Business and Career Opportunities Bids and Purchases

April 18, 2013

Business / Career

FedBizOps – Procurements

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

99 — VARIOUS SAFETY & PROTECTIVE GEAR H92244-13-T-0186 043013 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information160px-Special_Operations_Specops_Army.svg included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0186. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9E.

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

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

SECTION B Schedule of Supplies and Services

CLIN 0001 VARIOUS SAFETY & PROTECTIVE GEAR (See Extended Description for listing)
QTY: 1 LOT
FFP
FOB Destination

CLAUSES INCORPORATED BY REFERENCE:
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation – Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFARS 5652.215-9016 Technical and Contractual Questions Concerning this Solicitation (JAN 2000)

As prescribed in 5615.209(l), insert the following provision, Editable and Fill-ins
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:
Courtney Greco – Contract Specialist
courtney.greco@vb.socom.mil
PH – 757-862-9471
1636 Regulus Ave. Virginia Beach, VA 23461-2299

SOFARS 5652.232-9003 Paying Office Instructions (2005)

As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins
(a) The Primary Contracting Office Point of Contact is: Courtney Greco, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, courtney.greco@vb.socom.mil, 757-862-9471.
(b) The Administrative Contracting Office Point of Contact is: Courtney Greco, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, courtney.greco@vb.socom.mil, 757-862-9471.
(c) The Contracting Officer’s Representative is: Courtney Greco, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, courtney.greco@vb.socom.mil, 757-862-9471.
(d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449.
(e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office.
(f) Payment to the contractor shall be mailed to the following address to be determined before contract award.
(g) Special Payment Instructions: None.

SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)
All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809.

All questions concerning this procurement, either technical or contractual must be submitted to courtney.greco@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

Point of contact for this procurement is Courtney Greco at phone number: (757-862-9471) or email at courtney.greco@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Courtney Greco by email at courtney.greco@vb.socom.mil, fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Courtney Greco (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 am Eastern Standard Time (EST) on Tuesday, 30 April 2013.

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0186/listing.html
OutreachSystems Article Number: 130417/PROCURE/0485
Matching Key Words: film?; edit*; produc*; you; website; business*; event?; instruct*; commercial?; 

600px-US-DeptOfCommerce-Seal.svgDepartment of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast Seattle WA 98115-6349

T — REQUEST FOR INFORMATION: IDIQ for Shorezone Imaging and Mapping Services NFFS5000-13-01465 042913 Crystina R Elkins, CONTRACT SPECIALIST, Phone (206) 526-6036, Fax (206)527-3916, Email crystina.r.elkins@noaa.gov THIS IS A REQUEST FOR INFORMATION ONLY. Respondents are invited to provide comments on the content of this request to ensure that, in the event the Government chooses to issue a formal solicitation, every effort will be made to adequately address the scientific and technical challenges described below. As such, responses to this request must be available for unrestricted public distribution. Neither proprietary nor classified concepts or information should be included in any response. The following regulatory guidance applies to this Request for Information (RFI):

FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997)

The Government does not intend to award a contract on the basis of this Request for Information (RFI) or to otherwise compensate any interested party for information.

BACKGROUND:

The National Marine Fisheries Service (NMFS) located in Alaska has a requirement for a contractor to video, photograph, map and catalogue geomorphic and biological shore-zone resources at effective mapping scales of better than 1:10,000 for various locations in Alaska specifically, and potentially other coastal areas of the United States.

The objective of this requirement will be to:

1. Collect ShoreZone imagery of the Alaska coastline and potentially other coastlines along the United States,
2. Using this low-tide aerial video and still imagery, map the geologic and biological features and enter the data into a georeferenced data base,
3. Complete the necessary inventory and mapping needed for a continuous dataset for the entire coastline of Alaska following the methodology described in the paper “ShoreZone Mapping Protocol for the Gulf of Alaska” (August 2008),
4. A georeferenced GIS database which includes shoreline geomorphology, substrates, and biological habitats is required as indicated by research and management activities by federal, state, and local agencies and by nongovernmental organizations.

DESCRIPTION and TECHNICAL REQUIREMENTS:

Respondents are requested to provide information which addresses the vendor’s ability to meet the requirements listed below:

A. Capability of providing ShoreZone Imagery Collection performed by qualified personnel using state-of-the-art equipment. Contractor shall also be able to meet the following requirements:

FIELD SURVEY PLANNING – A field survey plan is developed for each low-tide window survey. The survey is conducted at the lowest daylight tides of the year with tidal elevations of 0.0 meters or lower. Surveys are only conducted in the summer months from May through August in order to ensure mapping of aquatic vegetation. Operating bases are identified, field survey personnel are identified, logistical helicopter support is arranged (including fuel caches where required) and accommodations for the survey crew are secured. The Field Survey Plan is developed in consultation with the contracting officer representative (COR) and should be reviewed by the COR prior to conducting the survey.

FIELD PERSONNEL – Typically a crew of four individuals are needed in the aircraft including a coastal geomorphologist, a coastal biologist, an in-flight navigator, and a pilot. When surveys necessitate using a smaller helicopter (such as a Robinson R-44) which only holds three persons plus necessary equipment, the geomorphologist or biologist may also do the duties of the navigator. The coastal geomorphologist is responsible for designing the survey, operating the video camera, and collecting the video imagery to sufficient resolution for ShoreZone mapping system. The coastal geomorphologist provides a continuous audio commentary on the geomorphology including specifics on the substrate character that may not be visible on the videography. The coastal biologist is responsible for working with the geologist to design the survey, operating the still-image camera, and shooting still imagery to sufficient resolution for ShoreZone mapping. The coastal biologist provides a continuous audio commentary on the intertidal biota with emphasis on the biological attributes and biobands used in the ShoreZone mapping system. An in-flight navigator is responsible for ensuring that aerial survey coverage is complete, and that the electronic navigation system is recording on second navigation fixes.

FIELD DATA PRODUCTS – The primary products originating from the field program are listed below. As technology changes, data formats change and the suggested specification below are minimum standards.

NAVIGATION DATA FILES – provide location of the survey information on second fix marks with associated latitude, longitude of each fix (to four decimal places) and global positioning system (GPS) clock time. The fixes should be collected to differentially corrected global positioning system (DGPS) standards (horizontal positioning accuracy typically +/- 5m).

VIDEOGRAPHY – low-tide, oblique aerial video imagery. Record videography on media that measures at least 530 lines per inch (LPI) resolution with GPS fix (lat/long) and time burned to each image. In 2006, imagery was recorded on miniDV tapes, which meets this standard, but technology is changing. Filming in HD and recording directly to digital video cards may be viable upgrades if previous standards are maintained at a minimum. In addition, GPS information is to be attached to metadata in the form of geotags: (eg. EXIF: Latitude 55, 44′ 18″, Latitude Reference – North latitude; Longitude 160, 0′ 51″, Longitude Reference – West longitude) and attributed to Alaska ShoreZone program (EXIF copyright: Alaska ShoreZone CC BY 3.0) via metadata. Record synchronous geomorphological narration on the left audio channel and biological narration recorded on the right audio channel. In the past, miniDV original tapes (originals) were used to create a master set of DVDs and then archived. A preferred upgrade would be all imagery placed on portable hard drives.

