Business and Career Opportunities Bids and Purchases

FedBizOpps – Procurements

Department of Veterans Affairs, Nashville VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129

U–TRAINING VA24913I0725 061413 Victoria Rone Victoria.Rone3@va.gov 615-225-6454 victoria.rone3@va.gov The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of Veterans Administration Medical Center Lexington, 1101 Veterans Drive Lexington, KY 40502 is conducting market research through this sources sought notice to seek sources that can provide two separate classes on the most current NFPA 99, Healthcare Facilities Code to includeVA interpretation and implementation across different occupancies and activities in healthcare environment. In addition, to providing students student training material, certificates, and provide technical response to questions during training. The North American Industry Classification System (NAICS) Code for this acquisition is 611430.
Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. 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. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror’s responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency’s requirements exists, (2) determine if commercial items suitable to meet the agency’s needs are available or could be modified to meet the agency’s requirements, and (3) determine the commercial practices of company’s engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.
SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at http://www.sam.gov or by calling 1-866-606-8220.
Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the following areas:
1. Capability to provide two separate classes for up to 50 individuals on the most current NFPA 99, Healthcare Facilities Code to include interpretation and implementation across different occupancies and activities in healthcare environment.
2. Capability to provide student training material, certificates, and provide technical response to questions during training.
3. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to victoria.rone3@va.gov.The subject line must specify NFPA TRAINING. Responses must be submitted no later than June 17, 2013 at 12:00 PM, Central Time with the following information/documentation:
4. 1. Name of Company, Address and DUNS Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern
4. Documentation Verifying Small Business Certification:
a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.
b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 611430.
c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 611430.
d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 611430.
Set-Aside: Total Small Business Place of Performance: Lexington VAMC;1101 Veterans Drive;Lexington, KY 40502 United States URL: https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24913I0725/listing.html
OutreachSystems Article Number: 130611/PROCURE/0093
Matching Key Words: state!ky; 


600px-US-DeptOfTheTreasury-Seal.svgDepartment of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W. Washington DC 20228

R — Historical Resource Center RFI BEP_HRC_SourcesSought 061413 Rachelle Vaughan, Contract Specialist, Phone 202-874-3251, Email rachelle.vaughan@bep.gov The Bureau of Engraving & Printing (BEP) is publicizing this Request for Information (RFI) for the sole purpose of exchanging information as a market research effort in order to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government’s requirements, and enhancing the Government’s ability to obtain quality supplies and services, at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award.

In accordance with FAR Subpart 15.201 (e), the government does not presently intend to award a contract, but seeks to obtain price, delivery, other market information, or capabilities for planning purposes. The government is also interested in determining whether this requirement can be set-aside for small businesses and/or conducted off of a GSA Federal Supply Schedule. A response to this notice is not considered an offer and cannot be accepted by the Government to form a binding contract.

All interested parties are advised to thoroughly read the attached Statement of Work (SOW) and respond to Rachelle Vaughan, Contract Specialist, via email at rachelle.vaughan@bep.gov prior to the closing date and time. Offerors are permitted to email a company line card or a maximum 5-page technical proposal (not including cover page) detailing how the organization is capable of meeting the required need. Neither a fulltechnical proposal nor pricing information should be forwarded in response to this RFI. Written technical advisement received prior to the deadline will be reviewed by the Office of Acquisition (OA) and the associated Program Office. Responses received after the deadline will not be reviewed by OA or forwarded to the program office.

In the event the government seeks to make an award for the required services, a Statement of Work (SOW) and combined synopsis/solicitation will be made available on FedBizOpps 15 days prior to award. Those interested parties who provided a technical response to this RFI, prior to the deadline, will receive a notification via email of the released solicitation. Agencies are advised to include the Duns & Bradstreet (DUNS) number, size standard, government sales point of contact, and GSA Schedule Number (if applicable) on the cover page of the technical response.

Questions pertaining to this RFI can be directed to Rachelle Vaughan via email at rachelle.vaughan@bep.gov.

In accordance with FAR provision 52.215-3 Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997)

(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18 , Bid and proposal costs, of the Federal Acquisition Regulation.

