FedBizOpps – Procurements
General Services Administration, Public Buildings Service (PBS), GSA, PBS, Property Development Division (9P2), 450 Golden Gate Avenue, 3rd Fl. West San Francisco CA 94102
R — Art in Architecture (AiA) U.S. Courthouse – Los Angeles, CA GS-09P-13-KT-C-0003 113012 Mr. William Caine, Phone 202.501.4271, Email william.caine@gsa.gov ART IN ARCHITECTURE PROJECT
GSA Synopsis for Artist Services
Artist Services Synopsis Number: GS-09P-13-KT-C-0003
FBO Classification: R499
NAICS: 711510
Description:
The General Services Administration (GSA) Art in Architecture Program commissions American artists (citizens and Lawful Permanent Residents or Permanent Workers of the United States) to create publicly scaled and permanently installed artworks for federal buildings nationwide.
GSA announces an opportunity for a federal art commission in conjunction with the new construction of U.S. Courthouse in Los Angeles, CA.
This project provides for the construction of a new courthouse in downtown Los Angeles, CA. The site/design and construction prospectus will be designed to meet the amended 30-year requirements of the U.S. District Courts and related agencies with the initial build-out to house the 10-year housing requirements. The Project involves the design and construction of an approximately 600,000 gross square foot courthouse, including 110 controlled-access indoor parking spaces, in Los Angeles, California.
This Project is an opportunity in design and construction excellence. GSA intends to build a new United States Courthouse that shall be a focus of pride for the community it serves, as well as the nation. The Project shall be a functional, innovative, sustainable, cost-effective, state-of-the-art, court facility that will contribute to the overall design quality of downtown Los Angeles.
GSA generally allocates one-half of one percent of the estimated construction costs for new or modernized federal buildings for art commissions. The art budget for the new U.S. Courthouse project is currently estimated to be $1,500,000. One or more artists will be awarded a fixed-price contract for a commission.
Artists who wish to be considered for this and all future GSA art commissions must submit application materials to GSA’s National Artist Registry (Registry). The Registry constitutes the qualified list of artists for this and all GSA commissions. Instructions on how to join the Registry are available on the following Web site:
http://www.gsa.gov/artinarchitecture
All artists who wish to be considered as candidates for a commission at the U.S. Courthouse in Los Angeles, CA, must have their application materials submitted and received by GSA by 5:00 PM Eastern Time on November 30, 2012. Artists’ submissions received after the deadline will not be considered for this project, but will be eligible for consideration on future GSA commissions alongside the other artists on the Registry. Artists already on the Registry need not resubmit, but may elect to update their information prior to the deadline. If any technical questions arise regarding this posting please contact Mr. William Caine, Art in Architecture Program, Office of the Chief Architect at william.caine@gsa.gov or 202.501.4271.
GSA evaluates artists based on the following criteria: the media, materials, content, style, and scope of the artist’s past work, along with the artist’s past performance and experience with commissions or projects similar to the one described in this synopsis. Short-listed artists will be contacted and asked to submit additional information including a price proposal for the contemplated project. GSA has determined that the combined weight of all the technical selection criteria is significantly more important than price.
At a minimum, the scope of services for this commission will require: collaboration with the lead designer selected for the building project; development of preliminary and final concepts; fabrication of the artwork; participation in meetings and conservation reviews as necessary; and the installation of the artwork at the project site.
Place of Performance: 107 S Broadway Los Angeles, CA 90012 US URL: https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-13-KT-C-0003/listing.html
OutreachSystems Article Number: 130606/PROCURE/0089
Matching Key Words: naics!711510;
Department of Agriculture, Forest Service, National Interagency Fire Center, U.S. Forest Service, Contracting Owyhee Building – MS 1100 3833 S. Development Avenue Boise ID 83705-5354
99 — Wildland Fire Photography and Video Services AG-024B-S-13-0005 041513 Jason P. Brandt, Contract Specialist, Phone 208-387-5231, Fax 208-387-5384, Email jbrandt@fs.fed.us – Tonya R. Rymer, Contracting Officer, Phone (208) 387-5669, Fax (208) 387-5384, Email trymer@fs.fed.us It is the intent of this solicitation (AG-024B-S-13-0005) to secure a Blanket Purchase Agreement(s) (BPA(s)) for the Forest Service, Fire and Aviation Management located at 3833 S. Development Ave. Boise, ID 83705. This solicitation / Request for Quote (RFQ) is for a Wildland Fire Photography and Video Services. The contractor’s primary responsibility will be to provide still photograph and/or video shooting, editing, logging, filing, and labeling services for the U.S. Forest Service Washington Office Fire and Aviation Management Program. Photographers and/orvideographers must have the capability to shoot still photographs and/or video on very short notice (often 24 to 48 hours); to travel to remote forest and rangeland locations by commercial carrier, personal or rental vehicle; to endure high temperatures and smoke; to follow instructions from fire personnel assigned to assist them; to hike for moderate to long distances in steep terrain carrying gear needed for safety, sustenance, and to perform the work; and to shoot still photographs and/or video from fixed wing aircraft or helicopters.
The Government will establish Basic Purchasing Agreement(s) (BPA(s)) to the responsible offeror(s) whose offer(s) conforming to this solicitation will be most advantageous and best value to the Government, price and other factors considered. [Multiple awards may be made]
The solicitation is a total small business set aside. The North American Industry Classification System (NAICS) code the Government anticipates this requirement will fall under is 541922 (Commercial Photography) with a size standard of $7.0 million.
Set-Aside: Total Small Business Place of Performance: 3833 S. Development Avenue Boise, ID 83705 US URL: https://www.fbo.gov/spg/USDA/FS/024B/AG-024B-S-13-0005/listing.html
OutreachSystems Article Number: 130606/PROCURE/0863
Matching Key Words: video*; edit*; business*; instruct*; commercial?;
Department of Labor, Employment Training Administration, Job Corps Philadelphia Region, The Curtis Center, Suite 815 170 South Independence Mall West Philadelphia PA 19106-3315
99 — Food Sevice – Cafeteria/Culinary Arts FS060113 061813 Kimberly M Castle, Buyer, Phone 6064332258, Email castle.kimberly@jobcorps.org ;
p;
THIS IS A SUBCONTRACING OPPORTUNITY
The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services, is requesting bids to supply the center cafeteria and culinary arts class with food and supplies. The products must meet mid-grade level. At a minimum, by-weekly deliveries are required. The award period will consist of July 1, 2013 – September 30, 2013.
The attached spreadsheet contains a complete list of items and to be purchased. Bidders are required to enter pricing on the spreadsheet provided only. Enter the pack size and cost in spaces provided only. Bids submitted in other formats will be disregarded.
Completed bids must be e-mailed to castle.kimberly@jobcorps.org by the deadline of June 18, 2013 4:00 EST. Late bids will not be accepted.
If you have any questions, please let me know.
Place of Performance: Carl D. Perkins Job Corps 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/PhiladelphiaPA/FS060113/listing.html
OutreachSystems Article Number: 130604/PROCURE/0387
Matching Key Words: state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Persian Language Entertainment Show BBG50-R-12-1116 121712 Myria ED Carpenter, Contract Specialist, Phone 202-205-8597, Fax 202-260-0855, Email mecarpen@ibb.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov Synopsis:
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation No. BBG50-R-13-1116 is issued as a Request For Proposal (RFP) and a firm-fixed-price contract will be awarded, subject to the availability of Fiscal Year 2013 funding, using the contracting by negotiation procedures used in FAR Part 15.
(iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 dated October 15, 2012. (iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 512110. The small business size standard is $29.5M.
(v) The Offeror shall provide the following items –
CLIN No. 1 Base Period: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
CLIN No. 2 Option Year 1: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
CLIN No. 3 Option Year 2: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
CLIN No. 4 Option Year 3: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
CLIN No. 5 Option Year 4: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
(vi) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) and the Voice of America (VOA), (designated Agency herein), located in Washington, D.C. anticipate a need (subject to availability of funding) for a Contractor to provide original programming for Voice of America broadcasts. The programming must include thirty (30) minutes of youth (18-35 years old audience) oriented stories in Farsi in accordance with the following:
A. OVERVIEW:
This program shall appeal to the Farsi speaking, youth-oriented audience demographic. This show should be aesthetically and musically entertaining and be able to attract and retain the target audience.
B. CONTRACTOR PERFORMANCE REQUIREMENTS:
The Contractor shall be responsible for all labor and other miscellaneous costs required to write, produce, and edit a total of twenty six (26) Farsi language entertainment television shows specifically targeting the 18-35 year old demographic audience. Each program shall be shot and delivered in high definition 16 x 9 video format. The Contractor shall adhere to the highest standards of professional broadcast journalism in all aspects of the show’s creation and production, including double sourcing of all information, and must follow the guidelines in the VOA Journalistic Code (attached) and the VOA Best Practices Guide, which will be provided after award.
The Contractor shall provide a show that includes at least one to two Farsi language-qualified on-air talent as the hosts of the show, camera operators, lighting crews, audio engineers, and a team of professional and experienced writers, producers, and editors. The Contractor shall provide thirty (30) days’ notice to the Agency before replacing or making a change to the on-air talent.
The Contractor’s personnel must speak both Farsi and English fluently. The Contractor shall have exclusive and behind the scenes access to high profile events, parties, concerts, celebrities, fashion houses, charities, musicians, entertainers, artists, actors, politicians, and people of interest from both the United States and the Middle East. The Contractor shall have the ability to shoot on location in D.C., L.A., New York, Miami, and other U.S. and international cities, depending on events. Each episode shall include music, fashion, comedy, art, entertainment, interviews, backstage access that will make it appealing to the target audience. Episodes shall contain interviews with leading Iranian, Iranian American and American entertainment, fashion, and technology personalities.
The Contractor shall use its own resources (i.e. acquired programming from various sources and other rights holders, etc.) and equipment for all aspects of content production, including but not limited to video editingand television studio equipment.
The shows must be produced without any political slant or influence and without any advertising and must not contain any lewd or lascivious content that may be offensive to the target audience. The shows should feature live events, film reviews, celebrity interviews, etc.
The delivered product must be 95 percent error free and have a total run time that is within twenty (20) seconds of the required twenty nine (29) minute runtime.
Pursuant to FAR 52.227-17, Agency shall own the copyright of any data produced in the performance of this contract.
Contractor shall not register a trademark for any marks, names, or logos, or slogans associated with the show, and must agree to fully cooperate with Agency efforts to seek trademark registration, if any.
C. DEADLINES:
All work provided under this contract shall be completed and delivered by the timeframe outlined here or as agreed upon by the Agency and the Contractor. Each completed episode must be delivered with a rundown on the day before the episode’s initial scheduled airing for Agency review and comment. The Agency will review the show within one day of delivery and provide feedback to the Contractor. The Contractor will revise the episode, as needed, and must incorporate Agency’s recommended changes. The first episode must be delivered within twenty (20) days of contract award. The Government and Contractor will finalize the first episode within ten (10) days. Four (4) episodes shall be completed every 30 days after the first episode is accepted by the Government. All episodes must be delivered not less than twenty four (24) hours before the initial scheduled airing. All twenty six (26) episodes shall be completed and delivered to Agency by June 30, 2013.
D. SPECIAL EXPERTISE NEEDED:
The Contractor is responsible for undertaking all tasks to complete the episode such as acquiring equipment, subcontracting, etc. in order to deliver a finished product. The quantity and the quality of the shows shall be reviewed by the COR to ensure that the Contractor is meeting the requirements of Agency.
E. Submission of Invoices:
The Contractor must submit a detailed invoice to the Contracting Officer Representative (COR) for programs completed and accepted by the Government. All payments shall be made 30 days after receipt and acceptance of a proper invoice, in accordance with the Prompt Payment Act. The Agency intends to change its current invoicing procedures to an optical reader system. The contractor may be required in the future to use a standard invoice template. Any costs associated with complying with the invoice change will be at the Contractor’s expense.
(vii) The period of performance is for a base period of twelve months from the date of award with four (4) one (1) year options subject to the needs of Agency and the availability of funding for the above purpose.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. The Offeror shall demonstrate the ability and experience in providing the required services. Interested Offerors shall submit with their proposal a narrative about how they will provide the services, in addition to listing similar projects with the same or like requirement, with budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references that have direct knowledge of the Offeror’s skills and experience. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Narrative and detailed information on the requirement. [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information. [3] Sample materials (either a Pilot or previously completed materials in either a flash drive or DVD format) that demonstrate the Contractor’s ability to deliver the work specified under this Solicitation [4] Prices for all of the listed CLINs which shall be noted in English language and United States dollars.
(ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this Solicitation to the responsible Offeror whose offer conforming to the RFP will be most advantageous and provide the best value to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost and price. The following evaluation factors are listed in order of importance shall be addressed in the technical proposal. These factors shall be used to evaluate technical proposals:
1). Technical Approach – The Offeror must demonstrate its ability/capability to produce broadcasting quality programming of the kind required herein. The Offeror shall submit a pilot episode, of no less than five (5) minutes and no more than thirty (30) minutes in length to be evaluated for broadcasting and editorial quality; 2). Management Approach – The Offeror shall describe how it will comply with the technical requirements and meet the schedule; 3) Experience – The Offeror shall provide evidence of its demonstrated experience producing programs in Farsi and how this experience will help satisfy BBG’s requirement; 4) Past Performance – The Offeror is required to provide three (3) references from previous customers for same or similar services to the requirement within the last three (3) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information: (i) client’s business name and address, as well as the name, email and telephone number of a contact person at the client’s business; (ii) dollar amount of the contract; (iii) term of the contract; and (iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance; and 5) a separate Price Proposal showing a breakdown of how the price was developed for the above Contract Line Item Numbers (CLINs) in English language and US dollar amounts. The Offeror shall note that the CLINs shall be firm-fixed price for each program. The Offeror’s proposed prices shall include all required costs.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the System for Award Management (SAM) formerly the CCR Web site at:https://www.sam.gov/portal/public/SAM/. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice.
(xi) The FAR Clause 52.212-4 Contract Terms and Conditions — Commercial Items applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE The Contracting Officer will appoint by letter an Contracting Officer Representative of the (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION(s) NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES.
(End of clause)
NOTICE OF DELAY In the event the Contractor becomes aware of a potential delay, the Contractor shall immediately notify the Contracting Officer and COR via email. Such email shall include the nature of the delay and whether it will have any impact (positive or negative) on the Contract.
(End of clause)
(xii) FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders — Commercial Item applies to this acquisition and incorporates the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-13 Contractor Code of Business Ethics and Conduct; 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-6 Liquidated Damages – Subcontracting Plan; 52.219-28 Post Award Small Business Representation; 52.222-3 Convict Labor; 52.222-19 Child labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Encouraging Contractor Policies to Ban Text messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer. (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract; 52.227-17 – Rights in Data – Special Works; 52.232-18 Availability of Funds; and 52.237-3 Continuity of Services. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customarycommercial practices.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral, email or faxed proposals will not be accepted. Questions must be submitted in writing to Ms. Myria Carpenter via e-mail at mecarpen@bbg.gov. Written questions must be received by 12:00 p.m., Daylight Savings Time on December 7, 2012. Technical proposals shall be submitted with an original and three (3) copies. Price proposals shall be submitted with an original and one (1) copy. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to be submitted to Herman Shaw, Contract Officer, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007, Washington, DC 20237 before 12:00 noon on December 17, 2012. All responsible sources may submit an offer which will be considered by the BBG.
