimum of 500 and maximum of 1,000 web and audio connections per meeting.

4. Support for IPv4 and IPv6.

5. Ability to record and store audio and video presentations with at least 50 GB of storage.

6. Use of a FIPS 140-2 validated cryptographic module is required for the transfer, storage, and processing of data (including audio and video).

7. Peer2peer (P2P; specifically Skype) technology or PC-to-PC calling must never be used.

The Web Conferencing Services shall provide service that includes, at a minimum, all of the following capabilities:

1. Cross-platform support for Windows XP, Windows 7, Mac OS X 10.7 or higher, and Mobile support for iOS devices version 6.0 or higher, and/or Android.

2. Ability to meet online on any device: desktop computers, laptops, mobile smartphones, and tablet computers with 3G or 4G Wireless service.
3. Browser-based conference atmosphere with compatibility with the following web browsers: Microsoft Internet Explorer 7 or higher, Mozilla Firefox 15 or higher, Google Chrome 22 or later, Apple Safari 6 or later.

4. Ability to conduct web conferences including desktop video and audio via public switched telephone network (PSTN):
• Ability to select toll or toll-free call-in or call-back, or Voice over IP calling (VoIP).

5. Support at least 100 frequent hosts that have unlimited meeting usage with each host account assigned to various individuals at the Gaithersburg location as well as the other MEP locations in the United States.

6. Send invitations and reminders to meeting participants using an automated phone call, text message, and email from user’s device.

7. Support for a maximum of 1,000 web and audio connections per meeting.

8. Support for IPv4 and IPv6.

9. Share any document in any format such as agendas, documents, spreadsheets, meeting notes, action items, web browser sessions (web pages).

10. Ability for Administrator to collect and view meeting activity reports showing, at a minimum, the usage per user account with the ability to view specific date ranges.

11. Record and store audio and video presentations (available on-demand; set-up per meeting at time of meeting). The presentation (video and audio), or portions thereof be recorded and saved in a standard format:
a. Storage/Distribution: Saves to location on the provider’s server. Options to stream, download, and/or publish the recording URL.
b. At least 50 GB of storage, with additional storage available at additional costs.
c. Supported File Formats: Advanced Recording Format (.arf), Windows Media (.wmv), Flash (.swf), or MPEG-3 (.mp3), or MPEG-4 (.mp4).
d. Ability to convert recorded conversion from Advanced Recording Format (.arf) to Windows Media (.wmv), or Flash (.swf), or MPEG-3 (mp3), or MPEG-4 (.mp4).
e. Recording Resolution 1024×768 or higher.
f. Max Recording Length: 12 hours.
g. Limited storage time for recorded meetings: all files will be deleted from the system within 30 days of upload (Administrator and meeting owner must be notified prior to deletion).

The Video Conferencing Services shall provide service that includes, at a minimum, all of the following capabilities:

1. Video conferencing bridging service to connect parties from a variety of different networks, including video and voice-only callers with unlimited video calling and data sharing. Service must be accessible by any participant with standards-based Session Initiation Protocol (SIP) or H.323 video standard and a public switched telephone network (PSTN) or VoIP providing the ability to make video calls inside and outside of NIST (both intracompany and intercompany).
a. Unlimited point-to-point video calling with users of service provider’s network with up to 9-way video calling bridge for joining impromptu video participants.
b. Unlimited point-to-point video calling with H.323 and Session Initiation Protocol (SIP) standards-based devices on other networks with support for calls from service provider’s network to H.323 devices using IP address dialing.
c. Ability to bridge up to 12 concurrent video-only or audio-only public switched telephone network (PSTN) users.
d. Compatibility with major vendors’ standards-based endpoints:
i. Implements video standards: H.264, H.263+, and H.263.
ii. Implements audio standards: G.711, G.722, G.722.1, and AAC-LD.

2. High Definition Television (HDTV) signal format: Up to 1080p, 30-frames per second (fps) or better with HD video quality with per-port audio and video transcoding.