PHOTOGRAPHY – still photography is collected during the over fights and recorded digitally. Minimum 12 megapixel image quality is required. Other file formats must provide equivalent resolution. Images should frame from above the higher high water line to below the lower low water line levels unless broad, flat habitats preclude this. In these habitats maximize image from center halfway between higher high waterline to below the lower low waterline. Zooms of specific features are occasionally collected. The camera clock is synchronized to the GPS clock so that the exact time of each photo is recorded in the metadata for each image; this ensures that the exact location of each photo is known. Images should be geotagged (eg. EXIF: Latitude 55, 44′ 18″, Latitude Reference – North latitude; Longitude 160, 0′ 51″, Longitude Reference – West longitude) and attributed to Alaska ShoreZone program (EXIF copyright: Alaska ShoreZone CC BY 3.0). Photos are transferred to DVD or hard drive (or other storage device) and typically archived by day. On average the target is one photo every three seconds (1,200 photos per hour) or a minimum of 1,000 photos per hour. The number of photos taken per hour varies somewhat with habitat and location.

FLIGHTLINE MANUAL – a flight line manual shall be produced to show the flight path associated with each tape or DVD. The path is shown in reference to standard maps (either NTS topographic maps, NOAA charts or electronic shorelines derived from one of these two shoreline). Locations of all photos are shown on the flight line maps. A log is included with each tape to relate geographic features to flight path times and to photo locations.

SHOREZONE DATA ANALYSIS AND MAPPING REQUIREMENTS
ShoreZone mapping and data analysis requires oblique aerial imagery to be converted to repeatable units or classes of data; the data shall include both spatial representation that fixes the information on maps (i.e., a mapping system) and an attribute representation that classifies data into a discrete number of categories (i.e., a classification system). Both geological and biological attributes shall be mapped and classified with quality assurance and quality control (QAQC) procedures throughout the process.

GEOLOGICAL ATTRIBUTE MAPPING
The geomorphology mapper reviews the imagery, as well as other existing maps and air photos, and marks the shore units onto an electronic shoreline. A shore unit is the primary mapping unit which delineates locations of uniform sediment texture, geomorphology and wave exposure. Shore units may be represented as line segments, points or polygons. Each shore unit is further characterized by the geologist in terms of a collection of across-shore components. The best shoreline must be used to delineate the shoreline. Where there are large deviations in the digital shoreline, adjustments may be made. This shall be noted in the metadata.

Each shore unit is further characterized by the geologist in terms of a collection of across-shore components. The across-shore components are geomorphic features, such as cliffs, beach berms, tidal flats, with associated texture characteristics. The across-shore component attributes are entered into the database but are not delineated on maps. The components are described in terms of (a) observed forms and substrates (e.g., a cobble berm), (b) a landward to seaward sequence and (c) the tidal zone in which they occur (i.e., supratidal, intertidal or subtidal). Within a unit, there may be primary, secondary or tertiary components. The Component data is searchable for particular features (e.g., dunes, pebble beach berms, intertidal structures, mudflats greater than 100m in width).

BIOLOGICAL ATTRIBUTE MAPPING
The biota is characterized by a biologist in terms of recognizable and repeatable biotic assemblages that are called biobands. Biobands are attached, epibenthic species, both plants and animals, that are living in the intertidal zone, usually at characteristic across-shore elevations. In most cases, the biobands are named by a single indicator species (e.g., ‘Zostera’ bioband) but in some cases a characteristic colour/texture descriptor is used for a combination of indicator species (e.g., the ‘ Dark-Brown Kelps’ bioband that includes the lower intertidal, chocolate brown, stalked kelps). All of the biobands represent assemblages of biota and are not intended to indicate the occurrence of a single indicator species.

Each bioband is classified as absent (not observed in the unit), patchy (occurs within less than 50% of the unit) or continuous (occurs within more than 50% of the unit); biobands are nested within across-shore components. The bioband data are searchable and linked to both Unit and Component data.

SHORE STATION GROUND SURVEYS – Shore Station ground surveys provide the opportunity for close-up observations of species and substrates identified during aerial observations and therefore the opportunity to clarify the assumptions made regarding the characteristics of the coastal biobands and geologic substrate during aerial observations. The primary objectives of the shore stations investigations are to (1) obtain specific site information to enhance our knowledge and understanding of mapping classifications in a given area; (2) conduct detailed, site specific observations of substrate, morphology and biota at selected shore locations to better understand coastal processes and ecology; (3) collect detailed physical and biological measurements; (4) collect information on species assemblages to complement the aerial perspective of biobands; (5) document regional differences in the biota present in the biobands; and (6) to make this information publically available by adding it to the existing ShoreStation data on-line.

Both geomorphologic and biological information is acquired using the ShoreZone classification definitions provided in the ShoreZone protocol. Across-shore profiles are surveyed for width, elevation, sediment composition, geomorphology, and biota. The data are systematically recorded in Shore Station databases. Field photos are systematically recorded and are linked to the survey notes. Survey profiles are plotted to a common datum. Given sufficient funding the geographic extent of the ground survey should reflect the geographic extent of the aerial survey, should be planned for a similar tide window, and should include each habitat type within the survey area. Sediment samples may be required to be taken at shore stations to archive for hydrocarbon analyses in the event of a local or regional oil spill.

Transects will be conducted using the Emery profiling technique. A transect line is laid out perpendicular to the shoreline to measure beach length and slope with descriptions of biotic and geomorphic features recorded at points along the transect. Across-shore profiles are measured to describe details of the geomorphic features at the shore station. Elevations are measured from the uppermost supratidal zone, from the ‘marine limit’, as defined by the edge of terrestrial vegetation, across the shoreline to the waterline. See Figure 1 below. All biological species are recorded in the across-shore components and their relative abundance (e.g. rare, few, common, abundant). Complete photo documentation of the beach is a priority and must be georeferenced at a high-resolution.

Substrate categories recorded at ground stations in ShoreZone are defined according to the standard size classes and nomenclature of the Wentworth scale. Most substrate definitions are for ‘sediment’ substrates and defined by the sizes of the particles (or ‘clasts’). The two substrate types found at the bottom of the list are ‘biogenic’ and are formed by biological processes. On surveyed transects at the ground station, the substrate observations are recorded for each interval along the across-shore profile. Combinations of multiple substrates are often observed and are listed on the profile in order of relative abundance. Thin layers or veneers of one substrate or more over top of another can also be observed. These veneers are listed as substrates ‘over’ substrates (e.g., boulder, cobble over bedrock).

Shore Station data must be presented as a GIS layer. The data base must provide a list of species observed with representative photos. The data base must also have the capability to query the data by region, locale, station, select ShoreZone attributes (habitat class, biobands, etc.), and by species or species groups at a minimum. Data must include fully FGDC compliant metadata files for all ArcGIS feature classes. The ShoreStation datasets shall be combined with the existing datasets and be made accessible to the public on the NMFS website. The contractor shall provide technical support to NMFS for any problems that arise when combining the new datasets with the existing datasets.