(b) Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.

(c) This solicitation is issued for the purpose of increasing the government’ s understanding of industry capabilities.

Place of Performance: 14th & C Sts. SW Washington, DC 20228 US URL: https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP_HRC_SourcesSought/listing.html
OutreachSystems Article Number: 130611/PROCURE/0458
Matching Key Words: writ*; technical; standard; 


Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA

R–NCEA-On-Site Information Management Services-Cincinnati SOL-CI-13-00022 070913 Michael D. Kreacic kreacic.michael@epa.gov United States Environmental Protection Agency (US EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to provide On-Site Information Management Services for its Cincinnati Office.
The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. Provide Technical Services to NCEA in the Development and Preparation606px-Environmental_Protection_Agency_logo.svg of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services
2. Provide Technical Services for the Technical Information Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services
3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing
The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013.
This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods.
Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a sizestandard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov.
Set-Aside: Competitive 8(a) Place of Performance: ORD/OSIM-CINUS Environmental Protection AgencyORD Office of Scientific Info Mgmt26 West Martin Luther King Dr.Mail Code: W136ACincinnatiOH45268USA 45268 USA URL: https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-13-00022/listing.html
OutreachSystems Article Number: 130611/PROCURE/0538
Matching Key Words: writ*; technical; standard; 

Department of Veterans Affairs, VA Health Administration Center, Department of Veterans Affairs Health Administration Center, Department of Veterans Affairs;Health Administration Center;3773 Cherry Creek Drive North, Suite 450;Denver CO 80209