3. Video and content displayed in multiple formats such as picture-in-picture (PiP), tiled, and floating formats.

4. Bandwidth of up to 4 Mbps bidirectional for endpoints capable of 1080p resolution; up to 3 Mbps bidirectional for endpoints capable of 720p resolution.

5. Support for IPv4, and IPv6.

6. Ability to view all attendees in a meeting while giving prominence to the active speaker using a shared conference resource, which is available only to a single participant at a time [dual-stream data sharing using Binary Floor Control Protocol (BFCP)].

7. Video calling for mobile participants (video conferencing available anywhere on any device).
• Compatibility with the following major web browsers: Microsoft Internet Explorer 7 or higher, Mozilla Firefox 15 or higher, Google Chrome 22 or later, Apple Safari 6 or later.

8. Private directory services with the ability to manage/update the directory by an Administrator.

9. No video infrastructure equipment or maintenance required (such as servers, MCU’s, switches, routers, bridges, software licensing, certificates (CA & PKI), etc.).

Minimum Requirements for Security:

1. End-to-end data encryption from the user’s web browser session to the provider’s server will be provided for each and every web conference. Use of a FIPS 140-2 validated cryptographic module is required for the transfer, storage, and processing of Moderate sensitivity data.

2. Remote control of a meeting presenter’s environment or participant’s environment must never be possible without the user’s consent. Users must be given a way to end the session immediately.

3. Protection from Man-in-the-middle attacks (intruder interrupting the dialog or modifying the data) must be implemented.

4. Peer2peer (P2P; specifically Skype) technology or PC-to-PC calling must never be used.

5. Protection from intruders gaining illegitimate access by posing as a trusted endpoint or a trusted server must be implemented.

6. Individual user accounts must be able to be given to specific users at specific locations. MEP Administrator will administer and manage all accounts.
• Users must be able to set strong passwords: at least 12 characters with alphanumeric characters and at least one special character.

7. Ability for Administrator to collect and view meeting activity reports showing usage per user account or per date range.

8. Vendor must have an IT Security Assessment and Authorization package that is either approved or pending with or the GSA FedRAMP Project Management Office. See the GSA website for more information about FedRAMP: http://www.gsa.gov/portal/category/102371. If this is not feasible, an IT Security Assessment and Authorization package will be created by NIST MEP that accurately documents the security of the cloud service. Work shall not commence until the Assessment and Authorization package is approved.

Minimum Requirements for Technical Support:

1. Technical support must be provided in the United States (including Puerto Rico) 24 x 7 x 365.

2. Free self-paced web training, or live instructor-led training courses are available for all users.

Equipment Recommendation:

Provide a recommendation on the web/video cameras, microphones, and displays that will be compatible with the proposer’s services. These devices will be purchased separately by the Government. Pricing is not required.

LINE ITEM 0002: Set-Up and Training (OPTION LINE ITEM)
Line Item 0002 is an option line item. The Contractor shall provide pricing for this line item. The price quoted for Line Item 0002 shall be effective for a period of six months from the date of award. The Government may exercise this option line item, at its discretion, at the time of award
or at any time during the period of six months from the date of award.

Set-Up: The Contractor shall provide all connections, set-up the web conferencing system so that it is 100% functional meeting all salient characteristics and all minimum requirements.

Training: The Contractor shall provide training for NIST personnel. Two training sessions shall be performed on-site at NIST Gaithersburg. The first training session shall commence immediately upon completion of set-up. This training session shall include, at a minimum, a demonstration of all functions and operations which will allow NIST personnel to operate the system to its full capabilities. Basic troubleshooting shall be included.

The second training session must be completed no later than 45 days after successful completion of set-up and the first training session. The second training session shall train points of contact from MEP Centers. This training session shall include, at a minimum, a demonstration of all functions and operations which will allow NIST personnel to operate the system to its full capabilities. Basic troubleshooting shall be included.

Technical Evaluation Criteria
Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the salient characteristics and minimum requirements and quotes the lowest price.

The Government will evaluate the offeror’s quote and award to the lowest priced, technically acceptable offeror.