Currently the Shore Station database houses over 400 ShoreZone Shore Stations that have been visited since 2002 throughout the Gulf of Alaska (including southeast, Prince William Sound, the outer Kenai Peninsula, Kodiak Island archipelago, Cook Inlet, and the Katmai National Park coast) and in Bering Strait, Kotzebue Sound, the Chukchi Sea and the Beaufort Sea. This online database has been designed to provide easy access to Shore Station data via a query able display of stations at local and regional geographic scales and the ability to download species lists and photos. The ground stations are ‘point features’ that are spatially linked to the Alaska ShoreZone web enabled database. New data collection must be compatible with the existing data formats.

OTHER SHOREZONE PRODUCTS – ShoreZone data can be used to generate products that are relevant to ecosystem, habitat, and fisheries management. The high resolution, attribute rich dataset is conducive to habitat modeling. The dataset is suitable for development of habitat capability models for various fish, shellfish and invertebrate species. It has been used to predict habitat use by green crab and pacific herring and it was used for sea cumber management applications. The landscape scale of dataset also makes it a useful tool for extrapolation of site data over broader spatial ranges. The ShoreZone data was used for management of marine debris. Various applications of the ShoreZone data have been developed for oil spill response.

ShoreZone has a public outreach component. NMFS maintains the ShoreZone data online and makes it accessible to the public at no cost. NMFS wants this data to be both physically and intellectually available to the public. Task orders may be issued to provide support for making the data physically and intellectually available to the public.

ShoreZone products requested may include the development of habitat capability/suitability models and extrapolation of the data base for specific purposes. Task orders may include: development of oil spill response tools; requests for training, webinairs, or presentations; development of reference manuals; development of training materials; development of ShoreZone publications, brochures, posters, or other informational materials; providing mounted ShoreZone photos; providing additional written reports and special analyses; copies of datasets; technical support for the full ShoreZone dataset maintained by NMFS; and developing potentially new applications of the ShoreZone dataset.

In some areas of the state, along the Arctic coast, ShoreZone mapping has been done from existing imagery. The contractor researched the available imagery and collected it from the source. Existing imagery may need to be used for other parts of Alaska as well for areas that are too remote or for areas where a permit cannot be acquired for aerial surveys (potentially Saint George and Saint Paul Islands). Future task orders may also include gathering, analyzing, and mapping ShoreZone habitats from existing imagery.

SUBMISSION OF DOCUMENTATION:

NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No contract will be awarded on the basis of responses received to this notice. Interested firms should submit, in writing the following: (1) name, address, a point of contact, telephone number, Data Universal Numbering System (DUNS) number, and a brief narrative regarding its capability to provide the services as described above; (2) a minimum of 3 examples of current and/or recently completed projects of the same or similar type of service described above. Include projects within the past 3-5 years, a brief description of the project, customer name, customer contact point and telephone number, timeliness of performance, customer satisfaction, and dollar value of the project; (3) State if your company is a Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business and provide proof of Small Business Administration (SBA) HubZone certification; (4) Indicate whether your firm will submit a proposal for this project , if this project is set-aside for HubZone Small Business ,or Service-Disabled Veteran-Owned Small Business; (5) Indicate all applicable personnel and sub-contractors proposed to work on a contract arrangement. Firms submitting responses shall provide information that validates whether your company can meet the qualification criteria listed above. The capabilities will be evaluated solely for the purpose of determining if small business a set-aside is appropriate. The Government must ensure there is adequate competition among the potential pool of firms which can operate in the areas of consideration as specified above. Detailed information must be submitted by email to Crystina Elkins at Crystina.R.Elkins@noaa.gov by Monday, April 29, 2013 at 3:00 pm, local Pacific Standard Time, Seattle, Washington. Questions of any nature may be addressed IN WRITING to Crystina Elkins at the email address noted above. NO TELEPHONE INQUIRIES WILL BE HONORED. Submissions should not exceed 10MB since the NOAA email system may reject the message as being too large.

DISCLAIMER:

This RFI is issued solely for information gathering purposes and does not constitute a formal solicitation for proposals. 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. Respondents are advised that NOAA is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. Response to this RFI is strictly voluntary and is not required for participation in any future potential solicitation(s) on this topic. All costs associated with a response to the subject RFI are at the contractor’s own expense. Submissions may be reviewed by the Government, including NOAA and partner Federal Agencies and their immediate contractor staff.

URL: https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFS5000-13-01465/listing.html
OutreachSystems Article Number: 130416/PROCURE/0398
Matching Key Words: filming; 

Department of the Army, U.S. Army Corps of Engineers, USACE District, Huntington, USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street,Department of the Army Huntington, WV 25701-2070

R–3D Modeling and Anchor Borehole Analysis (ABA) Tool application change to upgrade the original system that was created solely for the US Army Corps of Engineers. W91237-13-T-0041 042913 Samantha Stanley, 304-399-5705 USACE District, Huntington 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.

1. Action Code: S

2. Date: 0325

3. Year: 2013

4. Contracting Office Zip Code: 25701-2070

5. Classification Code:
R499 – Bluestone 3D Model and Anchor Borehole Analysis (ABA) Tool application

6. Contracting Office Address:
US Army Corps of Engineers, Huntington District, 502 8th Street, Huntington, WV 25701

7. Subject: R499 – Bluestone 3D Model and Anchor Borehole Analysis (ABA) Tool application

8. Proposed Solicitation Number: W91237-13-T-0041

9. Closing Response Date: 29 April 2013

10. Contact Points:
Samantha Stanley, Contract Specialist, (304) 399-5705

11. Contract Award Number: N/A

12. Contract Award Dollar Amount: N/A

13. Contract Line Item Number: N/A

14. Contract Award Date: N/A

15. Contractor: N/A

16. Description: The minimum Government need is a 3D Modeling and Anchor Borehole Analysis Tool application change to upgrade the original system that was created solely for the US Army Corps of Engineers. The modeling system must be updated to be compatible with MicroStation Version 8i and retain all of the functionality of the original program.
The proposed awardee is Stantec Consulting Services, Inc., 1409 North Forbes Road, Suite 1, Lexington, Kentucky 40511-2024. This source appears to be the only manufacturer that can provide the program upgrade.

17. Place of Contract Performance: N/A

18.Set-Aside Status: N/A

Place of Performance: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV 25701-2070 US URL: https://www.fbo.gov/spg/USA/COE/DACA69/W91237-13-T-0041/listing.html
OutreachSystems Article Number: 130413/PROCURE/0066
Matching Key Words: state!ky; 

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

U — VERTICAL WIND TUNNEL RENTAL H92244-13-T-0185 052313 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0006, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of $7.0 million. The DPAS rating for this procurement is DO-S10.