Place of Performance: , DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-1116/listing.html
OutreachSystems Article Number: 130601/PROCURE/0081
Matching Key Words: video*; film?; edit*; produc*; web; site?; business*; entertain*; event?; produce?; production?; instruct*; commercial?; naics!512110;
Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
R–Eight(8) Contract personnel positions for KY Army National Guard W912KZ-13-R-0003 070113 Diane Hutchinson, 502-607-1390 USPFO for Kentucky 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.
RFP# W912KZ-13-R-0003 is being issued as a request for proposal. This procurment is a total set-aside for Hubzone businesses with applicable NAICS code of 561320 and small business size standard of $25.5 million.
Set-Aside: HUBZone Place of Performance: USPFO for Kentucky Boone National Guard Center, Building 120, 120 Minuteman Parkway Frankfort KY 40601-6192 US URL:https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ-13-R-0003/listing.html
OutreachSystems Article Number: 130601/PROCURE/0083
Matching Key Words: age:state!ky; state!ky;
United States Postal Service, Supplies and Services Purchasing, Services Purchasing (Headquarters), 475 L’Enfant Plaza SW Room 4541 Washington DC 20260-6237
R — Equal Employment Opportunity (EEO) Investigator 2B-13-A-0068 061713 Patricia K. Goode, Phone 3037431262, Email patricia.k.goode@usps.gov Solicitation for Investigative Services for the United States Postal Service
The Supplier will perform investigations of discrimination complaints, management initiated investigations of harassment allegations that are not discrimination complaints, and compensatory damages claims and prepare Reports of Investigation (ROI) for the United States Postal Service (USPS) National Equal Employment Opportunity Investigative Services Office (NEEOISO) and its federal agency customers.
The Supplier will conduct a thorough investigation for each case assigned to identify and obtain evidence from all relevant sources and gather sufficient information relevant to the issues in the complaint for the USPS, its federal agency customers, or EEOC to determine the validity of the claim(s) and any remedies as appropriate. The Supplier will perform the investigation by:
a. Preparing an Investigative Plan;
b. Obtaining documentary information, including relevant statistics;
c. Securing testimony from complainants and witnesses;
d. Submitting a draft ROI, based on a complete review and analysis of the facts; and
e. Submitting a final ROI, based on a complete review and analysis of the facts.
If you are qualified to perform the above services and are interested in applying for the position, you will need to respond to the information under Section D on page 19 of the Solicitation attached.
Pages 2 through 14 of the Solicitation are the Provisions and Clauses that are required for you to accept in order to provide services for the United States Postal Service. Signing the attached 8203 is your acceptance to these conditions.
Pages 16 through 18 are the Statement of Work (SOW) which explains the type of work you will be performing.
Pages 19 through 23 is information on your proposal, how to submit and the qualifications. As mentioned under item B, you are limited to only three (3) pages for your responses to the Technical & Supplier Capability and Past Performance. On page 20, under Technical & Supplier Capability, the items are listed as i, ii, iii, etc, I recommend that you only list the letter and then your response to save space; the same with Past Performance. If you exceed the three (3) pages for your response to these, we will remove the last pages that exceeds that number and the evaluation will only be performed on the first three (3) pages.
Note – Cover pages, tables of contents and resumes do NOT count towards the page limitation.
Items that need to be Submitted
Signed 8203
Pages 5 & 6 of solicitation with responses to Provision 4-3 Representations and Certifications
Responses to the qualifications for Technical & Supplier Capability and Past Performance (limited to 3 pages)
Resume
NOTE: THIS IS AN AGREEMENT BETWEEN AN INDIVIDUAL AND THE USPS ONLY! APPLICATIONS SUBMITTED BY COMPANIES WILL NOT BE ACCEPTED.
Place of Performance: Home-Based US URL: https://www.fbo.gov/spg/USPS/SSP/SPHQ/2B-13-A-0068/listing.html
OutreachSystems Article Number: 130601/PROCURE/0086
Matching Key Words: documentar*;
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
99–Janitorial Services for the U.S. Army Corps of Engineers, Real Estate Division, including the states of Michigan, Kentucky, and Illinois. W912QR-13-R-0046 062813 Michael Hutchens, 502-315-6180 USACE District, Louisville This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This request for Proposal (RFP) is for Janitorial Services for the U.S. Army Corps of Engineers, Real Estate Division; including the states of Michigan, Kentucky, and Illinois. Services will begin on date of award and continue through 31 May 2018. NOTE: This solicitation is for the award of no fewer than three (3) and no more than five (5) IDIQ contracts consisting of a five year base period. This procurement is set-aside 100% for Service-Disabled Veteran-Owned Small Business concerns under NAICS code 561720, with a Size Determination of $16.5 million. Award will be based on the Best Value to the Government. The following factors, listed in relative order of importance, will be evaluated for award; Relevant Experience, Confidence in Performance, and Price. There is no bonding requirement for this procurement. Payment will be med using Electronic Funds Transfer (EFT). Refer to FAR Clause 52.232-33 – Payment by Electronic Funds Transfer for details. Proposals will not be accepted for quantities less than the quantities specified in the bid schedule. Failure to submit a unit price for all items listed (base year and option years) will be considered as a material deviation from the requirements of the RFP and the proposal will be rejected.
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL:https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-13-R-0046/listing.html
OutreachSystems Article Number: 130601/PROCURE/0469
Matching Key Words: age:state!ky; state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Polk, MICC – Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000
T–Visual Information Services at Fort Polk, LA W9124E13TVISI 060713 Matthew Wiggins, 337-531-0906 MICC – Fort Polk THIS IS A SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation or pre-solicitation and this notice does not guarantee that a solicitation will be posted in the future. This information is being submitted for the purpose of seeking sources only.
Prospective offerors are requested to complete and return a Capabilities Statement as described in the attached Questionnaire file to determine which companies possess the capability, experience and financial ability to perform the proposed contract services. Offerors that do not return the attached Questionnaire completely filled out (adding any Not Applicable statement where needed) by the date and closing time (found near the end of this Sources Sought) to matthew.c.wiggins4.civ@mail.mil will be considered non-responsive. The U.S. Government is in no way obligated to do business with, or to enter into, any form of contract with any person, firm, or other entity that receives or responds to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
Information obtained as a result of this notice will be used in completion of market research to determine the level of interest, particularly small business interest, in providing the Visual Information Services.
REQUIREMENT:
Mission and Installation Contracting Command – Fort Polk, LA seeks small business sources that are able to provide Visual Information Services for Fort Polk (as further described by the attachments and DRAFT Performance Work Statement). The North American Industry Classification System (NAICS) code(s) is 512110 (Motion Picture and Video Production) and corresponding Small Business Size Standard is $30.0 Million or less. The proposed contract type, if awarded is anticipated to be primarily Firm Fixed Price.
SCOPE:
The contractor shall be required to perform Visual Information, Photography, Presentation, and Graphic Arts, and Equipment support services In Accordance with the attached Draft PWS and Applicable Attachments PDF files .
REQUEST FOR CAPABILITIES STATEMENT:
Interested businesses should provide a completed attached questionnaire to matthew.c.wiggins4.civ@mail.mil.
All interested parties are encouraged to email responses to Matthew Wiggins at email matthew.c.wiggins4.civ@mail.mil No Later Than 09:00 AM (Central Standard Time) 07 June 2013. NO TELEPHONIC COMMUNICATIONS WILL BE ACCEPTED.
DISCLAIMER: This is a request for information (RFI) and is issued solely for information and planning purposes only and does not constitute a solicitation. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary or confidential will be treated accordingly. Information received in response to this RFI will not be returned.
Set-Aside: Total Small Business Place of Performance: MICC – Fort Polk Directorate of Contracting, PO Drawer 3918 Fort Polk LA 71459-5000 US URL:https://www.fbo.gov/notices/571aed7f4724d646be24d8d65a5402ba
OutreachSystems Article Number: 130601/PROCURE/0493
Matching Key Words: video*; produc*; business*; production?; naics!512110;
Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030
R — USPSC Senior Private Sector Development Specialist, USAID/Kyrgyz Republic, Bishkek 22-2013 061413 Damira Sagyrbayeva, Phone 77272507612, Email dsagyrbayeva@usaid.gov ISSUANCE DATE: 05/30/2013
CLOSING DATE: 06/20/2013
Gentlemen/Ladies:
SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 22-2013
USPSC Senior Private Sector Development Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the PSC services described in the attached.
Submissions shall be in accordance with the attached information at the place and time specified.
Any questions may be directed to Markus Dausses, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34/35/36,
or e-mail almaexo_hr@usaid.gov.
Offerors should retain for their records copies of all enclosures which accompany their proposals.
Sincerely,
Markus Dausses
Contracting Officer
ATTACHMENT TO SOLICITATION NO. 22-2013
1. SOLICITATION NUMBER: 22/2013
2. ISSUANCE DATE: 05/30/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 06/20/2013 (6 p.m. Almaty Time)
4. POSITION TITLE: USPSC Senior Private Sector Development Specialist
5. MARKET VALUE: $84,697-$110,104 per annum (GS-14 equivalent) with 25% Post Differential (currently) (if no qualified candidates available at market value – salary history may be considered)
6. PERIOD OF PERFORMANCE: Two years
7. PLACE OF PERFORMANCE: USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
8. JOB DESCRIPTION:
A) BACKGROUND
The USAID Kyrgyz Republic Mission (USAID/KR) is headquartered in Bishkek, Kyrgyz Republic, a sub-office in Osh, Kyrgyz Republic. The Kyrgyz Republic is bordered by Kazakhstan, Uzbekistan, Tajikistan, and China. The Kyrgyz Republic is an emerging parliamentary democracy still recovering from a violent political transition in 2010. Because it serves as a potential model for democracy in the region, and because of its proximity to South Asia and its potential to contribute to stability in nearby Afghanistan and Pakistan, the Kyrgyz Republic is of considerable geopolitical and strategic interest to the United States.
The U.S. Government’s program of assistance in the Kyrgyz Republic is focused on the growth of diversified enterprise and trade; building a more open, democratic culture; better management of environmental resources, including energy; and improved primary healthcare and education services. The mission manages over $50 million in assistance funds annually. The Mission implements its programs together with more than 30 contractor and grantee teams.
The Mission currently has three technical offices: the Economic Development Office (EDO), the Democracy and Governance Office (DGO) and the Health and Education Office (HEO). The Mission also maintains a cross-cutting office with a large role in economic development activities. The EDO is responsible for the management of a large portfolio (approximately $20 million/year). These activities currently include a robust agriculture program, private sector diversification, energy sector reform, and macro-economic reform. The office must closely coordinate with the cross-cutting portfolio as well as regional programs managed from the USAID/Central Asian Republics Mission (USAID/CAR), which is headquartered in Almaty, Kazakhstan. EDO activities fall under seven Program Areas:
• 4.1 Macroeconomic Foundation for Growth
• 4.2 Trade and Investment
• 4.3 Financial Sector
• 4.4 Infrastructure
• 4.5 Agriculture
• 4.6 Private Sector Competitiveness
• 4.7 Economic Opportunity
The Economic Development Office Director (Office Director) is being recruited to serve in a management capacity with a high level of responsibility within the USAID/KR mission. The Office Director will serve as atechnical specialist in the design and management of USAID programs supporting economic development and economic diversification throughout the Kyrgyz Republic. In addition, the Office Director will provide a high level of support to the EDO in a management and administrative capacity. The range of responsibilities and functions are outlined below.
B) DUTIES AND RESPONSIBILITIES
Under the general guidance of the USAID/KR Mission Director, the Office Director has the following duties and responsibilities:
Activity and Strategy Development (30%):
1) Serves as the Mission’s technical lead on economic development, advising Mission management on all issues as they pertain to economic development in the Kyrgyz Republic. Where opportunities arise, the Office Director coordinates the integration of EDO activities with activities of other technical offices’ portfolios and with regional activities managed by the USAID Central Asian Republics Mission.
2) Serves as the USAID technical lead for regional economic development programs as related to the Kyrgyz Republic. The Office Director coordinates and integrates USAID/KR EDO programs with USAID/CAR program as well as those of USAID’s South Asian missions. The USAID/CAR EDO Director is a key point of contact, technical cooperation and guidance for the Office Director.
3) Serves as the technical lead on economic development, contributing to the design and management of activities that fall under the Mission’s cross-cutting initiatives.
4) Conceptualizes and designs projects and programs that contribute optimally to long term development of the economic development program.
5) Directs Mission dialogue with Kyrgyz government representatives in the areas of economic development, market environment, financial markets, and financial institutions.
6) Represents the Mission in discussions with economic development advisors and analysts from other donors, including the World Bank, the Asian Development Bank and the International Monetary Fund.
7) Leads the Mission’s management of Global Development Alliance and Public-Private-Partnership initiatives, which entails significant effort in outreach to private-sector firms (domestic and international) to development alliances and partner relationships.
8) Manages all elements of the economic development portfolio in the Kyrgyz Republic, including liaison with senior technical officers in USAID/CAR and USAID/Washington, the U.S. interagency group, Kyrgyz government officials.
9) Ensures coordination and alignment of USAID/CAR Economic Growth activities with those of other USG agencies.
10) Supervises and provides technical direction and guidance to the work of technical advisors in the EDO to conceptualize and implement new and ongoing activities.
11) Coordinates activities with Mission Director and the Strategy and Program Office to provide continuous reporting on private-sector development to ensure maximum program impact with the available resources and to work in step with market reforms.
Economic Development Office Portfolio Management, Support, and Representation (30%):
12) On a continual basis, the Office Director critically reviews USG and other donor activities to ensure maximum coordination and leverage for USG policy initiatives. Based on a thorough understanding and analysis, the incumbent recommends new and/or changes to existing programs and activities. The Office Director works closely with the Office of Acquisition and Assistance to participate in project design teams for the development of scopes of work (SOW) and/or program descriptions for new activities, project assessments, evaluations and other related efforts. The Office Director assures quality control and timely preparation of financial obligating documents and authorizations as required by the USAID/KR mission.
13) Takes the lead for the EDO in program management/administration in terms of budget and reporting processes, including tracking and maintaining budget information, as well as coordinating all information for reporting purposes.
14) The Office Director takes the lead in producing annual reporting documents including the Performance Plan Report (PPR), the Operational Plan (OP), Portfolio Reviews, Strategy Reviews, Mission Resource Requests (MRR) and related or similar documents.
15) Serves as the primary point person and take the lead within the EDO on ensuring that U.S. Government gender, people with disabilities, and environmental compliance regulations are followed and met.
16) Coordinates the EDO’s procurement planning processes including serving as a liaison on procurement issues with the Office of Acquisition and Assistance, overseeing the preparation and updating of the annual procurement plan in compliance with USAID/KR’s established deadlines and ensuring that USG procurement regulations including PALT timelines, waivers, and statutory checklists are understood, followed and completed by the EDO.
17) Oversees the Public Outreach efforts of the EDO: assisting in the development of briefing materials, newsletters and press releases on assistance programs and ensuring that all outreach and media materials are of a high quality, coordinating with Public Outreach and the USAID/KR Communications Specialist establishing a close working relationship with the Public Affairs section in the U.S. Embassies of all five USAID/CAR presence countries.
Program Monitoring, Evaluation, and Management (40%):
18) Provides regular and frequent reporting to the Mission Director, the Deputy Mission Director, and USAID/Asia Bureau desk officer on progress, impacts, problems, constraints, and issues related to USAID private-sector development programs in the Kyrgyz Republic.
19) Ensures that administrative and accountability requirements related to USAID economic development projects are handled in accordance with established policies and procedures, in consultation with USAID Controller and Executive Officer in Almaty.