Quotation Submission Instructions
All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation with a firm fixed price for line items 0001 and 0002; 2) Technical description and/orproduct literature which addresses all salient characteristics and minimum requirements and clearly documents that the quoter meets or exceeds all salient characteristics and minimum requirements identified herein; and 3) A list of recommended equipment, such as web/video cameras, microphones, and displays that will be compatible with the proposer’s services.

This is an Open-Market Combined Synopsis/Solicitation for commercial services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR
The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.

All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Monday, March 25, 2013. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov

Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov

The full text of a FAR provision or clause may be accessed electronically at
http://acquisition.gov/comp/far/index.html.

The following provisions apply to this acquisition:
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Offerors Representations and Certifications- Commercial Items;
52.211-6 Brand Name or Equal;
52.217-5, Evaluation of Options;

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following clauses apply to this acquisition:
52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs:
52.219-6 Notice of Total Small Business Set-Aside.
52.219-28 Post-Award Small Business Program Representation;
52.222-3, Convict Labor;
52.222-19 Child Labor – Cooperation with Authorities and Remedies;
52.222-21, Prohibition of Segregated Facilities;
52-222-26, Equal Opportunity;
52.222-36, Affirmative Action for Workers with Disabilities;
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.225-13, Restriction on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.
52.217-7 Option for Increased Quantity-Separately Priced Line Item; and
52.247-34, FOB Destination.

The following CAR clauses: (https://www.federalregister.gov/articles/2010/03/08/2010-4132/commerce-acquisition-regulation-car#h-372)
1352.201-70 Contracting Officer’s Authority;
1352.209-73 Compliance with the laws;
1352.209-74 Organizational conflict of interest.
Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm.

Set-Aside: Total Small Business Place of Performance: NIST 100 Bureau Dr. Gaithersburg, MD 20899 US URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB480000-13-00770-1/listing.html
OutreachSystems Article Number: 130315/PROCURE/0101
Matching Key Words: video*; produc*; train*; conference?; website; web; site?; page?; business*; distribut*; instruct*; commercial?; 


140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Public Buildings Service (PBS), Design and Construction (1PC), 10 Causeway Street Boston MA 02222-1077

R — ART IN ARCHITECTURE for the Land Port of Entry at Derby Line, Vermont GS-01P-13-BZ-P-0006 041513 Kathryn E. Thomas, Contracting Officer, Phone 617-565-8826, Fax 617-565-5967, Email kathryn.thomas@gsa.gov – Alexandria L. Kelly, Contract Specialist, Phone 617-565-5724, Fax 617-565-5967, Email alexandria.kelly@gsa.gov ART IN ARCHITECTURE PROJECT
GSA Synopsis for Artist Services
Artist Services Synopsis Number:  GS-01P-13-BZ-P-0006

FBO Classification:  R499
NAICS:  711510

Description:

The General Services Administration (GSA) Art in Architecture Program commissions American artists (citizens and Lawful Permanent Residents or Permanent Workers of the United States) to create publicly scaled and permanently installed artworks for federal buildings nationwide.

GSA announces an opportunity for a federal art commission in conjunction with the
modernization of the Land Port of Entry (LPOE) at Derby Line, Vermont.

GSA will modernize the facility to meet the needs of the primary tenant, Customs and Border Protection.  This modernization project is a pivotal undertaking in remodeling and upgrading the facility.  It will include the design and renovation of the Main Port Building; the construction of a new Commercial Inspection and Non-Commercial Inspection Buildings. The canopies and booths will be replaced and will include modifications and enhancements to the bus lane, sidewalk, curbing, and islands.

GSA allocates one-half of one percent of the estimated construction costs of new or modernized federal buildings for art commissions.  The art budget for the Derby Line LPOE project is currently estimated to be $80,000.  One or more artists will be awarded a fixed-price contract for a commission.