VAU–TRAINING AND CERTIFICATION FOR PEER SUPPORT VA74113Q0190 062813 Maurice Walker maurice.walker@va.gov Maurice Walker, Contracting Officer Statement of Work
Peer Support Certification Training
Office of Mental Health/ Employee Education System (EES)
1. PURPOSE. The purpose of this contract is to provide training and certification for non-certified peer support apprentices and peer support technicians. VHA’s Psychosocial Rehabilitation and Recovery Services Section in the Office of Mental Health Services (OMHS) has been charged with developing and approving peer support certification training services. The Director of Peer Support Services for the Office of Mental Health Services is responsible for the program of peer support in VA’s mental health programs.
2. BACKGROUND. Peer support services were formally initiated in VHA mental health programs in 2006 with funding that enhanced mental health programs with recovery-oriented services, and a Director of Peer Support Services in OMHS was hired in 2007. Prior to the passage of Public Law 110-387 in October 2008, peers hired in VHA were not required to be certified to provide peer services. The passage of this law as well as Public Law 111-163 (passed in May 2010) not only required that peer support specialists in VHA be certified by an appropriate peer certification program but also provided authorization for VHA to develop a national contract with a not-for-profit agency to provide training for Veterans to provide peer support services. Peer support services are an essential component of transforming VHA’s mental health programs to the recovery model and are required by VHA Handbook 1160.01, Uniform Mental Health Services in VA Medical Centers and Clinics. A contract for this purpose is currently in force with the Depression and Bipolar Support Alliance, but expires due to need to expand the scope and have open competition for additional training. The current contract for 160 employees is VA741-13-C-0019.
3. Objectives. The contracting vendor will provide current and future VA employed peer support apprentices or technicians or with training, resulting in their being fully prepared to take a certification examination. This training must cover the competencies and skills for peer support services in mental health programs as defined by OMHS and described in the Specific Tasks and Deliverables Section below.
4. Scope. The Contractor who is awarded this contract must provide the required labor and materials to develop and present a peer support specialist training and certification program for VA employees nationwide, for approximately 340 employees. Contractors shall follow the existing quality control plan that contains, at a minimum, a description of the inspection system to cover all services including areas to be inspected and the schedule of inspection, a description of the methods used for identifying and preventing defects in the quality of services and a description of the records to be kept to document inspections and any corrective/preventive actions taken in advance of the award of the contract.
Services: Peer support certification training (including didactic, experiential, and multimedia modalities) covering the 34 competencies VHA has designated as required for peer support staff are identified in the Specific Tasks and Deliverables section below. Some competencies marked with an asterisk in the list of mandatory tasks must have an experiential component that includes role playing and provides for demonstration of those skills in order to establish competencies.
Training for the competencies that do not require the face-to-face experiential modality may be provided through in-person training or through completion of workbook materials, manuals, or online learning conducted prior to the experiential training. Attachment (A) has been included which gives details of guidelines and expectations VHA will use to evaluate the responses to this proposal. Attachment (E), VA Reviewer Rating Tool to Evaluate Peer Support Certification Training RFPs, is the actual tool the VA review team will use in evaluating submitted proposals. Completion of Attachment (D) is recommended but optional, and may be submitted with required deliverables.
An examination that demonstrates mastery of the peer support competencies and skills must be administered by the contractor in two segments. A performance based segment that demonstrates mastery of the competencies and skills learned in the face-to-face training (those marked below with an asterisk under “Task One”) will be administered during the face-to-face training. A second segment of the examination will be administered to measure the competencies and skills that do not require a face-to-face experiential modality after completion of the training or at a later time agreed upon and acceptable to VHA for administration at the student participant’s home facility.. Peer support staff must pass the examination with a score determined by and agreeable to the vendor and OMHS.
5. Specific Tasks and Deliverables. If for any reason, any deliverable cannot be delivered on time according to the below schedule, the contractor shall provide a written explanation three days prior to the due date to the Contracting Officer Representative (COR). This written transmittal shall include a firm commitment of when the work shall be completed. This transmittal to the COR shall cite reasons for the delay, and the impact on the overall project. The COR will review collaboratively with the program office and facts and issue a response in accordance with the contract terms and conditions. Unless otherwise specified an electronic copy shall be placed in the designated CBO SharePoint site or other CBO-designated site. Specifically, the contractor shall:
5.1 Task One. The contractor shall develop a plan for training to thoroughly cover the following 34 competencies. Competencies that must have an experiential performance based modality of training that includes role-playing or other demonstration of skills, observed and critiqued by the trainer, are marked with an asterisk in the list below. The contractor may include other topics/competencies in the training which they deem appropriate or are required by their state’s peer support certification training approval process.
Recovery Principles
Overview of Psychosocial Rehabilitation
Components of Recovery
Stages of Recovery
Peer Support Role in Psychosocial Rehabilitation
Peer Support Principles
*Being a role model
*Instilling hope
*Being an Advocate
Principal Duties of Peer Support Staff
Cultural Competence
*Understanding how roles of ethnicity, race, spirituality, gender, sexual orientation, local community and other sub-cultures may influence recovery.
Communications Skills
*Effective Listening & Asking Questions Skills
*Communication styles (passive/aggressive/assertive), and Verbal and Nonverbal communication
*Conflict resolution skills
Group Facilitation Skills
*Basic Understanding of Group Dynamics and interactions
How to Use Support Groups
Addressing Stigma
*Managing Internalized Stigma
*Managing Environmental Stigma
Understanding Different Illnesses
Major Psychiatric Conditions in DSM IV
Addictive Disorders
Co-Occurring Disorders
Medications and side effects