20) Plans and designs evaluation instruments as needed to make informed program design and management decisions. Conduct or lead data gathering, research and analysis, and dialogue with counterparts necessary to inform program design decisions. Evaluate the costs, benefits and effectiveness of projects.
21) Serves as Assistance Officer’s Representative and/or Contracting Officer’s Representative (AOR or COR), or as alternate AOR or COR, for economic development.
22) Supervises three senior FSNPSC Project Management Specialists in the administration of their duties.
23) Mentors EDO FSNPSCs, works with staff on individual staff development plans, identifying appropriate training and professional growth opportunities.
C) POSITION ELEMENTS:
1. Supervision received: The incumbent will work under the general policy and technical guidance of the USAID/KR Mission Director or his/her designee.
2. Available Guidelines: USAID Automated Directives (ADS), USAID Acquisition Regulations (AIDAR), State Department’s Foreign Affairs Manual (FAM), strategic and other general program documents, and contact with contracting and financial management specialists;
3. Exercise of Judgment: In instances not clearly covered by written guidelines, the incumbent will use his own personal, well informed judgment in devising innovative approaches to resolving technical, administrative, managerial and/or policy problems. Excellent (balanced) judgment must be exercised in setting priorities. The use of initiative, discretion and patience is expected in dealing with Mission personnel as well as representatives from other donor organizations to resolve problems that arise during the course of work for which there is often no clear or immediate solution. In addition, considerable judgment is required in working effectively with officials in the government and the private sector, in overseeing contractor activities and coordinating multi-sector efforts in support of USAID/KR development objectives, and in collecting, analyzing and reporting on progress of activities and recommending project actions. The incumbent will also be required to follow and adhere to the Agency’s Code of Ethics and Conduct.
4. Supervision Exercised: The incumbent will supervise three FSNPSC Project Management Specialists.
D) REQUIRED SKILLS AND QUALIFICATIONS
1) General: Must be a U.S. citizen, must be able to obtain a U.S. Government “SECRET” security clearance. Must be able to secure a medical clearance to serve in Central Asia. Must be willing to travel throughout the five Central Asian Republics.
2) Prior Work Experience: This position requires maturity and a minimum of seven years of relevant experience with a proven track record of programmatic accomplishment and professional achievement as well as the ability to function in complex, frequently changing political and economic conditions. At least five years of effective international program development experience in areas related to private-sector development or economic policy reform in developing or transition economies. Candidates will be assessed on their leadership in previous positions in conceptualizing, developing, and implementing high-impact international economic-reform and private-sector-development programs.
Project or program management experience while residing in a transition or developing country. Previous experience in project implementation should include monitoring and evaluating programs’ effectiveness and the application of the results of such monitoring and evaluation in refinements to programs to enhance their effectiveness.
At least three years of successful leadership experience in a team environment.
3) Skills and Abilities: Strong analytical and writing skills as evidenced by previous experience and a writing sample. Exceptional interpersonal skills and demonstrated ability to work in a collegial and persuasive fashion in a team environment. Demonstrated team-mentoring and leadership skills, as well as staff professional development abilities.
Fluent in English and proven ability to communicate quickly, clearly, and concisely, demonstrating a high degree of articulateness both orally and in writing, including technical reports. Given the level of interaction with host-country counterparts required by this position, strong command of Russian or Kyrgyz is also desirable.
Demonstrated a thorough understanding of private-sector development best-practices in developing or transition economies, with a mix of both theoretical and knowledge and practical experience.
Demonstrated ability to produce professional quality statements of work in the specified technical areas, and to make oral presentations logically and persuasively to senior USG officials, other donors, the NGO community, and host-country counterparts (government and non-government.)
4) Teamwork/Interpersonal Skills: Exceptional leadership, communications and inter-personal skills. Ability to interact effectively with a broad range of internal and external partners and USAID clients, international organizations, and host country government officials or NGO counterparts. Ability to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team, and to work effectively in a team environment to achieve consensus on policies, activities and administrative matters. Technical skills are not sufficient to be selected for this position candidates are required to convincingly relate how their experience demonstrates their ability to mentor and develop staff within team environments.
5) Education: A graduate degree in economics, business, agriculture, finance, public policy, international relations, or a related field.
E) SELECTION CRITERIA
Applicants will be evaluated against the following criteria:
International Economic Development Experience: 40 points
Management and Team Leadership Skills and Experience: 20 points
Writing and Communication Skills: 30 points
Academic Qualifications: 10 points
TOTAL: 100 POINTS
Notice to Applicants: The USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation.
9. APPLYING
Qualified individuals are requested to submit a Optional Application for Federal Employment OF-612 including experience, salary history, list of references, and recent sample of his/her written work (maximum 1-3 pages, i.e. policy memo) no later than COB (6 p.m. Almaty time) June 20, 2013. The form is available at the USAID website, http://www.usaid.gov/forms/ or http://transition.usaid.gov/forms/OF612.pdf. Applications, recent supervisor reference and three (3) personal references, and writing sample may be submitted by e-mail, fax, DHL or FedEx air courier by the closing date, above, to:
Tatiana Rossova
Personnel Specialist
Personnel Office
USAID/CAR Almaty
41 Kazibek Bi Street
Almaty, Kazakhstan
Email: almaexo_hr@usaid.gov
Fax: 7 727 2507634/35/36
Email or faxed documentation is preferred as mail delivery may be untimely. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter.
USAID/CAR expects to award a personal services contract for an off-shore US Citizen for two-year period commencing o/a September 01, 2013 (or earlier), subject to security and medical clearances and funds availability. The duty post for this contract is Bishkek, Kyrgyzstan.
10. Benefits include post differential, housing, and other benefits per USAID regulations. Basic household furnishings will be available in quarters to be provided by USG.
11. For more information about USAID/Kyrgyz Republic see Mission’s website http://centralasia.usaid.gov/
Attachment 3
AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS:
1. BENEFITS
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase
Eligibility for Worker’s Compensation
Annual & Sick Leave
Eligibility for 401(k)
2. ALLOWANCES (if Applicable).
(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Separate Maintenance Allowance (Section 260).
(F) Education Allowance (Section 270).
(G) Education Travel (Section 280).
(H) Post Differential (Chapter 500).
(I) Payments during Evacuation/Authorized Departure (Section 600), and
(J) Danger Pay (Section 650).
LIST OF REQUIRED FORMS FOR PSCs
1. Optional Form 612.
**2. Medical History and Examination (DS-1843) or Contractor Physical Examination (AID Form 1420-62).
**3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or
**4. Questionnaire for Non-Sensitive Positions (SF-85).
**5. Finger Print Card (FD-258).
NOTE: Form 5 is available from the requirements office.
* Standardized Regulations (Government Civilians Foreign Areas).
** The forms listed 2 through 5 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.
3. POLICY GUIDANCE PERTAINING TO PSCs
a) ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) and CONTRACT INFORMATION BULLETINS (CIBs) contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to this website http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which AAPDs and CIBs apply to this contract.
b) AIDAR: The Agency for International Development Acquisition Regulation (AIDAR) Appendix D – Direct USAID Contracts With U.S. Citizens or U.S. Residents for Personal Services Abroad found at:http://www.usaid.gov/policy/ads/300/aidar.pdf is the primary regulation governing USPSCs for USAID.
Place of Performance: Bishkek, Kyrgyz Republic KG URL: https://www.fbo.gov/spg/AID/OM/ALM/22-2013/listing.html
OutreachSystems Article Number: 130531/PROCURE/0062
Matching Key Words: writ*; technical;
Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030
R — USPSC Senior Development Transition Specialist, USAID/Kyrgyz Republic, Bishkek 24-2013 061413 Damira Sagyrbayeva, Phone 77272507612, Email dsagyrbayeva@usaid.gov ISSUANCE DATE: 05/30/2013
CLOSING DATE: 06/14/2013
Gentlemen/Ladies:
SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 24-2013
USPSC Senior Development Transition Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the PSC services described in the attached.
Submissions shall be in accordance with the attached information at the place and time specified.
Any questions may be directed to Markus Dausses, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34/35/36,
or e-mail almaexo_hr@usaid.gov.
Offerors should retain for their records copies of all enclosures which accompany their proposals.
Sincerely,
Markus Dausses
Contracting Officer
ATTACHMENT TO SOLICITATION NO. 24-2013
1. SOLICITATION NUMBER: 24/2013
2. ISSUANCE DATE: 05/30/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 06/14/2013 (6 p.m. Almaty Time)
4. POSITION TITLE: USPSC Senior Development Transition Specialist
5. MARKET VALUE: $84,697-$110,104 per annum (GS-14 equivalent) with 25% Post Differential (currently)
6. PERIOD OF PERFORMANCE: Two years
7. PLACE OF PERFORMANCE: USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
8. JOB DESCRIPTION:
A) BACKGROUND
The USAID Kyrgyz Republic Mission (USAID/KR) is headquartered in Bishkek, Kyrgyz Republic with a sub-office in Osh, Kyrgyz Republic. The Kyrgyz Republic is bordered by Kazakhstan, Uzbekistan, Tajikistan, and China. The Kyrgyz Republic is an emerging parliamentary democracy still recovering from a violent political transition in 2010. Because it serves as a potential model for democracy in the region, and because of its proximity to South Asia and its potential to contribute to stability in nearby Afghanistan and Pakistan, the Kyrgyz Republic is of considerable geopolitical and strategic interest to the United States.
USAID/KR is responsible for management of a development program of over $50 million, of which approximately $25 million are dedicated to economic development activities spread across several sub-sectors: macro-economic policy, trade and investment, private sector development, agriculture, and clean energy. In addition to the Mission Director, the Mission is staffed with three direct hires, three U.S. Personal Service Contractors (USPSCs), and 17 Foreign Service Nationals (FSNs).
USAID/Kyrgyz Republic (USAID/KR) is seeking highly motivated, highly qualified individuals to manage a complex portfolio of flexible programs designed to assist the continuing transition to a peaceful society with a capable system of governance in the Kyrgyz Republic. USAID/KR works with Kyrgyz partners, and local and international non-governmental organizations (NGOs) supporting the development of the private sector, agriculture, basic and higher education, improved healthcare, rule of law, protecting human rights, combating corruption, strengthening political competition and civil society, the media, and enhancing the quality of governance. The mission is also responsible for management of conflict reduction programs.
The Senior Development Transition Specialist (Specialist) is a member of the USAID/Kyrgyz Republic Mission. S/he serves as a Mission expert and coordinator in providing intellectual leadership and technical support for cross-cutting issues related to the ongoing development transition in the Kyrgyz Republic. This is a cross-cutting program that will include elements of Democracy and Governance programming such as civil society, governance, media, rule of law, and human rights as well as economic development and social services activities. The incumbent will provide technical assistance and substantive input in the design, implementation and monitoring of projects in areas related to improving local and national governance, increasing economic opportunities, increasing the level of inclusiveness within and integration between different regions of the Kyrgyz Republic, and reducing the risk of conflict. S/he reports to the USAID/KR Mission Director, and supervises one USPSC and at least two FSN staff. Due to the cross-cutting nature of the portfolio, the incumbent advises all Mission staff on issues pertaining to conflict management. S/he will play a role in strategic planning and donor coordination, report writing, as well as in managing resources and working with implementing partner.
The range of responsibilities and functions are outlined below.
B) DUTIES AND RESPONSIBILITIES
Under the direct supervision of the USAID/KR Mission Director, the Specialist has the following duties and responsibilities:
1) Provides analytic and advisory support, including but not limited to:
– Conceptualize and design program strategies and objectives in close coordination USAID personnel, U.S. Embassy, other donors, Host Government, and local civil society officials, based on political analysis and U.S. Government policy. When necessary, refine strategic objectives and advocate on behalf of new programmatic approaches in country, linked to neighboring country programs, where appropriate.
– Monitor local and regional political developments and regularly brief USG and partner staff on their potential programmatic impact.
– Review, update and expand as appropriate the Mission’s analysis of transition-related issues in the Kyrgyz Republic. Advise Mission management on the implications of this analysis for development programming.
– Develop lessons learned and best practices on USAID transition programming particularly in situations which may be applicable to the Kyrgyz Republic; also, as needed, keep current on approaches related to cross-cutting issues (e.g. youth, media) and related sectors (e.g. education, economic growth).
– Analyze and present results-oriented reporting to facilitate Mission decisions on future program direction and budget levels.
– Develop strategies, effective reporting and activity design, including writing scopes of work, program descriptions, assessments, etc.
– Prepare briefings for USAID, State Department, and Congressional delegations on USAID conflict programming in the Kyrgyz Republic as needed.
– In consultation with Mission management, engage host country counterparts, implementing partners and other donors in discussions on issues related to sector-specific and general conflict management programming.
– Participate in public outreach function, as needed.
– Establish and maintain regular collaborative relationships with key Embassy and other interagency counterparts. Participate in Mission activities and initiatives, conferences and workshops as appropriate. As needed, direct activities that may include research to assist the Mission in advancing the state-of-the-art and in improving approaches for conflict management and risk reduction.
– Prepare briefings and strategic program materials for senior staff as needed.
2) Manages staff and programs, including grants, cooperative agreements and contracts through the following tasks:
– Manage existing and new grants, cooperative agreements and contracts that may cover extended periods of time and involve substantial funds, assuming general program management oversight of various projects developed. Collaborate and coordinate closely with interagency counterparts.
– May serve as Contacting Officer’s Representative (COR) and/or Agreement Officer’s Representative (AOR) on transition-related programs. In so doing, s/he would be solely responsible for providing technical direction; monitoring and evaluating the delivery of assigned activities in compliance with the terms of cooperative agreements and contracts; submits reports on activities progress, including professional analyses of related problems and recommendations for corrective action to improve implementing organizations or contractor performance; and advises and assists grantees in the development of detailed designs, plans, and cost estimates for assigned activities.
– May serve as Alternate COR and/or Alternate AOR for multiple awards. This means that the individual would be required to temporarily undertake all COR/AOR responsibilities on behalf of another team member in her/his absence.
– Analyze proposals to ensure compliance with USAID and United State Government (USG) policy, technical, cost/financial, and legal requirements as well as all applicable Federal regulations, Directives and Executive Orders.
– Define criteria for evaluating the merits of individual projects.
– As appropriate conduct site visits to evaluate recipient performance and provide advice and programmatic support.
– Supervise Foreign Service National staff responsible for managing transition-related programing.
– May serve as Acting Mission Director. This means that the individual would be required to temporarily undertake all responsibilities and delegations of authority normally managed by the Mission Director.
– Participate in planning, scheduling and control of annual cycles of program and funding activity.
– Other duties as required.
C) POSITION ELEMENTS:
1) Supervision received: The incumbent will work under the general policy and technical guidance of the USAID/KR Mission Director or his/her designee. The Supervisor will set overall objectives. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision.
2) Supervision Exercised: The Specialist will supervise one USPSC and two FSN Project Management Specialists. Together they will develop deadlines, projects, and work to be accomplished.
3) Available Guidelines: USAID Automated Directives (ADS), USAID Acquisition Regulations (AIDAR), State Department’s Foreign Affairs Manual (FAM), strategic and other general program documents, and contact with contracting and financial management specialists.
4) Exercise of Judgment: In instances not clearly covered by written guidelines, the incumbent will use his own personal, well informed judgment in devising innovative approaches to resolving technical, administrative, managerial and/or policy problems. Excellent (balanced) judgment must be exercised in setting priorities. The use of initiative, discretion and patience is expected in dealing with Mission personnel as well as representatives from other donor organizations to resolve problems that arise during the course of work for which there is often no clear or immediate solution. In addition, considerable judgment is required in working effectively with officials in the government and the private sector, in overseeing contractor activities and coordinating multi-sector efforts in support of USAID/KR development objectives, and in collecting, analyzing and reporting on progress of activities and recommending project actions. The incumbent will also be required to follow and adhere to the Agency’s Code of Ethics and Conduct.