Artists who wish to be considered for this and all future GSA art commissions must submit application materials to GSA’s National Artists Registry (Registry).  The Registry constitutes the qualified list of artists for this and all GSA commissions.  Instructions on how to join the Registry are available on the following Web site:

http://www.gsa.gov/artinarchitecture

All artists who wish to be considered as candidates for a commission at the Derby Line LPOE in Derby Line, Vermont, must have their application materials submitted and received by GSA by 3:00 PM Eastern Time on April 15, 2013.  Artists’ submissions received after the deadline will not be considered for this project, but will be eligible for consideration on future GSA commissions alongside the other artists on the Registry.  Artists already on the Registry need not resubmit, but may elect to update their information prior to the deadline.

GSA evaluates artists based on the following criteria: the media, materials, content, style, and scope of the artist’s past work, along with the artist’s past performance and experience with commissions or projects similar to the one described in this synopsis.  Short-listed artists will be contacted and asked to submit additional information including a statement that he or she can perform the work associated with the GSA commission within the identified budget.  GSA will count the combined weight of all the selection criteria as significantly more important than price.

At a minimum, the scope of services for this commission will require: collaboration with the lead designer selected for the building project; development of preliminary and final concepts; fabrication of the artwork; participation in meetings and conservation reviews as necessary; and the installation of the artwork at the project site.

Place of Performance: The Derby Line Land Port of Entry, Derby Line, Vermont. The project site is located between the northbound and southbound lanes of Interstate 91 at the International Boundary in Derby Line, Vermont. Derby Line, VT US URL: https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01P-13-BZ-P-0006/listing.html
OutreachSystems Article Number: 130315/PROCURE/0497
Matching Key Words: naics!711510; 

FedBizOps – Awards

Department of Veterans Affairs, Brecksville (Cleveland) VAMC, Department of Veterans Affairs Medical Center, 6150 Oak Tree Blvd, Independence, OH 44131

U–Echo 2.0 Starter Package to include recruiting and screnning material VA250-13-Q-0309 Name: Gary Small, Title: Contract Specialist, Phone: 2164478300, Fax: , Email: gary.small@va.gov; 541C30294 $18,590.00 031913 ALL CATALYST LEARNING COMPANY [DUNS: 803757913],310 W LIBERTY ST STE 403, LOUISVILLE KYVA 40202-3020 No Description Provided
URL: https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA250-13-Q-0309/listing.html
OutreachSystems Article Number: 130320/AWARDS/0845
Matching Key Words: state!ky; 

USABID State and Local Purchases

State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Digital Video Production Services SOL 62-00024 Digital Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130321/BID/0693
Matching Key Words: video*; produc*; production?; 

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 – ROW Appraisal Services Whitley Co Item No 11-8306.00 RFP : 1300 SOL ROW Appraisal Services Whitley Co Item No 11-8306.00 RFP : 1300000292 Transportation – Office Of The Secretary Laura Stephens Pro Services Request for Proposals(RFP) Published On : 3/18/13 Amended On : Closing On : 4/2/13 2:00 PM EDT Time Left: 14 Days, 02:06:41 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130320/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 – Job Task Analysis RFP : 1300000247 Department Of Crimin SOL Job Task Analysis RFP : 1300000247 Department Of Criminal Justice Training Request for Proposals(RFP) Published On : 3/18/13 Amended On : Closing On : 3/29/13 4:30 PM EDT Time Left: 10 Days, 04:36:05 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130320/BID/0006
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Kentucky Transportation Cabinet, 200 Mero Street, Frankfort, KY 40622. Ph: (502) 564-3500. Fax: (502) 564-7299. http://transportation.ky.gov/Construction-Procurement/Pages/default.aspx

R – 3/15/2013 Ohio River Bridges Downtown Crossing – Toll Integration SOL 3/15/2013 Ohio River Bridges Downtown Crossing – Toll Integration and Operation Services.pdf Ohio River Bridges Downtown Crossing – Toll Integration and Operation Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130316/BID/0028
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-1300380-2 Be A Jerk Campaign Video Documentary For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130315/BID/0294
Matching Key Words: documentar*; 