Recovery Tools
*Using Recovery workbooks and other self-help instruments
*Problem solving, using solution focused strategies
*Telling your personal recovery story, being mindful of who you’re addressing
Self-help Groups
Teaching how to manage self-talk and combating negative self-talk
Professional Development & Workplace Skills
*Ethics
*Boundary Issues and Dual Relationships
*Working effectively with professionals on an interdisciplinary team
Managing Crisis and Emergency Situations
Early Warning Signs of Illness’ Symptoms Worsening
*Crisis Prevention, Using Resources Early
*Crisis Interventions
*Understanding Suicide Prevention
*Challenging situations with veterans who are under the influence of substances, angry, in psychosis or non-verbal state.
Personal Safety Issues
Deliverable 5.1.1. Provide a written training plan that describes how each competency will be taught (didactic, multi-media presentation, role playing or other experiential form of learning), identifying which of the contractor’s teaching materials will be used with reference to page/section and the time spent on each competency.
Deliverable 5.1.2: Provide all teaching materials that will be used in the training plan for review, including training manuals, power point presentations, and audio-visual resources. Electronic versions of any of these materials may be sent via e-mail.
5.2 Task Two. The contractor will develop an examination that demonstrates mastery of the peer support competencies and skills that will be administered in two segments. A performance based segment that demonstrates mastery of the competencies and skills learned in the face-to-face training (those marked above with an asterisk under “Task One”) will be administered during the face-to-face training. A second segment of the examination will be administered to measure the competencies and skills that do not require a face-to-face experiential modality after completion of the training or at a later time agreed upon and acceptable to VHA for administration at the student participant’s home facility. Peer support staff must pass the examination with a score determined by and agreeable to the vendor and OMHS. The competency that each test item covers is clearly identified on the provided test document or an accompanying document.
Deliverable 5.2.1. Copy of proposed test if one is already in use or a plan to develop such a test, which identifies the competencies each test item measures.
Deliverable 5.2.2. Copy of validity and reliability report of proposed/existing test.
5.3 Task Three The Contractor will present training curricula developed above to classes of peer support technicians or peer specialists at times agreed upon by both organizations. The classes will not have more than 20 members per training.
Deliverable 5.3.1: Schedule of training classes offered, at least two each month from August to December 2013.
5.4 Task Four: The contractor will administer and grade performance based competency assessments during the face-to-face training and a second segment of the examination will be administered to measure the competencies and skills that do not require a face-to-face experiential modality after completion of the training or at a later time agreed upon and acceptable to VHA for administration at the student participant’s home facility.. Peer support staff must pass the examination with a score determined by and agreeable to the vendor and OMHS.
Deliverable 5.4.1: Plan of certification testing schedule
5.5 Task Five: The Contractor will provide a response to VA staff inquiries about future VA peer specialist certification training within one working day of the inquiry, providing date, location and number of open slots for the next available training.
Deliverable 5.5.1: Two templates: One for verbal response for telephone inquiries and an e-mail template for written response to an e-mail inquiry.
Deliverable 5.5.2: Telephone/e-mail call and response logs
5.6 Task Six: The contractor will provide VA staff who request an application a written application form that contains information necessary to register them for the next training. All forms will be attachable to e-mail messages so that there is maximum flexibility for registering for classes.
Deliverable 5.6.1: A template of the application form.
5.7 Task Seven: The contractor will provide VA staff who apply for training with a written letter of acceptance with specific details of dates, lodging, location of training, and registration information that describes airport locations, ground transportation options to get to the site of training and suggested attire for the area.
Deliverable 5.7.1: A written template of acceptance letter with information for participant.