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

Section B Schedule of Supplies and Services

CLIN 0001 Vertical Wind Tunnel Rental; up to 75 consecutive hours from 11 August 2013 to 8 September 2013. Facility must be located within a 30 mile radius of Eloy AZ to coincide with other active/on-going training.
QTY: 75 HOURS
FOB ORIGIN

Section I Clauses

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87
FAR 52.246-25 Limitation of Liability – Services Feb-97
FAR 52.247-29 F.o.b. Origin Feb-06
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation – Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May-89
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation equirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

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

Quotes must be received no later than 09:00 AM. Eastern Standard Time (EST) on 23 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

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

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0185/listing.html
OutreachSystems Article Number: 130412/PROCURE/0102
Matching Key Words: film?; produc*; train*; you; website; business*; event?; instruct*; commercial?; 


Department of Veterans Affairs, VA National Cemetery Administration Centralized Contracting Division, Department of Veterans Affairs National Cemetery Administration, 155 Van Gordon;Suite 510;Lakewood, CO;80228

99–Sod Needed for Winter Burial @ Fort Logan National Cemetery VA78613Q0221 042213 Geraldine Herrera 303-914-5703 geraldine.herrera@va.gov NOTICE: ThisVA is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Request for Quotation (RFQ) is VA786-13-Q-0221. No other solicitation will be issued in response to this announcement. This announcement will serve as both the synopsis and solicitation. Quotes in response to this combined synopsis/solicitation are due April 22, 2013 by 2:00PM MT and shall be emailed to Geraldine.Herrera@va.gov. Purchase order award will be made to the quoter/offeror whose quote is responsive, and offers the lowest aggregate price to perform the minimum quantities as specified in this announcement. This RFQ document incorporates provisions and clauses which are in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 111421 with a small business size standard of $0.75M. This requirement is set-aside 100% for Service Disabled Veteran Owned (SDVOSB) Small Business Concerns; and only qualified and eligible SDVOSB concerns may be considered for possible purchase order award. The period of performance is thirty (30) calendar days from receipt of a purchase order award. The place of performance where all work will be accomplished is the Fort Logan National Cemetery located at 4400 W. Kenyon Avenue, Denver, CO 80236. Interested parties may contact the Cemetery point-of-contact, James Hughes @ (303)761-0117 to schedule a site visit if necessary. The contractor shall provide both a unit price and total amount for each of the following Contract Line Item Numbers (CLINS). The contractor shall provide all labor, equipment and materials needed to install 60,000 sq feet of Kentucky Bluegrass blend sod, rolled and installed in areas designated by Fort Logan Staff. Fort Logan will prepare areas for installation. Price includes delivery and installation. Fort Logan Staff will coordinate actual delivery dates directly with the vendor as weather permits. Questions regarding this announcement shall be emailed to the Contract Specialist, Ms. Geraldine Herrera at (303) 914-5703. The deadline for receipt of questions is April 17, 2013, 2:00PM MT. Questions can be emailed to Ms. Herrera at Geraldine.Herrera@va.gov. Offerors/quoters must be registered in the System for Award Management (SAM) at https://www.sam.gov to be eligible to receive purchase order award. In addition, SDVOSB concerns must be registered and have an active account in http://www.vetbizregitery.gov to be eligible to receive an award. The selected Offeror must comply with the following commercial services terms and conditions, which incorporates by reference: FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications – Commercial Items – the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions – Commercial Items; FAR 52.212-5- Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items. The following clauses are included: 52.222-50, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.232-30, 52.232-34, 52.222-41, and 52.222-26. In addition the following clauses are hereby incorporated as an addendum to FAR Clause 52.212-5.
852.203-70
COMMERCIAL ADVERTISING
JAN 2008
852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION JAN 2008
852.233-71 ALTERNATE PROTEST PROCEDURE (MAY 2010) NOTE MAY 2010
852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984
852.273-76 ELECTRONIC INVOICE SUBMISSION OCT 2008
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: Fort Logan National Cemetery;4400 W. Kenyon Avenue;Denver, CO 80236 U.S. URL:https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78613Q0221/listing.html
OutreachSystems Article Number: 130412/PROCURE/0453
Matching Key Words: state!ky; 


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

R–Adutant General (AG) Support Services for IMCOM Atlantic, US Army Garrison-Fort Knox (Directorate of Human Resources/Military Personnel Division), Fort Knox, KY W9124D-13-R-0002 041513 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Pre-Solicitation Amendment #2, 4/11/13: When the solicitation is released, it will include specific clearance requirements to include completion of a DD Form 254.

Pre-solicitation Amendment #1, 4/10/13: A DD Form 254 required. Personnel clearance SECRET.

The Mission and Installation Contracting Command-Fort Knox intends to issue a request for proposal (RFP) for Adjutant General (AG) Support Services for IMCOM-Atlantic, US Army Garrison, Fort Knox, Directorate of Human Resources/Military Personnel Division (DHR/MPD), Fort Knox, KY 40121. The period of performance will be 1 July 2013 (phase-in 1-31 July) through 30 June 2014 with two, one-year option periods. Option periods will be exercised at the government’s discretion.

The solicitation will be for commercial, performance-based services. Offerors shall be required to submit their proposal in paper and electronic version. Proposals will be evaluated using lowest price technically acceptable source selection procedures. The government intends to award without discussions; therefore, the offeror’s initial proposal shall contain its best offer from a technical and price stand point.

This acquisition is offered for competition limited to eligible 8(a) concerns under NAICS code 561110 with a size standard of $7 million.

The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 15 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Interested 8(a) firms are encouraged to monitor FBO for the solicitation, and also ensure eligibility data is active and up-to-date within the System for Award Management (SAM) and SBA 8(a) certifications.

The government will not compose or maintain any type of solicitation mailing list. All questions must be submitted in writing via email to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil. Any correspondence should reference the solicitation number. Each offeror is responsible for all costs of producing and submitting its proposal. Each proposal shall be submitted in accordance with the instructions contained in the solicitation. Proposals will not be accepted by email or facsimile. Questions regarding the solicitation shall be submitted in accordance with instructions contained in the solicitation.

Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/46b49c357a34ff6d697932aebac6f69c
OutreachSystems Article Number: 130412/PROCURE/0557
Matching Key Words: age:state!ky; state!ky; 

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

99 — CBRNE Personal Protective Equipment SP4705-13-T-0002 041613 Antoinette J. Gregg, Phone 7037671189, Email Antoinette.Gregg@dla.mil COMBINEDDefense_Logistics_Agency SYNOPSIS/SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued.
This is a Request for Quote (RFQ) and the solicitation number is SP4705-13-T-0002. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% small business set-aside. The NAICS code is 339113 and the size standard is 500.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013, Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2012-48. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil.

The DLA Contracting Services Office intends to procure acquisition on behalf of DLA to provide CBRNE in the event of a Hazmat incident.

Contract Line items:
0001 -3M FR-7500B Respirator
0002 – Tychem F Suits
0003 – Overboots
0004 – Gloves
0005 – Respirator Carriers
0006 – Respirator Canisters
0007 – Chemical Tape
Description of Requirements:
The contractor shall provide focused efforts on developing and executing additions to the GEMSTONE gaming system. Initial focus of development will be on refining existing architecture, and adding flexibility to the system to allow for easier repurposing of the system in accordance with the statement of work. Date (s) and place (s) of delivery and FOB Point:
0001- 0007 N/A Defense Logistics Agency (DLA)
FOB: Destination

Provision at 52.212-1, Instructions to Offerors-Commercial (FEB 2012), applies to this acquisition and addendum 52.212-1 ADDENDUM – INSTRUCTIONS TO OFFERORS – – COMMERCIAL ITEMS (JUN 2008)(b)(2) Quote shall be received no later than 20 September, 2012 9:00 A.M (Eastern Standard Time). Fax responses and email response will not be accepted. Submit offers to the address located in Block 9 on Page 1 of SF 1449. Advance copies of the response can be email at Beverly.j.williams@dla.mil. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line.
(b)(12) Submit one (1) original copy of the Quote and one (1) copy of the Quote. Within the copy, remove all mention of the contractor’s name.
(4) Technical Quote: 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 Quote 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 Performance Work Statement. 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 J. Gregg, at email address: antoinette.gregg@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. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal.