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 – FIREFIGHTER PHYSICAL CAPABILITY TEST SOL SA004860 Request For ProposalsforFirefighter Physical Capabilities TestRFP Contact information:All questions and communications relating to this RFP must be directed, in writing, to the contact person named below. All other communications between a vendor and any other City staff concerning this RFP are prohibited.Contact Person for this RFP:Elizabeth Reed, Public Safety Testing Team ManagerCity of Columbus, Civil Service CommissionEmail: ereed1@columbus.gov 1.0 SCOPE AND CLASSIFICATION1.1 Scope: The City of Columbus Civil Service Commission (CSC) is seeking Requests for Proposals (RFPs) to provide a consultant to develop and validate a Physical Capability Test (PCT) for the classification of Firefighter. The consultant shall validate the examination using a content validation strategy as well as a criterion-related strategy. CSC is currently conducting a thorough job analysis to identify important tasks, KSAOs (knowledge, skills, abilities, and others) to include frequency and “when-needed” data related to the job. The consultant is to use this data to help support the content validation strategy. The CSC will coordinate selection of incumbents and supervisors to participate in the concurrent validity study. The resultant PCT should assure the individuals selected for the job of firefighter have the physical ability to perform essential job functions. The PCT provided by the consultant shall be valid, objective, job-related, fair, and provide all candidates an equal opportunity to be successful in the examination process. The PCT should focus on the minimum physical competencies needed to be successful on the job and it will be scored on a pass/fail basis. Additionally, the resultant PCT should be capable of being administered indoors in a room similar in size to a typical gymnasium, and require minimal set-up and tear-down time of apparatus needed to administer the exam. In the end, the CSC/City of Columbus will retain all rights to re-administer the exam ad infinitum without incurring any additional consultant or use costs/fees.1.2 Classification: Offerors are encouraged to submit proposals that demonstrate their competence, ability, past performance, a general description of the project strategy/primary steps, a general timeline to implement the project, and cost. The City may contract with one or more Offerors chosen through this RFP process. 1.2.1 Specification Questions: Questions regarding this RFP must be sent in writing via email to ereed1@columbus.gov no later than 11:00 a.m. (local time) on March 20, 2013. If questions are received, all questions and responses will be posted as an addendum to this RFP on the City?s website (vendorservices.columbus.gov) no later than 11:00 a.m. (local time) on March 25, 2013. E-mails containing the written questions should include the Solicitation number and Title in the subject line.2.0 APPLICABLE STANDARDS2.1 The City of Columbus sought and obtained release from the 1985 United States District Court of Ohio, order in the case of Brunet v. City of Columbus which controlled the test administration for thirteen years. The PCT shall enable the City to comply with Federal, State and local laws, regulations and standards, including:2.1.1 The Uniformed Guidelines2.1.2 The Principles for the Validation of Employee Selection Procedures, 2.1.3 The Standards for Educational and Psychological Testing2.2 The City seeks proposals from all interested test development consultants and/or exercise physiologists with proven experience and skill in developing and validating physical capability examination.3.0 PROJECT DESCRIPTION/NEEDS AND REQUIREMENTS3.1 The City is seeking services which include the following: 3.1.1 Professional test design of a multi-event physical capability test (PCT) course validated for the job classification of City of Columbus Firefighter. The Firefighter job classification includes paramedics and 80% of the emergencies that City of Columbus Firefighters respond to are medical emergencies.3.1.2 Identify additional job analysis data that needs to be collected and the method of collection. 3.1.3 A review of the City?s current physical fitness requirements for incumbent Firefighters and an analysis on the relationship/linkage with the PCT.3.1.4 Determination of PCT events that assess candidates? abilities to meet the minimal physical requirements to be successful as an entry-level firefighter. 3.1.5 A content validation that links the job to the PCT events. 