5.8 Task Eight. The contractor shall develop an individualized training report for each participant describing participant’s attendance, punctuality, level of participation, attitude towards learning, acquisition of competencies/skills, score on final competency test, evaluation survey completed by the student expressing satisfaction with the training and recommendations for continued learning to the participant with a copy to the Director of Peer Support Services in OMHS.
Deliverable 5.8.1. Proposed Template for the Individualized Written Training Report.
Deliverable 5.8.2. Proposed satisfaction survey template to be completed by each student who takes the training.
Deliverable 5.8.3. Individualized Written Training Report For Each Participant at the Completion of Training
5.9 Task Nine. The contractor shall develop an aggregated annual report summarizing
” data of number of student participation by facility
” total number of students
” percentage passing certification test
” content validity and reliability measure, reporting any test item that is answered incorrectly greater than 60 percent of the time by students taking the test the first administration of the test in 2nd quarter
” a plan to rewrite or a substitute replacement question for any test item failing to attain the validity and reliability measure, to be approved by the VHA Director of Peer Support Services
” percentage completing/dropping out of training
” reasons for discontinuance
” percentage of students reporting full satisfaction with the certification training
” Deliverable 5.9.1. Template for Proposed Annual Report Template
” Deliverable 5.9.2. Template of Report of Content validity and reliability measure for test items.
” Deliverable 5.9.3 Template of Plan to rewrite or substitute replacement questions for test items which do not meet content validity and reliability measure.
Deliverable 5.9.4. Annual Report
Deliverable 5.9.5 Evaluation instruments provided by VHA will be administered and completed by the contractor during training.
5.12 Schedule for Mandatory Deliverables.
5.12.1 Table of Base Period Mandatory Deliverables Due Dates
REFERENCE DELIVERABLE DUE DATE
5.1.1 Written Training Plan Before contract award
5.1.2 Copies of any training materials used to train for every competency. Before contract award
5.2.1
Copy of Written/Performance Based Exam Identifying which Competencies Each Test Item Covers Before contract award
5.2.2 Copy of Validity and Reliability Report of Proposed/Existing Test Before contract award
5.3.1 Schedule of Training Before contract award
5.4.1 Certification Testing Schedule Before contract award
5.5.1 2 Response Templates for Training Inquiries- one written and one telephone Before contract award
5.5.2 Call and e-mail response log
Copies of E-mail inquiries and responses to VA Staff As requested
5.6.1 A Template of Application Form Before contract award
5.7.1 A Written Acceptance Letter Template Before contract award
5.7.2 Acceptance letter to applicants Within 10 working days from date of receipt of application
5.8.1 Individualized Written Training Report Template Before contract award
5.8.2 Proposed Satisfaction Survey Template Before contract award
5.8.3 Individualized Written Training Report Within one work week following individual’s completion of training.
5.9.1 Annual Report Template Before contract award
5.9.2 Template of Content validity and reliability measure for test items.
Before contract award
5.9.3 Template of plan to rewrite or substitute replacement questions for test items which do not meet content validity and reliability measure.
Before contract award
5.9.4 Annual Report November 1. To cover Oct. 1 previous year-Sept. 30 of current year (Federal Fiscal Year)
5.9.5 VHA learning evaluation instruments will be administered by the contractor During training sessions.
6. Period of Performance. The period of performance shall be from date of award to December 1st. 2013. Training dates should avoid the following Federal holidays:
There is ten (10) Federal holidays set by law (U.S.C. Title 5 Section 6103):
Under current definitions, four are set by date:
New Year’s Day January 1
Independence Day July 4
Veteran’s Day November 11
Christmas Day December 25
If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday.
The other six are set by a day of the week and month:
Martin Luther King Day Third Monday in January
Washington’s Birthday Third Monday in February
Memorial Day Last Monday in May
Labor Day First Monday in September
Columbus Day Second Monday in October
Thanksgiving Fourth Thursday in November

7. Place of Performance. The Contractor shall identify a plan for specifying locations for the training according to the projected number of participants that VHA determines will need to be trained. The location may be varied regionally throughout the term of the contract, or provided at the approved Contractor’s facilities.
8. Key Personnel. Certain skilled experience professional and/or technical personnel are essential for accomplishing the work to be performed. These individuals are defined as “Key personnel” and are those persons whose resumes were submitted and marked by the vendor as “Key Personnel”. Substitutions shall only be accepted if in compliance with “Substitutions shall only be accepted if in compliance with “Substitution of Key Personnel” provision identified below.
Name Title