(2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (3)Delivery: Offerors must meet the required delivery date. or if POP: Offerors must be able to start performance on the required period of performance.(4)Responsibility: Offerors must meet the standard for FAR 9.104.; 52.212-3 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); 52.219-28 Post-award Small Business Program Rerepresentation APR 2009; 52.232-17 Interest (OCT 2010);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); 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution DLAD (AUG 2004).
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012). DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991).

The resulting contract will be firm-fixed price. The period of performance will be for 30 days after the date of award. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable.

Offerors must be submitted via one of the following methods by 9:00 AM ET, April 16, 2013:Email to: antoinette.gregg@dla.mil; Fax to: 703-767-1172 Attn: Antoinette Gregg or Mail to : DLA Contracting Services Office, ATTN: Antoinette J. Gregg, 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 Government’s Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @www.ccr.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 Quote will be provided any changes/amendments and considered for future award.

See attached equipment list for additional information.

Set-Aside: Total Small Business Place of Performance: 8725 John J. Kingman Road Fort Belvoir, VA 22060 US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-13-T-0002/listing.html
OutreachSystems Article Number: 130411/PROCURE/0435
Matching Key Words: writ*; copy; technical; standard; 


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

R–Adutant General (AG) Support Services for IMCOM Atlantic, US Army Garrison-Fort Knox (Directorate of Human Resources/Military Personnel Division), Fort Knox, KY W9124D-13-R-0002 041513 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Pre-solicitation Amendment #1, 4/10/13: A DD Form 254 required. Personnel clearance SECRET.

The Mission and Installation Contracting Command-Fort Knox intends to issue a request for proposal (RFP) for Adjutant General (AG) Support Services for IMCOM-Atlantic, US Army Garrison, Fort Knox, Directorate of Human Resources/Military Personnel Division (DHR/MPD), Fort Knox, KY 40121. The period of performance will be 1 July 2013 (phase-in 1-31 July) through 30 June 2014 with two, one-year option periods. Option periods will be exercised at the government’s discretion.

The solicitation will be for commercial, performance-based services. Offerors shall be required to submit their proposal in paper and electronic version. Proposals will be evaluated using lowest price technically acceptable source selection procedures. The government intends to award without discussions; therefore, the offeror’s initial proposal shall contain its best offer from a technical and price stand point.

This acquisition is offered for competition limited to eligible 8(a) concerns under NAICS code 561110 with a size standard of $7 million.

The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 15 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Interested 8(a) firms are encouraged to monitor FBO for the solicitation, and also ensure eligibility data is active and up-to-date within the System for Award Management (SAM) and SBA 8(a) certifications.

The government will not compose or maintain any type of solicitation mailing list. All questions must be submitted in writing via email to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil. Any correspondence should reference the solicitation number. Each offeror is responsible for all costs of producing and submitting its proposal. Each proposal shall be submitted in accordance with the instructions contained in the solicitation. Proposals will not be accepted by email or facsimile. Questions regarding the solicitation shall be submitted in accordance with instructions contained in the solicitation.

Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/8d49c17ba51b0d9eafd13813e1e7757d
OutreachSystems Article Number: 130411/PROCURE/0528
Matching Key Words: age:state!ky; state!ky; 


General 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 042913 Kathryn E. Thomas, Contracting Officer, Phone 617-140px-US-GeneralServicesAdministration-Logo.svg565-8826, 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 The deadline for artist registration is extended until APRIL 29, 2013.
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: 130411/PROCURE/0531
Matching Key Words: naics!711510; 

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

99 — CABLE CUTTERS & ACCESSORIES H92244-13-T-0182 052113 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0182, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013.

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

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

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

Section B Schedule of Supplies and Services

CLIN 0001 VARIOUS CABLE CUTTERS & ACCESSORIES
(SEE EXTENDED DESCRIPTION FOR LISTING AND QUANTITY)
MFR: ROCKSMITH PRECISION MACHINING INC.
QTY: 1 LOT
FOB DESTINATION

Section I Clauses

Following Clauses and Provision applies to this procurement.

CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation – Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

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

Quotes must be received no later than 8:00 AM Eastern Standard Time (EST) on 21 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

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

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVENUE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0182/listing.html
OutreachSystems Article Number: 130410/PROCURE/0512
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 

Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywinedept of health and human services Road, Room 3000 Atlanta GA 30341-4146

R — Waiting Room-Delivered Video to Enhance Antiretroviral Therapy Readiness, Adherence, and Retention in Care for HIV-Positive Minority Persons SNR56653 041913 Sherrie N. Randall, Contract Specialist, Phone 7704882866, Fax 7704882868, Email iom2@cdc.gov – Teri M Routh-Murphy, Contracting Officer, Phone 770-488-2713, Fax 770-488-2778, Email tnr3@cdc.gov This is a sources sought announcement to determine the availability of potential vendors (including, but not limited to, GSA vendors under the Advertising and Integrated Marketing Solutions SIN 541-5 “Integrated Marketing Services”, small business (e.g. 8 (a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantage business, and women-owned small business) that can provide support to the Division of HIV/AIDS Prevention (DHAP) to develop a waiting room-delivered video to enhance antiretroviral therapy (ART) readiness and adherence and retention in care for HIV-positive minority persons.

Background:
Research findings from the HIV Prevention Trials Network HPTN052 study published in 2011 concluded that HIV-positive men and women could reduce their risk of transmitting the virus to their sexual partners by 96% when taking oral antiretroviral therapy (ART). The ability of patients to initiate and adhere to a rigorous and complex ART treatment regime is challenging. There are many reasons for failing to initiate treatment or adhering to a precise and consistent medication schedule that is needed for treatment to be successful. Factors shown to influence treatment readiness and decrease adherence include a patient’s comprehension of their HIV infection and treatment recommendations, health beliefs associated with the benefits of therapy, fears or ambivalence about starting treatment, dosing/regime barriers psychiatric/co-morbidity factors, and lack of social or provider support.

The Centers for Disease Control and Prevention’s (CDC) Compendium of HIV Prevention Interventions with Evidence of Effectiveness has identified 8 intervention programs that have demonstrated varying levels of efficacy for improving ART-related outcomes among HIV-positive persons. These programs included six educational/behavioral interventions to improve ART adherence, and two Directly Administered Antiretroviral Therapy (DAART) interventions. All of these interventions are delivered in individual- or small group-level formats and require considerable resources to implement and substantial time commitments from clients. As a result, there is a significant need for treatment readiness/adherence interventions that can be brought to scale quickly, provide maximum coverage, and be sustained at relatively little cost. The development of a video-based structural intervention through this contract directly supports CDC’s High-Impact HIV Prevention framework.