5) Levels of Contacts: The Incumbent actively engages in official personal contacts with Host-Country high ranking officials, different U.S. Agencies, international organizations, private groups, U.S. or foreign private groups, etc. It is expected that personal contacts will include, but not be limited to, the following:
– Prime Minister and Vice Prime Ministers
– Ministers and Deputy Ministers, Parliamentarians, and staff in the Ministries of Economics, Finance, Foreign Affairs, Agriculture, Education, etc.
– U.S. Ambassador and other members of the Country Team members
– Counterpart Host Country Officials responsible for assistance matters
– Non-U.S. Ambassadors in the Kyrgyz Republic supporting development initiatives
– Chiefs of Party of USAID contractors/grantees engaged in development initiatives in the Kyrgyz Republic
– Senior officials and executives from the U.S. headquarters of USAID-funded contractors/grantees
– Institutional contractors, NGOs, PVOs working on related matters
– International donors operating in the Kyrgyz Republic
– USAID/Central Asian Republics and USAID/Kyrgyz Republic Office Directors
– USAID/Washington
– CODELs, STAFFdels
D) REQUIRED SKILLS AND QUALIFICATIONS
1) General: Must be a U.S. citizen, must be able to obtain a U.S. Government “SECRET” security clearance. Must be able to secure a medical clearance to serve in Central Asia. Must be willing to travel throughout the five Central Asian Republics.
2) Prior Work Experience: This position requires maturity and a minimum of seven years of progressively responsible professional experience demonstrating technical expertise and programmatic skills in international development in transition-related programs in developing countries, preferably related to transitions in governance or recovery from complex crises.
Specifically, this should include experience in the design and development of programs, management and technical guidance in program implementation, and monitoring and evaluating program progress and effectiveness. At least two years of successful leadership experience in a team environment.
Current knowledge of best practices, and current research and development trends in economic growth and democracy and governance. Professional experience working with governments, international donors, private sector and NGO implementers in the conflict management sector. Specific USAID experience in program planning, project design, budgeting, implementation oversight and/or reporting systems and procedures is preferred. Experience managing programs in Central Asia and the Kyrgyz Republic specifically is preferred.
3) Knowledge, Skills and Abilities: Superior intellectual skills and subject matter expertise to develop strategies to overcome development challenges and resolve implementation obstacles to conflict prevention as information and devise creative and appropriate solutions to implementation challenges. Demonstrated technical expertise and leadership skills in transition-related programs, in the context of developing countries. Demonstrated strategic, analytic skills and current knowledge of international development management trends and best practices. Demonstrated project management skills, including effective oversight of people, programs, and financial resources to implement programs contributing to international development. Strong analytical and writing skills as evidenced by previous experience and a writing sample, along with demonstrated ability to gather and convey information, make concise oral and written presentations and prepare reports, correspondence and other written materials.
Demonstrated history of experience in a multicultural team environment working with a wide range of individuals and organizations to address development transition challenges. Proven ability to reach consensus with diverse groups, and inspire coalitions of interest. Strong interpersonal skills including a record of effective collegial/team relations and demonstrated ability to work collaboratively with a range of professional counterparts at all levels, including those from host-country government, NGOs, USAID missions, other USG agencies and international donors. Demonstrated the capacity to professionally represent USAID.
Demonstrated persuasiveness, cross-cultural sensitivity, tact and poise to successfully advocate practices, approaches and policies with a range of audiences in an intercultural context. The ability to meet tight deadlines with concise documents. Strong computer skills and proficiency in MS Office software.
Exceptional interpersonal skills and demonstrated ability to work in a collegial and persuasive fashion in a team environment, exercise discretion, judgment, and personal responsibility. The Specialist must be a team player, able to prioritize and follow up on their own actions without prompting, while also assisting a busy supervisor and fellow colleagues to track and respond to incoming requests and routine tasks, filling in gaps as needed to ensure the responsiveness of the team. The Specialist must also have a strong sense of responsibility, pay close attention to detail, be able to complete administrative tasks with minimal guidance, and be service-oriented, highly organized, and able to receive and respond to constructive criticism in a professional manner. The Specialist must be a strategic thinker, articulate innovative ideas, present solutions, and serve as a positive role model for colleagues both in and outside of USAID.
Completion of a writing sample is mandatory for consideration to this position.
4) Education and Language Proficiency: Minimum of a master’s degree in international development, international relations, law, public administration, or a related field. Minimum Level IV (Fluent) English and proven ability to communicate quickly, clearly, and concisely, demonstrating a high degree of articulateness both orally and in writing, including technical reports. Given the level of interaction with host-country counterparts required by this position, strong command of Russian or Kyrgyz is also desirable.
E) SELECTION CRITERIA
Applicants will be evaluated against the following criteria:
International Development Experience: 40 points
Management and Team Leadership Skills and Experience: 20 points
Writing and Communication Skills: 30 points
Education and Language Proficiency: 10 points
TOTAL: 100 POINTS
Notice to Applicants: The USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation.
9. APPLYING
Qualified individuals are requested to submit a Optional Application for Federal Employment OF-612 including experience, salary history, list of references, and recent sample of his/her written work (maximum 1-3 pages, i.e. policy memo) no later than COB (6 p.m. Almaty time) June 14, 2013. The form is available at the USAID website, http://www.usaid.gov/forms/ or http://transition.usaid.gov/forms/OF612.pdf. Applications, recent supervisor reference and three (3) personal references, and writing sample may be submitted by e-mail, fax, DHL or FedEx air courier by the closing date, above, to:
Tatiana Rossova
Personnel Specialist
Personnel Office
USAID/CAR Almaty
41 Kazibek Bi Street
Almaty, Kazakhstan
Email: almaexo_hr@usaid.gov
Fax: 7 727 2507634/35/36
Email or faxed documentation is preferred as mail delivery may be untimely. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter.
USAID/CAR expects to award a personal services contract for an off-shore US Citizen for two-year period commencing o/a September 01, 2013 (or earlier), subject to security and medical clearances and funds availability. The duty post for this contract is Bishkek, Kyrgyzstan.
10. Benefits include post differential, housing, and other benefits per USAID regulations. Basic household furnishings will be available in quarters to be provided by USG.
11. For more information about USAID/Kyrgyz Republic see Mission’s website http://centralasia.usaid.gov/
Attachment 3
AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS:
1. BENEFITS
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase
Eligibility for Worker’s Compensation
Annual & Sick Leave
Eligibility for 401(k)
2. ALLOWANCES (if Applicable).
(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Separate Maintenance Allowance (Section 260).
(F) Education Allowance (Section 270).
(G) Education Travel (Section 280).
(H) Post Differential (Chapter 500).
(I) Payments during Evacuation/Authorized Departure (Section 600), and
(J) Danger Pay (Section 650).
LIST OF REQUIRED FORMS FOR PSCs
1. Optional Form 612.
**2. Medical History and Examination (DS-1843) or Contractor Physical Examination (AID Form 1420-62).
**3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or
**4. Questionnaire for Non-Sensitive Positions (SF-85).
**5. Finger Print Card (FD-258).
NOTE: Form 5 is available from the requirements office.
* Standardized Regulations (Government Civilians Foreign Areas).
** The forms listed 2 through 5 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.
3. POLICY GUIDANCE PERTAINING TO PSCs
a) ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) and CONTRACT INFORMATION BULLETINS (CIBs) contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to this website http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which AAPDs and CIBs apply to this contract.
b) AIDAR: The Agency for International Development Acquisition Regulation (AIDAR) Appendix D – Direct USAID Contracts With U.S. Citizens or U.S. Residents for Personal Services Abroad found at:http://www.usaid.gov/policy/ads/300/aidar.pdf is the primary regulation governing USPSCs for USAID.
Place of Performance: Bishkek, Kyrgyz Republic KG URL: https://www.fbo.gov/spg/AID/OM/ALM/24-2013/listing.html
OutreachSystems Article Number: 130531/PROCURE/0063
Matching Key Words: writ*; technical; operating;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
U–JROTC Encampment-Chicago Public Schools 22-30 June 2013 W9124D13T0066 053113 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox Mission Installation Contracting Command – Ft. Knox, intends to issue a request for quotations (RFQ) for lodging, meals, and training support. This solicitation will be solicited as unrestricted, all responsible and responsive businesses may submit an offer for consideration. A firm fixed price purchase order will be awarded. NAICS 721214 (Size Standard: $7.0 million) applies to this procurement. The RFQ will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about June 3, 2013 with offers due on or about June 11, 2013. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFQ and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. Anticipated award date will be on or about June 17, 2013. All contractors must be registered in the System for Award Management (SAM at http://www.sam.gov) to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All offers must be submitted in writing to Elizabeth Phelps via email at elizabeth.a.phelps14.civ@mail.mil. All questions must be submitted, no later than May 31, 2013 at 2:00 PM eastern standard time, in writing to Elizabeth Phelps via email at elizabeth.a.phelps14.civ@mail.mil.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/13aadf854b293a6edd137ab428ea0f37
OutreachSystems Article Number: 130531/PROCURE/0077
Matching Key Words: age:state!ky; state!ky;
Department of Veterans Affairs, White River Junction VAMROC, Department of Veterans Affairs Medical and Regional Office Center, Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
U–Five year IDIQ for training VA24113Q0120 JEFF REED CONTRACTING OFFICER STATEMENT OF WORK
March 20, 2013
1. Title of Project: National Center for PTSD Education Products
2. Scope of Work: The National Center for PTSD intends to award a 5-year, Blanket Purchase Agreement (BPA) using GSA companies under which fixed price Task Orders will be issued. The Task Orders will focus on creating trainings, mobile phone applications, and educational products on PTSD for Veterans and the general public as well as clinicians. Trainings and educational products will be created in a variety of formats including printed materials, face to face trainings, poster campaigns, and other web based materials, and other types of media formats. Trainings and educational products could include presenter preparation, videoclips, testimonials, phone applications, and/or assist in the development of education projects in the broad area of Posttraumatic Stress Disorder (PTSD) or Trauma Related Injuries. It may also include the revision/updating of existing products already posted on our website www.ptsd.va.gov.
3. Background: The National Center for PTSD was created in 1989 within the Department of Veterans Affairs in response to a Congressional mandate (PL 98-528) to address the needs of Veterans with military-related PTSD. The Center was developed with the ultimate purpose to improve the well-being, status, and understanding of Veterans in American society. The mandate called for a center of excellence that would set the agenda for research and education on PTSD without direct responsibility for patient care. The National Center for PTSD manages the website www.ptsd.va.gov and has an educational mandate to educate clinicians, Veterans, and their families on PTSD.
4. Performance Period: The contractors will complete the work required under this SOW over the next 5 years as task orders are written. Work will begin with the first task order within 60 days from date of award. Expected completion dates for each task order will be proposed in the task order.
5. Type of Contract: Blanket Purchase Agreement via Task Order.
Set-Aside: Total Small Business Place of Performance: 215 N MAIN ST;WHITE RIVER JCT VT 05009 USA URL: https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/VA24113Q0120/listing.html
OutreachSystems Article Number: 130531/PROCURE/0080
Matching Key Words: video*; produc*; train*; website; web; education*; business*;
Department of Veterans Affairs, VA Technology Acquisition Center(Austin), VA TAC Austin, Department of Veterans Affairs;Office of Acquisition Operations; Technology Acquisition Center – Austin;1701 Directors Blvd, Suite 600;Austin TX 78744
U–Web-Based z/VM Training (RACF & Dirmaint)(Ref TR13-38) VA118A13Q0081 032913 Sylvia K Thomas Contracting Officer (512) 981-4464 sylvia.thomas2 @va.gov SECTION A
A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
Table of Contents
SECTION A 1
A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1
SECTION B – CONTINUATION OF SF 1449 BLOCKS 3
B.1 CONTRACT ADMINISTRATION DATA 3
B.2 PRICE/COST SCHEDULE 4
SECTION C – CONTRACT CLAUSES 5
C.1 ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS–COMMERCIAL ITEMS 5
C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 5
C.3 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012) 6
C.4 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 6
C.5 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 7
SECTION D – CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 8
SECTION E – SOLICITATION PROVISIONS 9
E.1 52.212-1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS 9
E.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) 9
E.3 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 9
E.4 52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999) 10
E.5 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS (DEC 2012) 11
E.6 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 25
SECTION B – CONTINUATION OF SF 1449 BLOCKS
B.1 CONTRACT ADMINISTRATION DATA
(continuation from Standard Form 1449, block 18A.)
1. Contract Administration: All contract administration matters will be handled by the following individuals:
a. CONTRACTOR: TO BE DETERMINED
b. GOVERNMENT: Department of Veterans Affairs
Office of Acquisition Operations
Technology Acquisition Center – Austin
1701 Directors Blvd, Suite 600
Austin, TX 78744
Sylvia Thomas, Contracting Officer 0010A
(512) 981-4464
Sylvia.Thomas2@va.gov
2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:
[X] 52.232-34, Payment by Electronic Funds Transfer –
Other than Central Contractor Registration, or
[] 52.232-36, Payment by Third Party
3. INVOICES: Invoices shall be submitted in arrears:
a. Quarterly []
b. Semi-Annually []
c. Other [X – after successful completion of online class]
4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address:
Department of Veteran Affairs
Financial Services Center
P.O. Box 149971
Austin TX 78714-8971
ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:
AMENDMENT NO DATE
B.2 PRICE/COST SCHEDULE
Item Number Description Of Supplies/Services Quantity Unit Unit Price Amount
0001 SERVICE: ONLINE VIRTUAL TRAINING
TYPE CLIN: Firm Fixed Price
IFCAP OBLIGATION NUMBER: To Be Determined (TBD)
DESCRIPTION: Training – Z/VM RACF and DIRMAINT, virtual, 4-day training course This course provides training on use of IBM software tools that support the management (DIRMAINT) and security (RACF) of the z/VM software.
DELIVER TO:
Department of Veterans Affairs
Office of Information Technology (OIT)
SDE-Enterprise Operations (EO)
1615 Woodward Street
Austin, Texas 78772-0001
(Point-of-Contact to be provided after award)
PERIOD OF PERFORMANCE: March-April 2013
INSPECTION & ACCEPTANCE:
Inspection: Destination
Acceptance: Destination 1.00 EA _______ _______
GRAND TOTAL $______
SECTION C – CONTRACT CLAUSES
C.1 ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS–COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
FAR Number Title Date
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS AUG 2012
52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (Deviation) AUG 2012
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011
52.227-1 AUTHORIZATION AND CONSENT DEC 2007
52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT DEC 2007
852.211-73 BRAND NAME OR EQUAL JAN 2008
(End of Clause)
C.3 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012)
This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.
(a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor.
(b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns.
(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
(End of Clause)
C.4 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)
C.5 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of (TO BE DETERMINED). Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
(End of Clause)
(End of Addendum to 52.212-4)
SECTION D – CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS
LIST OF ATTACHMENTS
Attachment Description Number Pages Date
1 Performance Work Statement,
“z/VM RACF and DIRMAINT Virtual Training Class” 6 February 4, 2013
SECTION E – SOLICITATION PROVISIONS
E.1 52.212-1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
E.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012)
(a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that-
(1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government.
(2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
(2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.