Certified Peer Specialist Trainer
Training Program Manager/Supervisor
The Contracting Officer may notify the Contractor and request immediate removal of any personnel assigned to the task order by the Contractor that are deemed to have a conflict of interest with the government or if the performance is deemed to be unsatisfactory. The reason for removal will be documented and replacement personnel shall be identified within three business days of the notification. Employment and staffing difficulties shall not be justification for failure to meet established schedules.
8.1 Substitution of Key Personnel. All Contractor requests for approval of substitutions hereunder shall be submitted in writing to the COR and the Contracting Officer at least thirty (30) calendar days in advance of the effective date, whenever possible, and shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute, and any other information requested by the Contracting Officer necessary to approve or disapprove the proposed substitution. New personnel shall not commence work until all necessary security requirements, as defined in Section J, have been fulfilled and resumes provided and accepted. The COR and the Contracting Officer will evaluate such requests and promptly notify the Contractor of approval or disapproval in writing.
8.2 The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel, as well as subcontractor efforts used in performance of this effort. The Contractor’s management responsibilities shall include all activities necessary to ensure the Accomplishment of timely and effective support, performed in accordance with the Requirements contained in the statement of work.
8.3 Domain Knowledge. Contractors will be expected to present proof of their knowledge of peer specialist certification training. The peer specialist trainers should have a minimum of 3 years experience as a practicing peer specialist and 2 years experience in teaching peer specialist certification training courses. The Peer Specialist Training Program Manager should have a minimum of 3 years experience as a peer specialist trainer and two years experience as a peer specialist training program manager. Domain knowledge criteria are specified below:
Recovery Principles Overview of Psychosocial Rehabilitation
Components of Recovery
Stages of Recovery
Peer Support Role in PSR
Peer Support Principles Being a role model
Instilling hope
Being an Advocate
Principal Duties of Peer Support Staff
Cultural Competence Understanding how roles of ethnicity, race, spirituality, gender, sexual orientation, local community and other sub-cultures may influence recovery.
Communications Skills Effective Listening & Asking Questions Skills
Communication styles (pass/agg/assert.), and Verbal and Nonverbal communication
Conflict resolution skills
Group Facilitation Skills Basic Understanding of Group Dynamics and interactions
How to Use Support Groups
Addressing Stigma
Managing Internalized Stigma
Managing Environmental Stigma
Understanding Different Illnesses
Major Psychiatric Conditions in DSM IV
Addictive Disorders
Co-Occurring Disorders
Medications and side effects
Using recovery workbooks and other self help instruments
Recovery Tools Problem solving, using solution focused strategies
Telling your personal recovery story, being mindful of who you’re addressing
Self-help Groups
Teaching how to manage self-talk and combating negative self-talk
Professional Development & Workplace Skills Ethics
Boundary Issues and Dual Relationships
Working effectively with professionals on an interdisciplinary team
Managing Crisis and Emergency Situations
Early Warning Signs of Illness’ Symptoms Worsening
Crisis Prevention, Using Resources Early
Crisis Interventions
Understanding Suicide Prevention
Challenging situations with veterans who are under the influence of substances, angry, in psychosis or non-verbal state.
Personal Safety Issues
Contractor Personnel Requirements. Personnel proposed shall have an in depth knowledge of:
” Knowledge of all the domains listed above;
” Specific knowledge of Military and Veteran Cultures;
” Expert knowledge of Peer Support Specialist Skills and Competencies;
” Expert knowledge of Supervision and Management of Peer Support Certification Trainers.
9. Travel. The CBO anticipates approximately two trips for the contractor and trainers to attend meetings with OMHS Peer Support staff at VHA Central Office Headquarters building at 810 Vermont Avenue NW, Washington, DC 20420. One will occur soon after contract is awarded to discuss details and answer questions. The other will occur after the trainings have been completed and annual reports have been received. All travel is subject to COR written approval in advance. Travel shall be reimbursed in accordance with VA and Federal Travel Regulations. Travel expenses shall be invoiced in the subsequent month following the completion of travel in order to be reimbursed.
10. Type of Contract. A firm fixed price contract is anticipated for this requirement.
11. Changes to the SOW. Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
12. Government and Contractor Responsibilities.
a. The CBO shall provide the contractor with copies of documents that the VA is required to provide.
b. The contractor shall request other VA documentation deemed pertinent to the work accomplishment directly from the COR. The contractor is expected to use common knowledge and resourcefulness in securing all other reference materials, standard industry publications, and related materials that are pertinent to the work.
c. The contractor shall maintain frequent communications with the Program Office and the COR to conduct work in progress reviews. Progress reports shall be delivered electronically to the COR and Program Manager, with an electronic courtesy copy to the Contracting Office.
Table of QASP for Peer Support Certification Training Contract
Task/Deliverable Method of Surveillance Performance Indicator Standard Acceptable Quality Level
Training plan Direct observation Contains all required competencies Must include all competencies outlined in the PWS 100%
Draft Training Materials Direct Observation Curriculum contains lessons for each competency Must contain lessons for all competencies 90%
Final Training Materials Direct Observation Curriculum contains lessons for each competency; free of grammatical and spelling errors Must contain lessons for all competencies 100%
Call and E-Mail Response Logs Direct Observation Logs give dates, times of inquiries and when responded to, to requests for information about certification training. Must respond to inquiries within one working day of requests. 90%
Participant Satisfaction Survey Training is evaluated by peer technicians/specialists who take the training Level of Satisfaction indicated by survey No substantiated complaints found 90%
Individualized Training Reports Direct Observation Reports contain: participant’s
-attendance,
-punctuality,
-level of participation,
-attitude towards learning,
-acquisition of competencies/skills, -score on final competency test,
-evaluation statement completed by the student expressing satisfaction with the training and
-recommendations for continued learning Full report must be completed for each individual taking the certification training within one week of completion of the training. 100%
Annual Aggregated Training Report Direct Observation Report contains
-number of students participating by facility
-total number of students
– percentage passing certification test
-content validity and reliability measure, reporting any test item that is answered incorrectly greater than 60 percent of the time by first group of students taking the test
-a plan to rewrite or a substitute replacement question for any test item failing to attain the validity and reliability measure, to be approved by the VHA Director of Peer Support Services
-percentage completing/dropping out
-reasons for discontinuance
-percentage of students reporting full satisfaction with the certification training
Full report must be completed containing all of the elements and received by Director of Peer Support Services with a copy to the COR no later than November 1st to cover the previous fiscal year (Oct 1, previous year to September 30th, current year) 100%
VHA learning evaluation instruments will be administered by the contractor Direct Surveillance Each training event will have a VHA instrument to be used by contractor Each training event is evaluated 95% of attendees will complete evaluation instruments