The Patient Protection and Affordable Care Act is poised to bring millions of uninsured people – including many HIV-infected minority persons – into the health care system when it is implemented in 2014. Clinical settings may be increasingly more dependent on adopting simple, low-cost, low-intensity waiting room delivered interventions, which can be administered with minimal staff time as part of routine clinical services, to supplement more intensive but effective interventions that require additional patient or staff time to implement. Stand-alone video-based interventions have been found to be efficacious, low-cost, and require limited staff time or training. The stand-alone video-based approach focusing on encouragement of ART among treatment-naï ve patients and ART adherence among HIV-positive patients in treatment may prove to be an important prevention tool in achieving goals of the National HIV/AIDS Strategy, such as improving health outcomes for persons living with HIV/AIDS and reducing HIV-related disparities and health inequities.

This video also could be a key product to assist CDC’s prevention efforts with HIV-positives. In addition, this video will have broad applicability beyond CDC’s DHAP and should be feasible, practical, and cost-effective to extend to virtually all medical care settings across the U.S. that provide HIV medical care to HIV-positive persons, including Health Resources and Services Administration-funded grantees, Veterans Administration-funded clinical care sites, and all private HIV treatment and care clinics.

Purpose and Objectives:

The purpose of this contract is to develop, beta-test, and refine a brief, video-delivered, waiting room intervention that promotes early initiation of ART among treatment-naïve HIV-positive patients, adherence to ART and retention in care among HIV-positive patients currently on therapy, sexual risk reduction tailored to HIV-positive persons, and patient-initiated discussion of these topics with their providers.

Specific objectives of the contract include the following:

1. Develop a draft theory-based, brief, video-delivered waiting room intervention that promotes early initiation of ART among treatment-naïve clients, adherence to ART and retention in care among HIV-positive patients currently on therapy, and sexual risk reduction tailored to HIV-positive minority persons.
2. Develop “movie style” posters to enhance viewership and a User’s Guide to improve the integration of the video into HIV/AIDS treatment facilities.
3. Conduct a beta-test of the draft video intervention in up to four HIV/AIDS treatment facilities meeting specific programmatic criteria.
4. Document the feasibility and use of this intervention during routine clinical care.
5. Collect observational data and supplemental patient-level medical record data from participating treatment facilities as part of the beta-test of the draft video intervention.
6. Refine the draft video intervention based on analysis of the patients’ reactions.
7. Produce interim and final progress reports.
8. Create and deliver interim data sets and final data sets.

The Vendor shall demonstrate capability with the following requirements:

1. Demonstrate evidence of prior collaboration with governmental or nongovernmental organizations including state and local health departments and other groups that provide HIV prevention and/or treatment services for HIV-positive African Americans and Hispanic/Latinos, including Men Having Sex With Men (MSM).
2. Demonstrate ability to design and produce a video-waiting room intervention for HIV/AIDS treatment facilities.
3. Demonstrate the ability to conduct beta-testing for a video-waiting room intervention.
4. Demonstrate the capacity to design, collect and manage electronic datasets from multiple facilities and the ability to ensure data safety.
5. Demonstrate evidence of ability to create and transfer interim and final data sets to customers.

Capability Statement:

Vendors who believe they have the ability to satisfy all of the above stated objectives are encouraged to submit a capability statement. The capability statements will be evaluated based on the information provided in relation to the objectives and requirements above and the current in-house capacity to perform the work including: (a) knowledge of staff availability, experience, and training; (b) prior completed projects of a similar nature; and (c) examples of prior completed contracts, dollar value of the contracts, references, and other related information.

Capability statements shall include the following information: company name, address, point of contact, phone/fax/email, business size and status (e.g. small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantage business, and women owned small business) and current GSA Schedules under SIN 541-5, “Integrated Marketing Services”. The remainder of the capability statement should be tailored to the information outlined in this Sources Sought Announcement and must demonstrate that similar work has been performed in the past.

Submission Instructions:

Interested parties having the capabilities necessary to perform the stated requirements may submit capability statement (maximum 10 pages) via email to Sherrie Randall (srandall@cdc.gov). The subject line of the email shall be “Antiretroviral Therapy “. Responses are due no later than April 19, 2013 by 12:00PM EST. Capability statements will not be accepted after the due date.

Disclaimer and Important Notes:

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. RESPONSES TO THIS NOTICE WILL NOT BE CONSIDERED ADEQUATE RESPONSES TO A SOLICITATION.

URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/SNR56653/listing.html
OutreachSystems Article Number: 130405/PROCURE/0528
Matching Key Words: video*; produc*; train*; site?; page?; education*; business*; produce?; instruct*; 

600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 052013 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $7 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.

The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.

All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.

Your response time for the solicitation is no later than May 20, 2013 at 3pm EST.

Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130404/PROCURE/0075
Matching Key Words: writ*; technical; standard; 


Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesdadept of health and human services MD 20894

R — Audiovisual Duplication Services NIHLM2013715-UHP 041213 Uyen H Phuong, Contracting Officer, Phone 301-496-6127, Fax 301-402-0642, Email phuongu@mail.nih.gov This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research.

The National Library of Medicine (NLM) is conducting a market survey to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses and/or HUBZone small businesses capable of serving the needs identified below.

Background
The National Library of Medicine (NLM) is a federal agency that is part of the National Institutes of Health (NIH) and is located in Bethesda, MD. NLM makes copies of audiovisuals for preservation purposes. Most of the materials to be duplicated are 16mm motion picture films and ¾” U-Matic videotapes. The physical condition of most originals is good; however, there are some items in fair to poor condition.

Purpose
This requirement covers the procedures for all source materials and for copies that are produced for and become the property of NLM. It does not apply to copies requested and paid for by patrons that become the property of the patron. NLM assumes responsibility for ensuring that materials sent for duplication are not subject to copyright restrictions.

All work shall be performed at the vendor’s facility. The schedule of delivery will be determined at the time of the award. It is anticipated that the period of performance will be for a base year with options for two successive one year periods.

Vendor Requirements
Independently, and not as an agent of the Government, the Contractor shall furnish all necessary labor, materials, supplies, equipment, and services needed to complete this project according to the work proposed below. All work performed under this procurement shall be monitored by NLM Project Officer.

This effort is to provide audiovisual duplication services from the following groups:

 Film-to-video transfer
 Video-to-video transfer

This is a Small Business Sources Sought Notice. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disable, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This Sources Sought notice is not a Request for Proposals (RFP), nor is an RFP available. Interested firms responding to this sources sought notice must adhere to the following:

(a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government’s requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages.

(b) The capability statement must identify the responder’s small business type and size; DUNS number; NAICS code; and technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and email addresses.

(c) All capability statements must be submitted electronically no later than 4:30pm Eastern Standard time on Friday April 12, 2013 to Ms. Uyen Phuong at phuongu@mail.nlm.nih.gov.

Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013715-UHP/listing.html
OutreachSystems Article Number: 130404/PROCURE/0552
Matching Key Words: video*; film?; duplicat*; produc*; page?; business*; produce?; videotap*; video; audiovisual; serv*; 

FedBizOps – Awards

190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070

R–Geotechnical Engineering Services for the Nashville District U.S. Army Corps of Engineers. W912P5-12-R-0005 Jamie Davies, 615-736-7921 USACE District , Nashville W912P5-13-D-0003 $5,000,000.00 031313 0001 STANTEC CONSULTING SERVICES INC. (809863694)
1409 N FORBES RD STE 1
LEXINGTON, KY 40511-2024 Award posting.
URL: https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-R-0005/listing.html
OutreachSystems Article Number: 130404/AWARDS/0773
Matching Key Words: state!ky; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

R — INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), DE SOL F13PS00238 Description The U.S. Fish and Wildlife Service (FWS) intends to issue a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ), Design/Build (D/B) Construction, Multiple Award Task Order Contract (MATOC) for the Southeast region (Region 4). This is a competitive, best value, source selection that will be conducted in accordance with Federal Acquisition Regulation (FAR Part 15.3). In using this best value approach, the Government seeks to award to offerors who give the greatest confidence that they will best meet our requirements affordably. Projects are located at U.S. Fish and Wildlife Region 4 sites such as national fish hatcheries and national wildlife refuges in the southeastern United States. The Southeast region consists of the States of Arkansas, Louisiana, Tennessee, Kentucky, North Carolina, South Carolina, Mississippi, Alabama, Georgia, Florida, Puerto Rico, and the Virgin Islands. The MATOC will be for 5 years total consisting of a base year plus 4 one-year renewable options, and will result in award to multiple Design/Builders (D/B). The D/B will be requested to submit proposals on a rotational basis after consideration of individual task orders. Extenuating circumstances such as familiarity with a site or specialized skills may dictate that a particular D/B be chosen out of order at the discretion of the Contracting Officer (CO). There will be two (2) evaluation phases. Phase I (Short-list Criteria) and Phase II (Award Selection Criteria. Only applies to short-listed contractors). The sample Task Order referenced under Award Selection Criteria (Phase Two) is a real project and will be awarded as a task order to the short-listed D/B firm having the best design solution. The contract type will be firm fixed price, indefinite delivery indefinite quantity (IDIQ) contract with individual Task Orders. Each Task Order will have a Guaranteed Maximum Price (GMP). Task Orders may vary in size but are expected to be issued for projects in the $50,0 Overview Reference number: F13PS00238 Issue date: 04/09/2013 Response due: 06/06/2013 02:00 PM ET Set Aside: N/A NAICS: PSC / FSC: Agency: DOI Contracting office: FWS, DIVISION OF CONTRACTING AND GR 1875 CENTURY BOULEVARD SUITE 310 Atlanta, GA 30345-3310 Place of Performance: Contact: Walter Cowan Phone: Fax: Email: walter_cowan@fws.gov Vendors conference: Location: Details: NO PREPROPOSAL CONFERENCE IS SCHEDULED For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130410/SMALL/0717
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 – Auditing assistance with COT SOC 2 RFP : 1300000345 Aud SOL Auditing assistance with COT SOC 2 RFP : 1300000345 Auditor Of Public Accounts Pro Services Request for Proposals(RFP) Published On : 4/15/13 Amended On : 4/15/13 Closing On : 4/26/13 4:30 PM EDT Time Left: 10 Days, 04:48:39 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130417/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 – Services and Equipment for Lane Closure on William B. Natcher Br SOL UK-1250-13 Services and Equipment for Lane Closure on William B. Natcher Bridge For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130417/BID/0381
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 – LEGAL SERVICES RFP : 1300000346 Finance – Office Of The SOL LEGAL SERVICES RFP : 1300000346 Finance – Office Of The Secretary Pro Services Request for Proposals(RFP) Published On : 4/12/13 Amended On : Closing On : 4/19/13 4:00 PM EDT Time Left: 4 Days, 04:23:33 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130416/BID/0014
Matching Key Words: age:state!ky; state!ky; 


Connecticut – State Judicial Branch http://www.jud2.ct.gov/BidNotices/bid_login.htm State of Connecticut; 90 Washington Street Hartford, CT 06106; eMail: sue.rushkowski@jud.state.ct.us.

T – Videographer Services – To provide comprehensive digital video p SOL 02-1229 Videographer Services – To provide comprehensive digital video production, duplication and conversion services for the purpose of documenting various training programs.Deadline to Submit Questions: Friday, April 5, 2013 by 4:00 p.m.The due date for this RFP has been revised to Friday, April 26, 2013 at 2:30 p.m.Addendum No. 1 – click here to view Addendum No. 1Commodity Class: 002 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130416/BID/0166
Matching Key Words: video*; duplicat*; produc*; train*; production?; 


Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Spanish Translating, Interpreting Services SOL RFP 19-13 Spanish Translating, Interpreting Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130416/BID/0314
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Document Disposal Paper Shredding SOL 18-13 Document Disposal Paper Shredding For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130414/BID/0203
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 – Golf OnLine Tee Times, Marketing, RFP : 1300000304 Offi SOL Golf OnLine Tee Times, Marketing, RFP : 1300000304 Office Of The Controller Susan Noland Info Technology Request for Proposals(RFP) Published On : 4/11/13 Amended On : Closing On : 5/10/13 3:30 PM EDT Time Left: 28 Days, 04:06:23 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130413/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 – Jan Svcs Postal Bldg DFSS DBS RFB : 1300000871 Faciliti SOL Jan Svcs Postal Bldg DFSS DBS RFB : 1300000871 Facilities & Support Services Services NPS Request for Bids(RFB) Published On : 4/9/13 Amended On : Closing On : 4/23/13 1:30 PM EDT Time Left: 13 Days, 01:41:18 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130411/BID/0010
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 – Goose Creek 5K – EP Tom Sawyer State Park RFP : 1 SOL Sponsorship – Goose Creek 5K – EP Tom Sawyer State Park RFP : 1300000335 Kentucky Department Of Parks Request for Proposals(RFP) Published On : 4/3/13 Amended On : Closing On : 4/10/13 11:00 AM EDT Time Left: 5 Days, 22:54:34 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130405/BID/0026
Matching Key Words: age:state!ky; state!ky; 


Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com

R – Progress Report and Vaiour Race to the Top Projects-Intent Only SOL null Document Title: Progress Report and Vaiour Race to the Top Projects-Intent Only Document Status: OPEN Version: 00000 Estimated Value (US$): Not Available Estimated Units: Not Available Open Date: 04/04/2013 10:02AM Close Date: 04/05/2013 07:59AM Last Changed Date:   Comm-PASS Category: Office, Recreation, Education – Related Equipment, Services & Supplies /  SERVICES-All Other Not Shown or Combinations Issuing Organization: Department of Education / Department of Elementary and Secondary Education Procurement Type: Restricted To Use By Issuing Entity Only Applicable Procurement Law: MGL c. 7, 22, 22N; c. 30, 51, 52; 801 CMR 21.00 and 808 CMR 1.00. For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: Yes Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: Yes Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Search Key Words: ARRA, Federal Stimulus, Copy Editing, Writing, Layout, Proofing Text, RTTT, Alan Mahood, Helene Bettencourt, DESE, ESE, MADOE, DOE, Description: This posting is serving as an Intent only, as required by all ARRA-funded projects. An Intent must be posted prior to the release of a Solicitation on Comm-PASS. The complete RFQ, open to RFR # 811617 awarded vendors ONLY, will be available on Comm-PASS on Friday, April 5, 2013 at 8:00 AM under Document Number 13RFQOPRAM1. Related Solicitation Number: 13RFQOPRAM1-Intent Only For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130405/BID/0040
Matching Key Words: writ*; copy; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – 305 Erickson Hall Office Conversion Drawing 1 Addendum 1Drawing SOL CCK-1868-13 305 Erickson Hall Office Conversion Drawing 1 Addendum 1Drawing 2 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130405/BID/0374
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 a One-Stop Contruction Career Center SOL IFB-3043-0-2013/MBB Price Contract for a One-Stop Contruction Career Center For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130404/BID/0410
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 – Locksmith Service and Supplies SOL IFB-3044-0-2013/LS Locksmith Service and Supplies For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130404/BID/0411
Matching Key Words: age:state!ky; state!ky;

Kentucky State Procurement

Kentucky State University, Director of Purchasing, ASB 423, 400 East Main Street, Frankfort, KY 40601

R — CURRICULUM DEVELOPMENT/DESIGN SERVICES. RFP-13-06 DUE 17-MAY-2013 Tonya Y. Montgomery, Director of Purchasing, Phone: (502) 597-6434; Website:http://www.kysu.edu/about/divisions/financeandbusiness/procurementservices/Bids_and_+RFPs.htm This Request for Proposal is issued to solicit proposals from qualified organizations and individuals to develop and design a curriculum for the Building Bridges to Opportunities, a workforce development program. Bridges to Opportunities Pre-Construction Trades Training is a work readiness program newly created by Kentucky State University (KSU) in partnership with the Kentucky Transportation Cabinet (KYTC) that will consist of providing training and supportive services to individuals in order to help develop a qualified and capable workforce for the Louisville Southern Indiana Ohio River Bridges (LSIORB) Project and other regional construction projects. KYTC and KSU will partner with the Kentucky Education and Workforce Development Cabinet to provide administrative support as well as initial screening and testing for participants in the Bridges to Opportunities program. Bridges to Opportunities will act as a vehicle through which a participant can seek out various existing construction trade training programs and connect with the design build team awarded the contract for the LSIORB Project and other contractors seeking a qualified workforce. SCOPE OF SERVICES: Kentucky State University is requesting proposals for Curriculum Development/Design Services. The organization or individual engaged to provide curriculum development/design services for KYTC will be responsible for duties which include, but are not limited to: 1. Providing the KYTC with general background information and education regarding the design and implementation of a curriculum for work readiness for various trades in the construction industry. 2. Identifying learning objectives for development of qualified individuals to participate in construction trade training programs. 3. Developing and designing a curriculum, to be implemented by KYTC, for work readiness for various trades in the construction industry. Kentucky State University RFP-13-06 Page 7 4. Identifying, accessing, and utilizing appropriate subject matter experts in the curriculum development process.5. Including alternative approaches to accommodate the varying knowledge levels of potential participants as well as the different learning styles that may be present within a group of participants. 6. Formalizing training content into a comprehensive set of documents, including but not limited to: a. Instructor manual including lesson plans, preparation requirements b. Student manual including handouts, study guides, and other training materials c. Evaluation Tools d. Ensuring that content and methods are suitable to older youth and adult learners. 7. Allocate support services funds to assist participants in becoming employed or being retained in employment by contractor or subcontractor. Support services includes: purchasing tools, uniforms, temporary transportation (bus passes), or other emergency funds needed to facilitate employment. 8. Deploying training curriculum at intervals as needed to accommodate participants referred to training by the Office of Employment and Training or Kentucky State University Bridges Staff. 9. Conduct performance evaluation of the services provided under contract. All questions should be submitted in writing to Tonya Montgomery no later than 4:30 p.m. Eastern time on April 23, 2013 and should be faxed to (502) 597-6588. Any questions received after this date and time will be returned unanswered. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130416/KY/2846
Matching Key Words: age:state!ky; state!ky; 


Kentucky State University, Director of Purchasing, ASB 423, 400 East Main Street, Frankfort, KY 40601

U — CURRICULUM DEVELOPMENT/DESIGN SERVICES. RFP-13-06 DUE 17-MAY-2013 Tonya Y. Montgomery, Director of Purchasing, Phone: (502) 597-6434; Website:http://www.kysu.edu/about/divisions/financeandbusiness/procurementservices/Bids_and_+RFPs.htm This Request for Proposal is issued to solicit proposals from qualified organizations and individuals to develop and design a curriculum for the Building Bridges to Opportunities, a workforce development program. Bridges to Opportunities Pre-Construction Trades Training is a work readiness program newly created by Kentucky State University (KSU) in partnership with the Kentucky Transportation Cabinet (KYTC) that will consist of providing training and supportive services to individuals in order to help develop a qualified and capable workforce for the Louisville Southern Indiana Ohio River Bridges (LSIORB) Project and other regional construction projects. KYTC and KSU will partner with the Kentucky Education and Workforce Development Cabinet to provide administrative support as well as initial screening and testing for participants in the Bridges to Opportunities program. Bridges to Opportunities will act as a vehicle through which a participant can seek out various existing construction trade training programs and connect with the design build team awarded the contract for the LSIORB Project and other contractors seeking a qualified workforce. SCOPE OF SERVICES: Kentucky State University is requesting proposals for Curriculum Development/Design Services. The organization or individual engaged to provide curriculum development/design services for KYTC will be responsible for duties which include, but are not limited to: 1. Providing the KYTC with general background information and education regarding the design and implementation of a curriculum for work readiness for various trades in the construction industry. 2. Identifying learning objectives for development of qualified individuals to participate in construction trade training programs. 3. Developing and designing a curriculum, to be implemented by KYTC, for work readiness for various trades in the construction industry. Kentucky State University RFP-13-06 Page 7 4. Identifying, accessing, and utilizing appropriate subject matter experts in the curriculum development process.5. Including alternative approaches to accommodate the varying knowledge levels of potential participants as well as the different learning styles that may be present within a group of participants. 6. Formalizing training content into a comprehensive set of documents, including but not limited to: a. Instructor manual including lesson plans, preparation requirements b. Student manual including handouts, study guides, and other training materials c. Evaluation Tools d. Ensuring that content and methods are suitable to older youth and adult learners. 7. Allocate support services funds to assist participants in becoming employed or being retained in employment by contractor or subcontractor. Support services includes: purchasing tools, uniforms, temporary transportation (bus passes), or other emergency funds needed to facilitate employment. 8. Deploying training curriculum at intervals as needed to accommodate participants referred to training by the Office of Employment and Training or Kentucky State University Bridges Staff. 9. Conduct performance evaluation of the services provided under contract. All questions should be submitted in writing to Tonya Montgomery no later than 4:30 p.m. Eastern time on April 23, 2013 and should be faxed to (502) 597-6588. Any questions received after this date and time will be returned unanswered. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130416/KY/2847
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 - April 30, 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