(End of Provision)
E.3 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
FAR Number Title Date
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS DEC 2012
52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN– REPRESENTATION AND CERTIFICATIONS DEC 2012
52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER MAY 1999
(End of Provision)
(End of Addendum to 52.212-1)
E.4 52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Technical
Price
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
E.6 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
(End of Clause)
Set-Aside: Total Small Business Place of Performance: NA NA USA URL: https://www.fbo.gov/notices/856053f1b8f6504c8db9abb605fa3efc
OutreachSystems Article Number: 130531/PROCURE/0086
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 Bethesda MD 20894
R — Conservator NIHLM2013743 061413 Kimberly Pringle, Phone 301-496-6546, Fax 301-402-0642, Email kp271m@nih.gov 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-disabled, 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.”
The North American Industry Classification System (NAICS) Code is 519120 with a small business size standard of $7 million. This Sources Sought Notice is for informational and planning purposes only and shall not be construed as an obligation or commitment by the Government. This notice is intended strictly for Market Research ONLY.
1. BACKGROUND
The History of Medicine Division (HMD) of the National Library of Medicine (NLM) located on the National Institutes of Health (NIH) campus in Bethesda, MD maintains a pre-eminent collection of the world’s published medical literature, including books, journal volumes, pamphlets, and theses, printed from the 15th through the early 20th century; manuscripts ranging in date from the 11th century to the present; fine prints, and other graphic materials from the 15th century to the present; and historical audiovisuals up through 1970. The collection consists of more than 600,000 printed works, 4,000 linear feet of modern manuscripts, 3,000 historical audiovisuals, and 60,000 historical prints and photographs. Certain items in its collection are in a deteriorated condition and require conservation treatment or rehousing.
2. PURPOSE AND OBJECTIVES
This contract shall provide the services of a professional book conservator, working on-site at the National Library of Medicine, who will perform repairs to bound and flat paper collection items, design and construct housings and exhibit mounts, prepare books for scanning, write condition and treatments reports, and provide collection maintenance to the book and manuscript collections. The contractor may also provide technical guidance to NLM staff engaged in book and paper repair and participate in training sessions on book preservation for NLM staff.
3. PROJECT REQUIREMENTS
All work shall be performed in accordance with accepted principles of rare book conservation and in adherence to American Institute for Conservation (AIC) “Code of Ethics and Guidelines for Practice” (available athttp://palimpsest.stanford.edu/aic/pubs/ethics.html).
Working under the supervision of the Conservation Librarian in the History of Medicine Division the conservator shall be responsible for:
A. Maintenance of historic collection of books and manuscripts including:
1.Performing repairs to bound volumes and manuscripts, using appropriate conservation materials and techniques.
2.Writing condition reports including digital photo documentation for bound and flat paper items using an online database.
3.Constructing custom-fitted protective housings for all repaired items and other individual collections as needed using appropriate materials and structures.
4.Performing preservation assessments of collections including surveys.
5.Carrying out regular maintenance of the collection, such as cleaning shelved books.
6.Identifying the need for ordering supplies required for treatments.
7.Applying NLM property stamp and bookplate to volumes.
8.Writing accurate condition and treatment reports including photo documentation and compiling American Research Libraries statistics for all treatments using an online database. Contractor must know how to search computer database for bibliographic information.
9.Participating in research with conservation librarian.
10.Participates in disaster recovery of collections as needed.
B.Preparation of volumes for reformatting including scanning, filming, or photography such as:
1.Writing a condition report using an online database with digital photo documentation for all items to be reformatted after repair is completed.
2.Surveying collections before scanning or photography to determine need for disbinding or minor repairs or other factors which may necessitate special handling in scanning or photography.
3.Disbinding or loosening sewing of tightly-bound volumes, performing minor paper repairs, repairing or detaching foldout plates.
4.Handling and setting up books for scanning and photography.
5.Packing items for shipment and inspecting items returned after reformatting complete.
C. Providing input in the design and set-up of exhibits, including:
1.Inspecting conditions for exhibition including light levels, temperature, and humidity, etc.
2.Designing and constructing exhibit mounts.
3.Creating facsimiles for exhibit using scanner and software.
4.Affixing collections items or facsimiles to mounts.
D.Advising and training of NLM staff including:
1.Providing technical guidance to NLM staff and contractors engaged in book and flat paper repair.
2.Holding training sessions for NLM staff on handling, housing, identifying problems, etc.
3.Holding demonstration sessions or tours for visitors.
E.Reporting – Within five working days after the end of each month, the contractor shall prepare and submit the following:
1.Invoice (template provided by Conservation Librarian)
2.Written report and statistics including:
– number of hours worked
– type of work performed
– number of volumes and/or leaves repaired
– number of housings constructed
4. ANTICIPATED PERIOD OF PERFORMANCE
It is anticipated that the period of performance will be for one year from the date of award with two additional one-year option periods.
5. CAPABILITY STATEMENT/INFORMATION SOUGHT
Proposed Conservator shall demonstrate:
1.Master’s or Bachelor’s degree.
2.At least five years of combined training and experience.
3.Training from a qualified conservator, apprenticeship, or formal library conservation training program as verified by examples of various book treatments and housings as seen in the portfolio. The proposer will be asked to explain the treatments and show written and photo documentation of all treatments, mounts, and housing in the portfolio.
4.Knowledge and experience in the ethics, principles, practices, and techniques employed in the conservation of printed and manuscript materials, both bound and manuscript materials, using conservation materials and techniques, and in the construction of protective housings and exhibit supports, using conservation materials and structures.
5.Demonstrated ability to work independently, making sound decisions concerning conservation treatments and techniques.
6.On-going interest in new conservation techniques, materials, and theory, as evinced by professional activities, publications, and continuing education.
7.Good written and oral communication skills and the ability to work well with others in a collegial atmosphere.
Capabilities of Organization
Interested persons 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 requirement. The capability statement should be complete and contain sufficient detail for the Government to make an informed decision regarding capabilities; however, the statement should not exceed 10 pages.
(b)The capability statement must identify the responder’s business type and size; DUNS number; NAICS code, and technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
(c)All capability statements must be submitted electronically no later than 12:00 pm local prevailing time on Friday, June 14, 2013 to Kimberly Pringle at pringlek@mail.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 the information provided by respondents for any purpose deemed necessary and legally appropriate.
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 information in any resultant solicitation.
Place of Performance: 8600 Rockville Pike Bethesda, MD 20892 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013743/listing.html
OutreachSystems Article Number: 130531/PROCURE/0550
Matching Key Words: filming;
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640
R — Test Facility SB1341-13-RQ-0260 061013 Abdul-Kudus Abdul-Kudus, Contract Specialist, Phone 3019758497, Email abdul-kudus.yahaya@nist.gov – Carol A. Wood, Contracting Officer, Phone 301-975-8172, Fax 301-975-6273, Email carol.wood@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINEDPROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
The solicitation number is SB1341-13-RQ-0260 and this is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66.
The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a small business size standard of $14 m. This acquisition is 100% set-aside for small business.
The Government anticipates awarding a Firm Fixed-Price Purchase Order.
The Government requires all contractors doing business with the government to be registered with the System for Award Management (SAM). For additional information and to register in SAM, please access the following website: https://www.sam.gov/portal/public/SAM/. Award will not be made to any contractor that is not registered in SAM.
STATEMENT OF NEED:
The Fuel Research Division of the National Institute of Standards and Technology (NIST) requires use of a test facility to conduct very early warning fire detection research applicable to nuclear power plant applications. NIST will conduct all tests using NIST-supplied equipment and materials. The Contractor shall supply the test facility, and support staff for the facility.
Responsible quoters shall provide pricing for the following line items:
Line Item 0001
Quantity: 1
Unit of Issue: Each
Description: The Contract shall provide Test Facility in accordance with the requirements of the Statement of Work (SOW).
Line Item 0002
Quantity: 1
Unit of Issue: JB
Description: The Contract shall provide Support Staff in accordance with the requirement of the Statement of Work.
Statement of Work
A. Introduction:
The Fire Research Division of the National Institute of Standards and Technology (NIST) requires use of a test facility and support services to conduct very early warning fire detection research applicable to nuclear power plant applications. NIST will conduct all tests using NIST-supplied equipment and materials.
NIST will be equipping the test room with 10 square or rectangular electronics/electrical equipment cabinets or metal boxes replicating cabinets. Each with a length and width between 0.6 m to 1.0 m, and a height between 1.9 meters and 2.6 meters tall. The cabinets will be arranged in single row in a straight L or U pattern with open interior (no side-wall partitions between cabinets). Access ports on the top of the cabinets for fire detection system sampling ports will be installed along with spot detectors inside the cabinets. A horizontal cable tray mock-up (8 to 16 ft. long) will be installed below the ceiling. The cable tray mock-up will contain non-combustibles simulating cable clutter. Air sampling fire detection system piping will be installed to provide in-cabinet detection and area-wide detection for two multi-zone systems. Spot smoke detectors will be installed on ceiling at various locations.
Tests will consist of performance test procedures for very early warning fire detection systems as documented in Annex B of NFPA 76 Standard for the Fire Protection of Telecommunications Facilities 2012 ed. heated wire tests. Additional tests consisting of NIST-developed heated wire and heated electrical/electronic component smoke sources will be performed. The NIST smoke source uses a 500 watt electric cartridge heater to degrade wire and component samples. Each experiment will terminate after a fixed time period or when pre-determined smoke detectors activate. These tests will create smoke but not flames. The temperature rise in the test room due to the source will be limited to less than 10 degrees Celsius above ambient temperature.
The Contractor shall supply the test facility and required support services in accordance with the requirements described below.
B. Requirements:
Test Facility:
The Contractor shall supply a test room with a floor area between 90 square meters and 135 square meters, with a ceiling height between 3 meters to 4.5 meters. The aspect ratio of the room must not exceed 1.5 (length not greater than 150% of the width). The ceiling must be flat and support the installation of air sampling piping. The room shall be equipped with a ventilation flow adjustable to 0, 8, and 12 air changes per hour. Ventilation must not vary beyond +/- 10 % of the desired setting. The air inlet can be configured as wall or ceiling inlet grills. The outlet air return shall be from one or two identical wall-mounted square grills with at total area between 1.3 meters square and 1.6 meters square, installed at the middle height of the room. There shall be one or more access doors into the test room.
The ventilation air must be provided at an average temperature between 10-30 degrees Celsius, and shall not vary more than 5 degrees Celsius per one hour period on test days. Relative humidity must remain between 20 % and 80 % during testing days. Air must remain sufficiently particle free such that that a very early warning fire detection system does not produce a reading of 25 % of the concentration setting alert for each VEWFDS device. Recirculating and non-recirculating ventilation schemes may require filtration of incoming air to meet this requirement. A means to vent room air to the outside after each test must be provided. The venting flow must be greater than 12 air changes per hour. The test space must contain permanent or temporary light fixtures to provide a minimum illumination intensity of 5 foot-candles which meets OSHA requirements Safety and Health Regulations for Construction Subpart Title 1926.56 Table D-3 listing for general construction areas. A conditioned indoor area equipment space a minimum of 100 square ft. area and 8ft high ceiling located adjacent to the test spaces is required to locate test equipment, the fire alarm panel and very early warning fire detection equipment. It must be maintained as an office environment conditioned space. A minimum of 60 amps of 120V AC electrical service must be supplied to the equipment space on three or more separate circuits).
The Contractor shall be required to provide up to 24 access holes 1 inch in diameter from the adjacent equipment space to the test space to accommodate air sampling piping, signal wiring, and extension cords for equipment located inside the test space.
Due to logistical constraints, and to meet local travel requirements, NIST requires a suitable test facility that is located within a 50 mile radius from the NIST Gaithersburg campus to allow NIST staff to commute to and from Gaithersburg and the test site.
Support Services:
The Contractor shall supply technician services during all 25 scheduled access days (200 hours). The required technician services shall include adjusting the ventilation controls, acting as safety representative for the site, and controlling physical access to the facility for NIST researchers and invited guests. The Contractor shall supply one additional support staff technician for 5 scheduled hardware setup days (40 hours) to assist with configuration of the test space. That person shall be required to modify the space to accommodate the test configurations (drilling access holes for air sampling piping, and equipment wiring.) The minimum requirements for both support staff are: technicians having more than six months of experience in fire protection engineering test and evaluation, and having a minimum of a high school degree.
C. Facility Inspection:
NIST will inspect the test facility for suitability. NIST will inspect the test space and ventilation scheme to verify all requirements described herein prior to acceptance.
D. Schedule (Required Delivery Date/Period of Performance):
The performance period is 90 days from the contract start date or from the date of award through August 31, 2013. The period of performance will end on August 31, 2013. The facility shall be accessible Monday through Friday 8:00 am to 4:30 pm except Federal holidays during scheduled access days. Government personnel will be on site at the facility for a total of 25 days, fifteen days of testing and ten days of hardware set up, commissioning tests, and hardware removal. It is expected that anywhere from 3 to 12 tests will be conducted each day depending on test set up time and test time.
ABDUL – DID THE END DATE OF AUGUST 31, 2013 CHANGE?
E. List of NIST supplied equipment: NIST will install air sampling piping, spot detectors, and other measurement equipment on the floors, walls and ceiling of the test space. NIST will remove all NIST equipment from the facility after the test. These items will be affixed with screws and tape and may require drilling holes. NIST will not be responsible for filing in holes, or repairing or painting any other surface damage to the test room or the equipment space room. NIST intends to supply the following equipment:
2 multiport air sampling detectors
2 single port air sampling detectors
1 fire alarm power supply
1 fire alarm control panel
24 spot smoke detectors and bases
2 PC computers and monitors
2 heater controllers and smoke sources
1 Wire test transformer
1 electronic balance
1 thermal imaging camera
10 electrical cabinets or mock-up cabinets
Air sampling piping, fittings and hangers
Equipment benches and stools
Wiring, electrical cords, ladders, tools, and miscellaneous items to install equipment and conduct tests.
INSTRUCTIONS:
1. All quotations must clearly demonstrate compliance with the specifications as in CLIN
0001 and CLIN 0002.
2. All quotations must be firm fixed price.
3. All quotations must reference the solicitation number.
4. This is an Open-Market Combined Synopsis/Solicitation for a test facility and support as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:
The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.”
OR
The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:
Offeror shall list exception(s) and rationale for the exception(s).
5. Quotes shall be provided on company letterhead, and be submitted to the Contract Specialist specified herein via email prior to the due date and time identified herein. Quotations must be broken down into the below parts and include all of the following, information at a minimum:
Part I – Pricing:
a. Firm fixed price for CLIN 0001 and CLIN 0002.
Part II – Technical: No price information shall be included in this part.
a. Technical specifications and supporting documentation for the proposed of the test facility. The submission must clearly document that all of the requirements of the statement of work are met;
b. Resume for proposed Support Staff which clearly demonstrates all personnel requirements as specified in the statement of work.
DUE DATE: Responses are due no later than 3:00 pm Eastern Time June 10, 2013. Quotations are not considered received until they enter into the electronic in-box of Abdul-Kudus Yahaya at abdul-kudus.Yahaya@nist.gov.
6. All questions must be submitted in writing no later than June 5, 2013 to abdul-kudus.Yahaya@nist.gov.
TECHNICAL EVALUATION CRITERIA
Award will be made on a lowest price/technically acceptable basis… A quotation will only be considered technically acceptable if it clearly demonstrates compliance with this solicitation.
The Contracting Officer intends on awarding without discussions, however, reserves the right to conduct discussions if it is determined to be in the Government’s best interest to do so.