3.1.6 A criterion validation that demonstrates each PCT event predicts performance.3.1.7 Identification of equipment and tools needed to administer the exam. The tools and equipment needed to administer the PCT must be projected to be available for purchase for up to eight years. As equipment breaks or fails, equivalent equipment needs to be available for purchase.3.1.8 Scaled drawings of the layout and construction of PCT events/apparatus.3.1.9 A PCT that can be administered indoors in a room similar in size to a typical gymnasium.3.1.10 Detailed candidate instructions for eachevent.3.1.11 Detailed test monitor instructions.3.1.12 Specified criteria for passing/failing the exam.3.1.13 Preparation materials to provide to candidates that guide them on how to become physically prepared to pass the test. 3.1.14 Training and detailed written instructions for test monitors and raters to ensure consistency in the administration and scoring of the PCT.3.1.15 An instructional video for candidates indicating the proper techniques for each PCT event (optional).3.1.16 A final report must be submitted and must summarize all project activities, establish content validity links, summarize the criterion validity study, link the PCT to the current physical requirement of the job and detail the test development activities. 3.1.17 The PCT must comply with federal and professional guidelines for selection validity.3.1.18 Anticipated pass-rates for men and women with a comparison to CPAT (Candidate Physical Ability Test) and other nationally recognized firefighter capability exams.3.1.19 The target date for completion of this project, with results and recommendations submitted in writing to the Civil Service Commission, is Friday, September 27, 2013.4.0 SUMMARY OF PROVIDER QUALIFICATIONS4.1 Offeror must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient personnel resources and expertise to meet all contractual requirements. 4.2 Offeror shall be a firm that is regularly engaged in the business of providing the services described and a fully equipped and well established entity in line with the best industry practices as determined by the City.4.3 Offeror provides direct service and support for the services and products offered.5.0 EVALUATION CRITERIA AND PROCESS5.1 Proposal responses shall be reviewed and evaluated by an evaluation committee consisting of members of the CSC staff and other appropriate City of Columbus employees and/or advisors.5.2 The following items will be reviewed and considered as part of the evaluation process:5.2.1 (25%) Offeror?s background, qualification, and competence to perform the required service as indicated by the technical training,education and experience of the Offeror?s personnel and subcontractors who would be assigned to perform the test development, administration, scoring validation, and related reports; 5.2.2 (20%) Offeror?s experience in furnishing similar services of similar complexity as requested in this RFP to governmental entities or other service organizations of comparable size; 5.2.3 (20%)The quality and feasibility of the offeror?s technical proposal for a customized firefighter PCT that meets the project plan;5.2.4 (10%) Offeror?s viability of meeting the project plan timelines;5.2.5 (5%) Offerer?s financial stability;5.2.6 (15%) Project cost;5.2.7 (5%) References/evaluations of other city agencies and other previous clients of the Offeror with respect to such factors as quality of work, satisfaction with products and services, and success in meeting deadlines.5.3 The City reserves the right to request from Offeror a list of clients (and contact information) who may be contacted regarding the Offeror?s quality of work.6.0 RFP SUBMISSION REQUIREMENTS: Offeror?s response to this RFP should be a clear and concise description of the Offeror?s competence, ability, and past performance. Proposal should be complete and succinct. Offeror shall provide one (1) original and four (4) copies of the proposal, sealed, in 8 ? by 11 inch format. Proposals must be submitted by 11:00am Eastern March 29, 2013, to the Civil Service Commission offices located at 50 West Gay Street, Room 500, Columbus, OH 43215.6.1 SECTION ONE – LETTER OF TRANSMITTAL: A dated letter of transmittal on the Offeror?s letterhead must be in each submittal and shall include, but need not be limited to, the following information:6.1.1 Identify Materials: Identification of all material enclosures submitted in RFP.6.1.2 Contact Information: The name, e-mail address, street address, and telephone number of the individuals to which inquiries about the Offeror?s RFP should be directed.6.1.3 Signature: The transmittal letter shall be affixed with the signature of a person legally authorized to bind the Offeror to a potential contract agreement with the City.6.2 SECTION TWO – COMPETENCE: The competence of the Offeror to perform the required service as indicated by the technical training, education and experience of the Offeror’s personnel as demonstrated through the inclusion of resumes for all individuals to be assigned to perform the work. 6.3 SECTION THREE – ABILITY: Offeror is required to provide evidence of its ability to successfully satisfy the requirements and specifications herein and to perform the required service competently and expeditiously as indicated by the Offeror’s workload and the availability of necessary personnel, equipment and facilities. Offeror shall furnish to the City or its representative all such information and data for this purpose:6.3.1 Concisely describe the Offeror?s ability to provide required services.6.3.2 Provide product and services summaries, literature, brochures, or other concise information that highlight the depth and breadth of Offeror?s abilities. 