TERMS AND CONDITIONS:
PROVISIONS AND CLAUSES
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es
https://www.acquisition.gov/far and/or http://farsite.hill.af.mil
(End of clause)
PROVISIONS INCORPORATED BY REFERENCE
The following provisions are incorporated by reference and apply to this solicitation:
52.212-1, Instructions to Offerors – Commercial Items (FEB 2012);
52.212-3, Offeror Representations and Certifications – Commercial Items (DEC 2012;
52.212-4, Contract Terms and Conditions–Commercial Items (FEB 2012);
52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2010).
CLAUSES INCORPORATED REFERENCE
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) including subparagraphs 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred,
52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)
52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) 52.222-3,
Convict Labor (June 2003) (E.O. 11755)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012)
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with
Disabilities
52.222-41, Service Contract Act of 1965 (Nov 2007)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (June 2008)
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)
AND
52.222-50, Combating Trafficking in Persons (Feb 2009)
52.233-3, Protest After Award (AUG 1996)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
52.245-1 Government Furnished Property (APR 2012)
CLAUSES INCORPORATED IN FULL TEXT
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within fifteen (15) calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) calendar days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twelve (12) months.
(End of Clause)
52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This Statement is for Information Only:
It is not a Wage Determination
Employee Class Monetary Wage-Fringe Benefits
Engineering Technician I $22.92
Engineering Technician I $22.92
(End of Clause)
Department of Commerce Acquisition Regulation (CAR) clauses. Please submit a written request to the Contract Specialist for the full text of these clauses.
1322.404 Davis-Bacon Act wage determination.
1352.201-70 Contracting Officer’s Authority;
1352.201-72 Contracting Officer’s Representative (COR);
1352.209-73, Compliance with the Laws;
1352.209-74 Organizational Conflict of Interest;
1352.237-75, Key Personnel;
1352.233-70, Agency Protests;
1352.233-71, GAO and Court of Federal Claims Protests;
Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm
National Institute of Standards and Technology Clauses. Please submit a written request to the Contract Specialist for the full text of these clauses.
NIST LOCAL 04 Billing Instructions;
WD 05-2103 (Rev.-12) was first posted on http://www.wdol.gov on 06/19/2012
************************************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2005-2103
Diane C. Koplewski Division of | Revision No.: 12
Director Wage Determinations| Date Of Revision: 06/13/2012
_______________________________________|____________________________________________
States: District of Columbia, Maryland, Virginia
Area: District of Columbia Statewide
Maryland Counties of Calvert, Charles, Frederick, Montgomery, Prince
George’s, St Mary’s
Virginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier,
King George, Loudoun, Prince William, Stafford
____________________________________________________________________________________
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE – TITLE FOOTNOTE RATE
01000 – Administrative Support And Clerical Occupations
01011 – Accounting Clerk I 15.08
01012 – Accounting Clerk II 16.92
01013 – Accounting Clerk III 22.30
01020 – Administrative Assistant 31.41
01040 – Court Reporter 21.84
01051 – Data Entry Operator I 14.38
01052 – Data Entry Operator II 15.69
01060 – Dispatcher, Motor Vehicle 17.87
01070 – Document Preparation Clerk 14.21
01090 – Duplicating Machine Operator 14.21
01111 – General Clerk I 14.88
01112 – General Clerk II 16.24
01113 – General Clerk III 18.74
01120 – Housing Referral Assistant 25.29
01141 – Messenger Courier 13.62
01191 – Order Clerk I 15.12
01192 – Order Clerk II 16.50
01261 – Personnel Assistant (Employment) I 18.15
01262 – Personnel Assistant (Employment) II 20.32
01263 – Personnel Assistant (Employment) III 22.65
01270 – Production Control Clerk 22.03
01280 – Receptionist 14.43
01290 – Rental Clerk 16.55
01300 – Scheduler, Maintenance 18.07
01311 – Secretary I 18.07
01312 – Secretary II 20.18
01313 – Secretary III 25.29
01320 – Service Order Dispatcher 16.98
01410 – Supply Technician 28.55
01420 – Survey Worker 20.03
01531 – Travel Clerk I 13.29
01532 – Travel Clerk II 14.36
01533 – Travel Clerk III 15.49
01611 – Word Processor I 15.63
01612 – Word Processor II 17.67
01613 – Word Processor III 19.95
05000 – Automotive Service Occupations
05005 – Automobile Body Repairer, Fiberglass 25.26
05010 – Automotive Electrician 23.51
05040 – Automotive Glass Installer 22.15
05070 – Automotive Worker 22.15
05110 – Mobile Equipment Servicer 19.04
05130 – Motor Equipment Metal Mechanic 24.78
05160 – Motor Equipment Metal Worker 22.15
05190 – Motor Vehicle Mechanic 24.78
05220 – Motor Vehicle Mechanic Helper 18.49
05250 – Motor Vehicle Upholstery Worker 21.63
05280 – Motor Vehicle Wrecker 22.15
05310 – Painter, Automotive 23.51
05340 – Radiator Repair Specialist 22.15
05370 – Tire Repairer 14.44
05400 – Transmission Repair Specialist 24.78
07000 – Food Preparation And Service Occupations
07010 – Baker 13.85
07041 – Cook I 12.55
07042 – Cook II 14.60
07070 – Dishwasher 10.11
07130 – Food Service Worker 10.66
07210 – Meat Cutter 18.08
07260 – Waiter/Waitress 9.70
09000 – Furniture Maintenance And Repair Occupations
09010 – Electrostatic Spray Painter 19.86
09040 – Furniture Handler 14.06
09080 – Furniture Refinisher 20.23
09090 – Furniture Refinisher Helper 15.52
09110 – Furniture Repairer, Minor 17.94
09130 – Upholsterer 19.86
11000 – General Services And Support Occupations
11030 – Cleaner, Vehicles 10.54
11060 – Elevator Operator 10.54
11090 – Gardener 17.52
11122 – Housekeeping Aide 11.83
11150 – Janitor 11.83
11210 – Laborer, Grounds Maintenance 13.07
11240 – Maid or Houseman 11.26
11260 – Pruner 11.58
11270 – Tractor Operator 16.04
11330 – Trail Maintenance Worker 13.07
11360 – Window Cleaner 12.85
12000 – Health Occupations
12010 – Ambulance Driver 20.41
12011 – Breath Alcohol Technician 20.27
12012 – Certified Occupational Therapist Assistant 23.11
12015 – Certified Physical Therapist Assistant 21.43
12020 – Dental Assistant 17.18
12025 – Dental Hygienist 44.75
12030 – EKG Technician 27.67
12035 – Electroneurodiagnostic Technologist 27.67
12040 – Emergency Medical Technician 20.41
12071 – Licensed Practical Nurse I 19.07
12072 – Licensed Practical Nurse II 21.35
12073 – Licensed Practical Nurse III 24.13
12100 – Medical Assistant 15.01
12130 – Medical Laboratory Technician 18.04
12160 – Medical Record Clerk 17.42
12190 – Medical Record Technician 19.50
12195 – Medical Transcriptionist 18.77
12210 – Nuclear Medicine Technologist 37.60
12221 – Nursing Assistant I 10.80
12222 – Nursing Assistant II 12.14
12223 – Nursing Assistant III 13.98
12224 – Nursing Assistant IV 15.69
12235 – Optical Dispenser 20.17
12236 – Optical Technician 15.80
12250 – Pharmacy Technician 18.12
12280 – Phlebotomist 15.69
12305 – Radiologic Technologist 31.11
12311 – Registered Nurse I 27.64
12312 – Registered Nurse II 33.44
12313 – Registered Nurse II, Specialist 33.44
12314 – Registered Nurse III 40.13
12315 – Registered Nurse III, Anesthetist 40.13
12316 – Registered Nurse IV 48.10
12317 – Scheduler (Drug and Alcohol Testing) 21.73
13000 – Information And Arts Occupations
13011 – Exhibits Specialist I 19.86
13012 – Exhibits Specialist II 24.61
13013 – Exhibits Specialist III 30.09
13041 – Illustrator I 20.48
13042 – Illustrator II 25.38
13043 – Illustrator III 31.03
13047 – Librarian 33.88
13050 – Library Aide/Clerk 14.21
13054 – Library Information Technology Systems 30.60
Administrator
13058 – Library Technician 19.89
13061 – Media Specialist I 18.73
13062 – Media Specialist II 20.95
13063 – Media Specialist III 23.36
13071 – Photographer I 16.65
13072 – Photographer II 18.90
13073 – Photographer III 23.67
13074 – Photographer IV 28.65
13075 – Photographer V 33.76
13110 – Video Teleconference Technician 20.39
14000 – Information Technology Occupations
14041 – Computer Operator I 18.92
14042 – Computer Operator II 21.18
14043 – Computer Operator III 23.60
14044 – Computer Operator IV 26.22
14045 – Computer Operator V 29.05
14071 – Computer Programmer I (see 1) 26.36
14072 – Computer Programmer II (see 1)
14073 – Computer Programmer III (see 1)
14074 – Computer Programmer IV (see 1)
14101 – Computer Systems Analyst I (see 1)
14102 – Computer Systems Analyst II (see 1)
14103 – Computer Systems Analyst III (see 1)
14150 – Peripheral Equipment Operator 18.92
14160 – Personal Computer Support Technician 26.22
15000 – Instructional Occupations
15010 – Aircrew Training Devices Instructor (Non-Rated) 36.47
15020 – Aircrew Training Devices Instructor (Rated) 44.06
15030 – Air Crew Training Devices Instructor (Pilot) 52.81
15050 – Computer Based Training Specialist / Instructor 36.47
15060 – Educational Technologist 35.31
15070 – Flight Instructor (Pilot) 52.81
15080 – Graphic Artist 26.80
15090 – Technical Instructor 25.08
15095 – Technical Instructor/Course Developer 30.67
15110 – Test Proctor 20.20
15120 – Tutor 20.20
16000 – Laundry, Dry-Cleaning, Pressing And Related Occupations
16010 – Assembler 9.88
16030 – Counter Attendant 9.88
16040 – Dry Cleaner 12.94
16070 – Finisher, Flatwork, Machine 9.88
16090 – Presser, Hand 9.88
16110 – Presser, Machine, Drycleaning 9.88
16130 – Presser, Machine, Shirts 9.88
16160 – Presser, Machine, Wearing Apparel, Laundry 9.88
16190 – Sewing Machine Operator 13.78
16220 – Tailor 14.66
16250 – Washer, Machine 10.88
19000 – Machine Tool Operation And Repair Occupations
19010 – Machine-Tool Operator (Tool Room) 21.14
19040 – Tool And Die Maker 23.38
21000 – Materials Handling And Packing Occupations
21020 – Forklift Operator 18.02
21030 – Material Coordinator 22.03
21040 – Material Expediter 22.03
21050 – Material Handling Laborer 13.83
21071 – Order Filler 15.09
21080 – Production Line Worker (Food Processing) 18.02
21110 – Shipping Packer 15.09
21130 – Shipping/Receiving Clerk 15.09
21140 – Store Worker I 11.72
21150 – Stock Clerk 16.86
21210 – Tools And Parts Attendant 18.02
21410 – Warehouse Specialist 18.02
23000 – Mechanics And Maintenance And Repair Occupations
23010 – Aerospace Structural Welder 27.21
23021 – Aircraft Mechanic I 25.83
23022 – Aircraft Mechanic II 27.21
23023 – Aircraft Mechanic III 28.53
23040 – Aircraft Mechanic Helper 17.54
23050 – Aircraft, Painter 24.73
23060 – Aircraft Servicer 19.76
23080 – Aircraft Worker 21.01
23110 – Appliance Mechanic 21.75
23120 – Bicycle Repairer 14.43
23125 – Cable Splicer 26.02
23130 – Carpenter, Maintenance 21.40
23140 – Carpet Layer 20.49
23160 – Electrician, Maintenance 27.98
23181 – Electronics Technician Maintenance I 24.94
23182 – Electronics Technician Maintenance II 26.47
23183 – Electronics Technician Maintenance III 27.89
23260 – Fabric Worker 19.13
23290 – Fire Alarm System Mechanic 22.91
23310 – Fire Extinguisher Repairer 17.62
23311 – Fuel Distribution System Mechanic 22.81
23312 – Fuel Distribution System Operator 19.38
23370 – General Maintenance Worker 21.43
23380 – Ground Support Equipment Mechanic 25.83
23381 – Ground Support Equipment Servicer 19.76
23382 – Ground Support Equipment Worker 21.01
23391 – Gunsmith I 17.62
23392 – Gunsmith II 20.49
23393 – Gunsmith III 22.91
23410 – Heating, Ventilation And Air-Conditioning 23.89
Mechanic
23411 – Heating, Ventilation And Air Contditioning 25.17
Mechanic (Research Facility)
23430 – Heavy Equipment Mechanic 22.91
23440 – Heavy Equipment Operator 22.91
23460 – Instrument Mechanic 22.59
23465 – Laboratory/Shelter Mechanic 21.75
23470 – Laborer 14.98
23510 – Locksmith 21.90
23530 – Machinery Maintenance Mechanic 23.12
23550 – Machinist, Maintenance 22.91
23580 – Maintenance Trades Helper 18.27
23591 – Metrology Technician I 22.59
23592 – Metrology Technician II 23.80
23593 – Metrology Technician III 24.96
23640 – Millwright 28.19
23710 – Office Appliance Repairer 22.96
23760 – Painter, Maintenance 21.75
23790 – Pipefitter, Maintenance 24.63
23810 – Plumber, Maintenance 22.29
23820 – Pneudraulic Systems Mechanic 22.91
23850 – Rigger 22.91
23870 – Scale Mechanic 20.49
23890 – Sheet-Metal Worker, Maintenance 22.91
23910 – Small Engine Mechanic 20.49
23931 – Telecommunications Mechanic I 29.95
23932 – Telecommunications Mechanic II 31.55
23950 – Telephone Lineman 27.41
23960 – Welder, Combination, Maintenance 22.91
23965 – Well Driller 22.91
23970 – Woodcraft Worker 22.91
23980 – Woodworker 17.62
24000 – Personal Needs Occupations
24570 – Child Care Attendant 12.79
24580 – Child Care Center Clerk 17.77
24610 – Chore Aide 10.57
24620 – Family Readiness And Support Services 16.90
Coordinator
24630 – Homemaker 18.43
25000 – Plant And System Operations Occupations
25010 – Boiler Tender 27.30
25040 – Sewage Plant Operator 20.84
25070 – Stationary Engineer 27.30
25190 – Ventilation Equipment Tender 19.49
25210 – Water Treatment Plant Operator 20.84
27000 – Protective Service Occupations
27004 – Alarm Monitor 20.57
27007 – Baggage Inspector 12.71
27008 – Corrections Officer 22.80
27010 – Court Security Officer 24.72
27030 – Detection Dog Handler 20.57
27040 – Detention Officer 22.80
27070 – Firefighter 24.63
27101 – Guard I 12.71
27102 – Guard II 20.57
27131 – Police Officer I 26.52
27132 – Police Officer II 29.67
28000 – Recreation Occupations
28041 – Carnival Equipment Operator 13.59
28042 – Carnival Equipment Repairer 14.63
28043 – Carnival Equpment Worker 9.24
28210 – Gate Attendant/Gate Tender 13.01
28310 – Lifeguard 11.59
28350 – Park Attendant (Aide) 14.56
28510 – Recreation Aide/Health Facility Attendant 10.62
28515 – Recreation Specialist 18.04
28630 – Sports Official 11.59
28690 – Swimming Pool Operator 18.21
29000 – Stevedoring/Longshoremen Occupational Services
29010 – Blocker And Bracer 23.13
29020 – Hatch Tender 23.13
29030 – Line Handler 23.13
29041 – Stevedore I 21.31
29042 – Stevedore II 24.24
30000 – Technical Occupations
30010 – Air Traffic Control Specialist, Center (HFO) (see 2) 39.92
30011 – Air Traffic Control Specialist, Station (HFO) (see 2) 26.84
30012 – Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.56
30021 – Archeological Technician I 20.19
30022 – Archeological Technician II 22.60
30023 – Archeological Technician III 27.98
30030 – Cartographic Technician 27.98
30040 – Civil Engineering Technician 26.41
30061 – Drafter/CAD Operator I 20.19
30062 – Drafter/CAD Operator II 22.60
30063 – Drafter/CAD Operator III 25.19
30064 – Drafter/CAD Operator IV 31.00
30081 – Engineering Technician I 22.92
30082 – Engineering Technician II 25.72
30083 – Engineering Technician III 28.79
30084 – Engineering Technician IV 35.64
30085 – Engineering Technician V 43.61
30086 – Engineering Technician VI 52.76
30090 – Environmental Technician 27.41
30210 – Laboratory Technician 23.38
30240 – Mathematical Technician 28.94
30361 – Paralegal/Legal Assistant I 21.36
30362 – Paralegal/Legal Assistant II 26.47
30363 – Paralegal/Legal Assistant III 32.36
30364 – Paralegal/Legal Assistant IV 39.16
30390 – Photo-Optics Technician 27.98
30461 – Technical Writer I 21.93
30462 – Technical Writer II 26.84
30463 – Technical Writer III 32.47
30491 – Unexploded Ordnance (UXO) Technician I 24.74
30492 – Unexploded Ordnance (UXO) Technician II 29.93
30493 – Unexploded Ordnance (UXO) Technician III 35.88
30494 – Unexploded (UXO) Safety Escort 24.74
30495 – Unexploded (UXO) Sweep Personnel 24.74
30620 – Weather Observer, Combined Upper Air Or (see 2) 25.19
Surface Programs
30621 – Weather Observer, Senior (see 2) 27.98
31000 – Transportation/Mobile Equipment Operation Occupations
31020 – Bus Aide 14.32
31030 – Bus Driver 20.85
31043 – Driver Courier 13.98
31260 – Parking and Lot Attendant 10.07
31290 – Shuttle Bus Driver 15.66
31310 – Taxi Driver 13.98
31361 – Truckdriver, Light 15.66
31362 – Truckdriver, Medium 17.90
31363 – Truckdriver, Heavy 19.18
31364 – Truckdriver, Tractor-Trailer 19.18
99000 – Miscellaneous Occupations
99030 – Cashier 10.03
99050 – Desk Clerk 11.58
99095 – Embalmer 23.05
99251 – Laboratory Animal Caretaker I 11.30
99252 – Laboratory Animal Caretaker II 12.35
99310 – Mortician 31.73
99410 – Pest Controller 17.69
99510 – Photofinishing Worker 13.20
99710 – Recycling Laborer 18.50
99711 – Recycling Specialist 22.71
99730 – Refuse Collector 16.40
99810 – Sales Clerk 12.09
99820 – School Crossing Guard 13.43
99830 – Survey Party Chief 21.94
99831 – Surveying Aide 13.63
99832 – Surveying Technician 20.85
99840 – Vending Machine Attendant 14.43
99841 – Vending Machine Repairer 18.73
99842 – Vending Machine Repairer Helper 14.43
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 per month
VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)
HOLIDAYS: A minimum of ten paid holidays per year, New Year’s Day, Martin Luther
King Jr’s Birthday, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans’ Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174)
THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:
1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance proceduresdescribed in the conformance note included on this wagedetermination.
Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of:
(1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications;
(2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications;
(3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or
(4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400).
2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS – NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am.
If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work).
HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives.
Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges.
A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used.
All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay.
** UNIFORM ALLOWANCE **
If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:
The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of “wash and wear” materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.
The duties of employees under job titles listed are those described in the
“Service Contract Act Directory of Occupations”, Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page athttp://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/.
REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form
1444 (SF 1444)}
Conformance Process:
The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}
When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed.
The process for preparing a conformance request is as follows:
1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).
2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.
3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency’s recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).
4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.
5) The contracting officer transmits the Wage and Hour decision to the contractor.
6) The contractor informs the affected employees.
Information required by the Regulations must be submitted on SF 1444 or bond paper.
When preparing a conformance request, the “Service Contract Act Directory of Occupations” (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0260/listing.html
OutreachSystems Article Number: 130530/PROCURE/0080
Matching Key Words: writ*; technical; standard; operating; procedure?;
Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
R–Program and Systems Support (PASS) W15QKN-13-R-0096 061913 Christopher Trotman, 609-562-3863 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Program and Systems Support (PASS) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Life Cycle Logistics; Systems Engineering; Business Improvement; Business Analytics; Modeling and Simulation Management; Test and Evaluation; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0096 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.
It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive proceduresutilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.
In accordance with FAR Part 19, the Government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under the North American Industry Classification System (NAICS) 541330, with a size standard of $35.5M are encouraged to submit their capability packages and should identify your company’s small business size standard based on that code.
In addition to the above efforts to seek maximum opportunities for small business participation, the NAVAIR 6.8 CBO intends to procure an IDIQ contract specifically for small business participation entitled quote mark PASS-Small Business (SB). quote mark The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.
Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support (PASS), dated 29 May 2013. This documentation must address, at a minimum, the following:
(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.
(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS PWS.
(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).
NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.
Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.
Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.
Contractors are responsible for all costs for submitting their capability packages. The PASS requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS requirement are the Contracting Officer, Evonne Heyward at Evonne.M.Heyward.civ@mail.mil (609-562-7116), and the Contract Specialist, Chris Trotman, at Christopher.R.Trotman.civ@mail.mil (609-562-3863). All capability packages and PWS information/comments from Industry ON THE PASS ACQUISITION ONLY must be electronically submitted to the PASS POCs by 19 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
**NOTE: THE PASS-SB CONTRACTING OFFICER AND CONTRACT SPECIALIST WILL BE IDENTIFIED WHEN THAT REQUIREMENT’S DRAFT PWS AND SOURCES SOUGHT NOTICE ARE RELEASED. PLEASE DO NOT SUBMIT ANY INQUIRIES, COMMENTS, AND/OR QUESTIONS ON PASS-SB TO EVONNE HEYWARD OR CHRISTOPHER TROTMAN.**
Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL: https://www.fbo.gov/notices/dbcd52ea5eade0ba82670f66efa00ded
OutreachSystems Article Number: 130530/PROCURE/0526
Matching Key Words: writ*; technical; standard; procedure?;
FedBizOpps – Special Notes
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, SRRPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460USA
R–RFQ-W-13-0002 RFQ-DC-13-00067 Percy Jones Jones.Percy@epa.gov REQUEST FOR QUOTE # RFQ-W-13-0002 ANNOUNCEMENT FOR STUDENT SERVICES CONTRACTS U.S. Environmental Protection Agency Office of Research and Development National Exposure Research Laboratory
SECTION I: GENERAL INFORMATION
This solicitation is being issued pursuant to the personal services contracting authority granted by Congress in the Consolidated Appropriation Resolution for 2003 (P.L. 108-7). A firm-fixed-price purchase order will be issued to the successful student or recent graduate selected for the position. The base period of performance for this purchase order is for a period of twelve months. The option period for this contract will not exceed 1,560 hours.
This solicitation includes the following four attachments:
ATTACHMENT 1 – Statement of Work (SOW) and Associated Attachments ATTACHMENT 2 – Evaluation Factors ATTACHMENT 3 – Student Proposal Form ATTACHMENT 4- Applicable Clauses ? Additional Terms and Conditions of the Order
In an effort to clarify the terms student and recent graduate, the definitions of each are provided below.
A student is an individual, at least 18 years of age, who is enrolled, in good standing, in a degree program (actively seeking a degree) at a recognized educational institution. A student is not required to carry a full course load, as long as the individual is a bona fide student, not merely someone who signed up for a class in order to work under these contract arrangements.
A recent graduate is an individual, at least 18 years of age, who has graduated with a degree from a college or university within the last two years.
The Government will make contract award based on evaluation factors other than price which will consider the following: Total years of study in civil and environmental engineering or agricultural engineering, environmental sciences, hydrology, land use and urban planning, or related fields; Total months of relevant employment/volunteer services; Total months of experience with GIS and programming language; Research publications; and Grade Point Average.
Submissions in response to this solicitation must be submitted on or before 4:30 p.m. EDT, Monday, June 17, 2013 via e-mail to Contract Specialist Dionne Wright at wright.dionne@epa.gov. All email submissions must have ?RFQ-W-13-0002? in the subject line. Late submissions will not be considered eligible for award and incomplete submission may not be considered at the Contracting Officer?s discretion. No telephone inquiries will be accepted in response to this solicitation.
Prior to applying for this position, applicants are encouraged to visit the following web page to access information related to this announcement: http://www.epa.gov/oam/srpod/. Please follow the link located under the ?Announcements? header, entitled ?RFQ-W-13-0002?Student Services Contract? and review all of the attached documents. You are encouraged to visit this webpage periodically to check the status of this announcement and to see whether or not any amendments (changes to the requirement of the posted position) have been issued. Foreign national students are required to fulfill all of the requirements outlined in the eligibility section of this announcement.
SPECIAL NOTE:
Upon receipt of the award letter, the student contractor must go immediately to link http://cdx.epa.gov/warning.asp and register with the Central Data Exchange (CDX) and complete the iBoard application. The student contractor must enter the COR as the point on their iBoard application. The student contractor should notify the COR when they have completed their iBoard application. The student must complete iBoard before beginning work. The contract may be terminated if the background check reveals a risk to the interest of the U.S. Environmental Protection Agency and national security.
In addition, the individual(s) selected will be required to register with System for Award Management (SAM) and Dun & Bradstreet to obtain a Data Universal Number System (DUNS number) or DUNS +4 number. To obtain a DUNS number, students or recent graduate contractors can call Dun & Bradstreet 1-866-705-5711 or contact D&B at http://www.dnb.com/updte. To register with SAM, contractors can call 1866-606-8220. There is no charge to register for DUNS or SAM. In addition, students or recent graduates who have been selected for this position will be required to sign an Acknowledgement of Special Terms before work can begin and are subject to these terms as outlined in Attachment 4 of this solicitation.
Application Package Checklist for Applicants
Submissions in response to this announcement MUST include the following:
ü ü Completed Student Proposal Form (refer to Attachment 3) üResume or Statement of Qualification (not to exceed 2 pages) üCopy of college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified) üTwo letters of Recommendation (not to exceed 2 pages per letter ) Hourly Rate Certification (refer to Attachment 3)
Failure to submit the required documents may be determined nonresponsive and eliminated from consideration.
SECTION II: ANNOUNCEMENT
DETAILS OF THIS ANNOUNCEMENT
Location: Las Vegas, Nevada Required Level of Education Pursuing Ph.D. Civil and Environmental Engineering, Agricultural Engineering, Urban Planning Anticipated Start Date: June 2013 Rate of Pay: $34.26 Total Hours Per Week: 40 maximum hours per week Response Date: June 17, 2013 4:30 pm EDT
The mission of the U.S. Environmental Protection Agency (US EPA) is to protect human health and the environment. This mission is accomplished by conducting leading-edge research and fostering the sound use of science and technology.
Note: Students or recent graduates, who are EPA ORD employees, or the spouse or child of an EPA ORD employee, or hold a current contract with the Agency, are ineligible to participate.
1. Project Description
The student contract will work with a multi-disciplinary research team for the ongoing Sustainable and Healthy Communities Research Program (SHCRP). The SHCRP is one of the new research programs undertaken in the EPA, Office of Research and Development to develop tools and comprehensive approaches to support community sustainability. One of the major concerns of environmental sustainability is the land use of built environmental and waste materials.
2. Required Knowledge, Skills, Work Experience/Education
The eligible student contractor must have completed a Master?s Degree in at least one of the following: civil and environmental engineering, hydrology, environmental science, geology landscape architecture, urban planning or a related field. The student contractor must currently be enrolled in a Ph.D. program in civil and environmental engineering, agricultural engineering, or urban planning.
The student contractor is required to have an understanding of sustainability metrics of built environment, urban land use, storm water runoff, low impact development and best management practices.
3. Estimated Number of Work Hours
This contract will be for one base period and one option period. It is anticipated that the student may work a maximum of 40 hours per week. This contract will not exceed 1,560 hours for the base period. The option period will not exceed 1,560 hours. The Government holds the exclusive right not to exercise this option period. 4. Approximate Start and End Dates
This contract is to begin on or about July 2013. The contract duration will be for a base period and one option period. The base period will be for a duration of 12 consecutive months not to exceed 1,560 hours. The option period will not exceed 1,560 hours. The Government holds the exclusive right not to exercise this option period.
5. Evaluation Factors to be Used to Evaluate Resumes
The Government will make the contract award based on the following items:
Total years of study in civil and environmental engineering or agricultural engineering, environmental sciences, hydrology, land use and urban planning, or related fields
Total months of relevant employment/volunteer services
Total months of experience with GIS and programming language
Research publications
Grade Point Average
6. Hourly Rates Applicable
The hourly rate for this position is $34.26, which is commensurate with the minimum required level of education and experience. Student contractors will be paid the basic hourly rate only for the number of hours worked and do not receive overtime premium. Student contractors do not accrue leave or holiday benefits and are not paid for any non-work days, regardless of the reason. Federal, State, Local, and Social Security taxes will not be withheld; student contractors are responsible for reporting income to authorities and paying all taxes. Student contractors are responsible for all costs of transportation to and from the principal duty station location. EPA does not provide housing, meals or other living expenses while working at the principal duty station.
7. Principal Duty Location
The duty location is in the EPA ORD NERL, 944 E. Harmon Avenue, Las Vegas, Nevada 89119. Work will be performed in a laboratory.
8. Resume and Other Application Requirements
Interested students and recent graduates shall provide a one or two page resume or statement of qualifications, including a copy of the transcripts and documentary evidence from USCIS, if applicable.
In addition to the resume and transcripts, individuals applying to this announcement must complete Attachment 3 of this solicitation, entitled ?Student Proposal Form? and submit as a part of their application package. Students must also submit a statement certifying the student accepts hourly rate of is acceptable for the duration of their employment.
A student or recent graduate is required to submit two letter of recommendation. The letter may be from an academic advisor, major professor, or other professional associate familiar with the applicant?s skills and performance.
Foreign National students must submit the required documents outlined in the eligibility section of this announcement.
9. Deadline and Address for Submission of Resume and Application Materials
The deadline for submission is 4:30p.m.EDT, June 17, 2013.
10. Number of Awards Projected
This is only for a single student position. Only one position will be awarded.
11. Eligibility
Eligible student contractors must have completed a Master?s Degree in at least one of the following: civil and environmental engineering, hydrology, environmental science, geology landscape architecture, urban planning or a related field. The student contractor must currently be enrolled in a Ph.D. program in civil and environmental engineering, agricultural engineering, or urban planning.
Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the Bureau of Citizenship and Immigration Service (BIS), formerly known as the Immigration and Naturalization Service. All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current U.S. Visa and be able to obtain U.S. work authorization in a timely manner if offered a contract. Students without a U.S. Visa are not eligible.
Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site at http://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.html. If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools? credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted.