6.3.3 A description of the Offeror?s organization’s size, longevity, and clients.6.4 SECTION FOUR – PAST PERFORMANCE: The past performance of the Offeror as reflected by the evaluations of the city agency, other city agencies and other previous clients of the Offeror with respect to such factors as quality of work, success in controlling costs, and success in meeting deadlines. A Vendor Reference Performance Questionnaire has been provided for this purpose (Attachment A). 6.4.1 Offeror shall submit information describing their company?s experience and work history in successfully providing the requested services competently and expeditiously.6.4.2 Highlight any service to local governments or experience and work for similar services.6.5 SECTION FIVE – FINANCIAL RESPONSIBILITY: Documentation of financial responsibility, financial stability, and sufficient financial resources to provide the scope of services to the City in the volume projected and within the time frames required. This documentation will include:6.5.1 A statement as to whether, in the last five (5) years, the Offeror has filed (or had filed against it) any bankruptcy or insolvency proceeding, whether voluntary or involuntary, or undergone the appointment of a receiver, trustee, or assignee for the benefit of creditors; and if so, an explanation providing relevant details.6.6 SECTION SIX – REFERENCES: Offerors should include in their submission at least two (2) completed Vendor Reference Questionnaires (template included) for projects of a similar nature, complexity, and cost.6.7 SECTION SEVEN – COST AND PAYMENT TERMS: The cost proposal should be fully explained by the Offeror and shall include all costs proposed for the scope of the services and deliverables required by this RFP. 7.0 NOTES7.1 The City reserves the right to contact any reference provided as part of the evaluation process. 7.2 The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award.7.3 Offerors are to take note of City of Columbus? standard terms and conditions available athttp://vendorservices.columbus.gov/COC_Standard_TandCs.pdf that will become part of an eventual contract with the selected Offeror. 7.4 The City may choose to keep responses in confidence during the evaluation process and until the time a contract is executed. This information may include all proposal documentation, notes, including detailed prices, references, resumes, technical and cost information, etc. Thereafter, proposals and all submissions will become public information, as the City is subject to R.C. 149.43, the Public Records Act. 7.5 Offeror acknowledges that the City is subject to the Ohio Revised Code, Chapter 149, Section 149.43, covering State of Ohio public records law. The City agrees to keep any information confidential except as otherwise required to be disclosed by law including but not limited to the contract.8.0 Other Information8.1 All contractors, including subcontractors, vendors, and suppliers who desire to be a party to a City of Columbus contract, as defined by Section 3901.01 of the Columbus City Code, must hold a valid contract compliance verification number, and must comply with all provisions of Title 39, Article 1 of the Columbus City Code. Any vendor, and it?s subcontractors, vendors, and/or suppliers selected to provide the services identified in this RFP would be required to be contract compliant before any contract for services could be executed. Specific information regarding obtaining a contract compliance verification number can be viewed at http://eboco.ci.columbus.oh.us/contract.html, or by calling the City?s Equal Business Opportunity Commission Office at (614) 645-4764.8.2 By submitting a proposal, vendor agrees to comply with the equal employment opportunity provisions included in Attachment B.8.3 By submitting a proposal, vendor agrees to the terms and conditions included herein and in Attachment C.8.4 Questions regarding this RFP should be directed, in writing, to Elizabeth Reed, of the Commission staff, at ereed1@columbus.gov. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130315/BID/0636
Matching Key Words: video*; produc*; train*; website; education*; business*; documentation; event?; instruct*; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities Bids and Purchases | beenetworknews - April 1, 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