12. Required Background Investigation and Suitability Determination:
Student contractors awarded a contract must undergo a background investigation, a check of FBI fingerprint files, and a suitability determination by the Environmental Protection Agency. Using the HPSD-12 “Contract People Template” found at http://epa.gov/oam, student contractor will electronically submit information to the Contracting Officer’s Representative immediately upon contract award. In addition, the student contractor must review and complete the requirements outlined in Attachment 1 to Work Statement before beginning work on-site at the EPA. The student may begin work once the background investigation has commenced. If a background check reveals information to indicate the student contractor represents a risk to the interests of EPA and the national security, the contract may be terminated.
Please visit the Announcements located at http://www.epa.gov/oam/srpod/ for all attachments related to this procurement.
URL: https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-13-00067/listing.html
OutreachSystems Article Number: 130531/SPECIAL/1001
Matching Key Words: documentar*;
USABID State and Local Purchases
Virginia – County of Chesterfield http://www.chesterfield.gov/PurchasingBid.aspx?id=12469 Copies of the documents may be requested by phone at (804) 748-1617 or by E-mail to purchasing@co.chesterfield.va.us.
T – Video Production Equipment for School Administrative Building SOL 13-0790 Video Production Equipment for School Administrative Building For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130606/BID/0930
Matching Key Words: video*; produc*; production?;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – KLCRP CET Cancer Research Program Review RFP : 1300000354 SOL KLCRP CET Cancer Research Program Review RFP : 1300000354 Council On Postsecondary Education Request for Proposals(RFP) Published On : 5/31/13 Amended On : Closing On : 6/28/13 4:30 PM EDT Time Left: 25 Days, 05:20:08 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130604/BID/0002
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 – Student Programs Coordinator RFP : 1300000328 Kentucky SOL Student Programs Coordinator RFP : 1300000328 Kentucky Historical Society Request for Proposals(RFP) Published On : 5/31/13 Amended On : Closing On : 6/14/13 4:00 PM EDT Time Left: 11 Days, 04:49:43 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130604/BID/0003
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Project # 2366Demolish Cooperstown Buildings A, B, C, F & GAdden SOL CCK-1881-13 Project # 2366Demolish Cooperstown Buildings A, B, C, F & GAddendumn #1Drawing Addendum #2 Addendum #3Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130604/BID/0286
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – MCPPD UK Hospital HD307 Angio UPSAddendum #1Plans Available from SOL CCK-1883-13 MCPPD UK Hospital HD307 Angio UPSAddendum #1Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130604/BID/0287
Matching Key Words: age:state!ky; state!ky;
Florida – School Board of Broward County http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&LP=BB&mi=10150 School Board of Broward County, Florida; Purchasing Department; Suite 323; 7720 West Oakland Park Boulevard; Sunrise, Florida 33351-6704; Main Purchasing Number: (954) 765-6120 Vendor Information Desk: (954) 765-6139, 765-7018
T – Becon TV Video Distribution Rights SOL RFP-14033E-0-2014/MBW Becon TV Video Distribution Rights For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130601/BID/0192
Matching Key Words: video*; distribut*;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Project # 2366Demolish Cooperstown Buildings A, B, C, F & GAdden SOL CCK-1881-13 Project # 2366Demolish Cooperstown Buildings A, B, C, F & GAddendumn #1Drawing Addendum #2Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130601/BID/0315
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – International Air Mail (PCT) SOL UK-1263-13 International Air Mail (PCT) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130531/BID/0562
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 – Student Loan Management & Billing Service SOL UK-1261-13 Student Loan Management & Billing Service For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130531/BID/0563
Matching Key Words: age:state!ky; state!ky;
State of Arkansas http://www.arkansas.gov/dfa/procurement/bids/index.php State of Arkansas; Mailing Address: P.O. Box 2940, Little Rock, AR 72203 Location: 1509 W. 7th Street, 3rd Floor, DFA Bldg, Little Rock, AR 72201; Phone: 501-324-9316; Fax: 501-324-9311; Email: anna.owens@dfa.state.ar.us
T – Video Production Equipment SOL SP-13-0239 Video Production Equipment For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130530/BID/0016
Matching Key Words: video*; produc*; production?;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Financial Examiner RFP : 1300000375 Department of Insur SOL Financial Examiner RFP : 1300000375 Department of Insurance Pro Services Request for Proposals(RFP) Published On : 5/24/13 Amended On : Closing On : 6/11/13 2:00 PM EDT Time Left: 14 Days, 02:18:55 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130529/BID/0017
Matching Key Words: age:state!ky; state!ky;
Delaware – State Division of Purchasing http://bids.delaware.gov/default.asp PO Box 299, Grounds of Governor Bacon, Delaware City, DE 19106. Phone: 302-834-4550.
R – Radio Broadcast/Internet Radio Advertising for DSHA Programs SOL 8210 Radio Broadcast/Internet Radio Advertising for DSHA Programs For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130527/BID/0022
Matching Key Words: broadcast*; program?;
Federal Procurements (Small)
FedBizOpps Grants http://www.grants.gov/ Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.
U — Internship Training Program Northeast Regional Office SOL P13AS00072 NOTICE OF INTENT TO AWARD This Funding Announcement is not a request for applications. This announcement is to provide public notice of the National Park Service?s intention to fund the following project activities without full and open competition. ABSTRACT Funding Announcement P13AS00072 Project Title Internship Training Program Northeast Regional Office Recipient National Council for Preservation Education Principle Investigator / Program Manager Cari Goetcheus Total Anticipated Award Amount $64,440.00 Cost Share None New Award or Continuation? Task Agreement under Cooperative Agreement P12PA30140 Anticipated Length of Agreement From date of award until September 30, 2014 Anticipated Period of Performance From date of award until September 30, 2014 Award Instrument Cooperative Agreement Statutory Authority 16 USC 1g CFDA # and Title 15.915 Technical Preservation Services Single Source Justification Criteria Cited (4) Unique Qualifications NPS Point of Contact June Zastrow 303-987-6718, june_zastrow@nps.gov OVERVIEW Cooperative Agreement Number P12PA30140 was entered into by and between the Department of the Interior, National Park Service, (NPS), and The National Council for Preservation Education (NCPE) for the purpose of providing training opportunities to qualified undergraduate and graduate students in academic programs in historic preservation and related disciplines, allowing them to learn about and contribute to historic preservation at the Federal level by assisting with short-term projects designed to preserve and manage historic and cultural resources. Unless otherwise specified herein, the terms and conditions as stated in the Cooperative Agreement will apply to this Task Agreement. Objective: To create additional training opportunities for qualified students. Interns will assist Federal government professionals involved in historic preservation and allied fields such as archeology, history, museum management and landscape architecture, in directed assignments focusing on Federal efforts in cultural resources management and protection. Duties may include archeological, architectural or landscape surveys; historical research and resource documentation; technical writingand publication development; artifact and records cataloging, conservation and management; database and Web page creation and maintenance; and hands-on condition assessment and repair of historic structures. RECIPIENT INVOLVEMENT NCPE agrees to: 1. Use the existing format to recruit and select additional trainees, or, in limited circumstances, extend existing training projects, for the program currently being offered. Every effort will be made to match the candidates’ qualifications with NPS needs. 2. Make financial and technical arrangements for the additional trainees to work in Washington, DC and other locations as necessary. NATIONAL PARK SERVICE INVOLVEMENT Substantial involvement on the part the National Park Service is anticipated for the successful completion of the objectives to be funded by this award. In particular, the National Park Service will be responsible for the following: 1. Assist with selection of prospective interns, as identified by NCPE, based on qualifications. 2. Provide a project mentor, materials, specialized tools and training, and related supplies for completion of the internship project. 3. Work with interns in conduct of the internship, assigning tasks, based upon each trainee’s interest, knowledge and skills, providing guidance and direction as needed for completion of duties, and reviewing work products to ensure they meet the goals of the internship. SINGLE-SOURCE JUSTIFICATION DEPARTMENT OF THE INTERIOR SINGLE SOURCE POLICY REQUIREMENTS Department of the Interior Policy (505 DM 2) requires a written justification which explains why competition is not practicable for each single-source award. The justification must address one or more of the following criteria as well as discussion of the program legislative history, unique capabilities of the proposed recipient, and cost-sharing contribution offered by the proposed recipient, as applicable. In order for an assistance award to be made without competition, the award must satisfy one or more of the following criteria: (1) Unsolicited Proposal ? The proposed award is the result of an unsolicited assistance application which represents a unique or innovative idea, method, or approach which is not the subject of a current or planned contract or assistance award, but which is deemed advantageous to the program objectives; (2) Continuation ? The activity to be funded is necessary to the satisfactory completion of, or is a continuation of an activity presently being funded, and for which competition would have a significant adverse effect on the continuity or completion of the activity; (3) Legislative intent ? The language in the applicable authorizing legislation or legislative history clearly indicates Congress? intent to restrict the award to a particular recipient of purpose; (4) Unique Qualifications ? The applicant is uniquely qualified to perform the activity based upon a variety of demonstrable factors such as location, property ownership, voluntary support capacity, cost-sharing ability if applicable, technical expertise, or other such unique qualifications; (5) Emergencies ? Program/award where there is insufficient time available (due to a compelling and unusual urgency, or substantial danger to health or safety) for adequate competitive procedures to be followed. The National Park Service did not solicit full and open competition for this award based the following criteria: (4) UNIQUE QUALIFICATIONS Single Source Justification Description: This project continues work authorized under Cooperative Agreement P12PA30140, NCPE was selected due to its unique role, background and experience in preservation education in this country, to help NPS achieve shared goals of historic and cultural resource preservation and training nationally. STATUTORY AUTHORITY 16 U.S.C. ?1g authorizes the NPS to enter into cooperative agreements that involve the transfer of NPS appropriated funds to state, local and tribal governments, other public entities, educational institutions, and private nonprofit organizations for the public purpose of carrying out National Park Service programs. This section provides broad authority for NPS to enter into cooperative agreements with most recipients for a public purpose. Although broad, this authority must be read in conjunction with the Federal Grant and Cooperative Agreement Act of 1977 and other authorities that prescribe whether a particular relationship should be a procurement contract or a cooperative agreement. Thus, in making this determination, one must always consider whether the principal purpose of the work is to acquire goods and/or services for NPS?s direct benefit in furtherance of its mission or for a public purpose. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130529/SMALL/1582
Matching Key Words: writ*; technical;
FedBizOpps Grants http://www.grants.gov/ Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.
U — Internship Training Program Northeast Regional Office SOL P13AS00072 NOTICE OF INTENT TO AWARD This Funding Announcement is not a request for applications. This announcement is to provide public notice of the National Park Service?s intention to fund the following project activities without full and open competition. ABSTRACT Funding Announcement P13AS00072 Project Title Internship Training Program Northeast Regional Office Recipient National Council for Preservation Education Principle Investigator / Program Manager Cari Goetcheus Total Anticipated Award Amount $64,440.00 Cost Share None New Award or Continuation? Task Agreement under Cooperative Agreement P12PA30140 Anticipated Length of Agreement From date of award until September 30, 2014 Anticipated Period of Performance From date of award until September 30, 2014 Award Instrument Cooperative Agreement Statutory Authority 16 USC 1g CFDA # and Title 15.915 Technical Preservation Services Single Source Justification Criteria Cited (4) Unique Qualifications NPS Point of Contact June Zastrow 303-987-6718, june_zastrow@nps.gov OVERVIEW Cooperative Agreement Number P12PA30140 was entered into by and between the Department of the Interior, National Park Service, (NPS), and The National Council for Preservation Education (NCPE) for the purpose of providing training opportunities to qualified undergraduate and graduate students in academic programs in historic preservation and related disciplines, allowing them to learn about and contribute to historic preservation at the Federal level by assisting with short-term projects designed to preserve and manage historic and cultural resources. Unless otherwise specified herein, the terms and conditions as stated in the Cooperative Agreement will apply to this Task Agreement. Objective: To create additional training opportunities for qualified students. Interns will assist Federal government professionals involved in historic preservation and allied fields such as archeology, history, museum management and landscape architecture, in directed assignments focusing on Federal efforts in cultural resources management and protection. Duties may include archeological, architectural or landscape surveys; historical research and resource documentation; technical writingand publication development; artifact and records cataloging, conservation and management; database and Web page creation and maintenance; and hands-on condition assessment and repair of historic structures. RECIPIENT INVOLVEMENT NCPE agrees to: 1. Use the existing format to recruit and select additional trainees, or, in limited circumstances, extend existing training projects, for the program currently being offered. Every effort will be made to match the candidates’ qualifications with NPS needs. 2. Make financial and technical arrangements for the additional trainees to work in Washington, DC and other locations as necessary. NATIONAL PARK SERVICE INVOLVEMENT Substantial involvement on the part the National Park Service is anticipated for the successful completion of the objectives to be funded by this award. In particular, the National Park Service will be responsible for the following: 1. Assist with selection of prospective interns, as identified by NCPE, based on qualifications. 2. Provide a project mentor, materials, specialized tools and training, and related supplies for completion of the internship project. 3. Work with interns in conduct of the internship, assigning tasks, based upon each trainee’s interest, knowledge and skills, providing guidance and direction as needed for completion of duties, and reviewing work products to ensure they meet the goals of the internship. SINGLE-SOURCE JUSTIFICATION DEPARTMENT OF THE INTERIOR SINGLE SOURCE POLICY REQUIREMENTS Department of the Interior Policy (505 DM 2) requires a written justification which explains why competition is not practicable for each single-source award. The justification must address one or more of the following criteria as well as discussion of the program legislative history, unique capabilities of the proposed recipient, and cost-sharing contribution offered by the proposed recipient, as applicable. In order for an assistance award to be made without competition, the award must satisfy one or more of the following criteria: (1) Unsolicited Proposal ? The proposed award is the result of an unsolicited assistance application which represents a unique or innovative idea, method, or approach which is not the subject of a current or planned contract or assistance award, but which is deemed advantageous to the program objectives; (2) Continuation ? The activity to be funded is necessary to the satisfactory completion of, or is a continuation of an activity presently being funded, and for which competition would have a significant adverse effect on the continuity or completion of the activity; (3) Legislative intent ? The language in the applicable authorizing legislation or legislative history clearly indicates Congress? intent to restrict the award to a particular recipient of purpose; (4) Unique Qualifications ? The applicant is uniquely qualified to perform the activity based upon a variety of demonstrable factors such as location, property ownership, voluntary support capacity, cost-sharing ability if applicable, technical expertise, or other such unique qualifications; (5) Emergencies ? Program/award where there is insufficient time available (due to a compelling and unusual urgency, or substantial danger to health or safety) for adequate competitive procedures to be followed. The National Park Service did not solicit full and open competition for this award based the following criteria: (4) UNIQUE QUALIFICATIONS Single Source Justification Description: This project continues work authorized under Cooperative Agreement P12PA30140, NCPE was selected due to its unique role, background and experience in preservation education in this country, to help NPS achieve shared goals of historic and cultural resource preservation and training nationally. STATUTORY AUTHORITY 16 U.S.C. ?1g authorizes the NPS to enter into cooperative agreements that involve the transfer of NPS appropriated funds to state, local and tribal governments, other public entities, educational institutions, and private nonprofit organizations for the public purpose of carrying out National Park Service programs. This section provides broad authority for NPS to enter into cooperative agreements with most recipients for a public purpose. Although broad, this authority must be read in conjunction with the Federal Grant and Cooperative Agreement Act of 1977 and other authorities that prescribe whether a particular relationship should be a procurement contract or a cooperative agreement. Thus, in making this determination, one must always consider whether the principal purpose of the work is to acquire goods and/or services for NPS?s direct benefit in furtherance of its mission or for a public purpose. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130529/SMALL/1583
Matching Key Words: writ*; technical;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]