URL: https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA74113Q0190/listing.html
OutreachSystems Article Number: 130608/PROCURE/0095
Matching Key Words: writ*; copy; technical; standard; 


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

R–Project scheduling services for the Louisville District and Nationwide Reserve Program. W912QR-PROJECTSCHEDULERS 062113 Lauren Minzenberger, 502-315-6202 USACE District, Louisville A Market Survey is being conducted to determine if there are interested and qualified Large Business, Small Business, HUBZone small business, 8(a) small business, or Service Disabled Veteran Owned small business contractors for the following proposed project: Provide professional scheduling services as needed for Military, Civil and Reserve Construction Contracts administered by the Louisville District. The Louisville District is comprised of a five state area to include Kentucky, Indiana, Ohio, Illinois and Michigan. In addition, the Louisville District manages the nationwide Reserve Program. Services shall include the review of the190px-United_States_Army_Corps_of_Engineers_logo.svg contractor’s preliminary construction schedule, review of contractor monthly construction schedule updates, monitoring of on-site construction activities as necessary for schedule evaluation, and schedule analysis associated with Contractor Claims. Contractor shall be proficient in current scheduling software. Scheduling services may be needed on a long term basis for a particular contract and require a scheduler be onsite full time or part time.

Contract duration is estimated to be five (5) years from the date of award consisting of a three (3) year base period plus a two (2) year option period. The estimated cost range is $5,000,000 over a period of five (5) years. NAICS is 541611. Size limitation is $14 M. All interested Large Business, Small Business, HUBZone small business, 8(a) small business, or Service Disabled Veteran Owned small business contractors should notify this office in writing by mail on or before 21 June 2013 at 10:00am EST. Responses should include: (1) Identification as a Large Business or Small Business or verification of the company by the Small Business Administration, as either a certified HUBZone, certified 8(a), or Service Disabled Veteran Owned Business, (2) Documentation of the company’s relevant past scheduling experience AND resumes of scheduling personnel. (3) Demonstration that the contractor has the capacity to perform concurrent multiple task orders within the Louisville District and the nationwide Reserve Program, (4) Descriptions of projects substantially complete or completed within the last five years which are similar to this project in scope, (5) A statement of which portion of the work that will be self performed and how it will be accomplished. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, Attn: Lauren Minzenberger, Louisville, KY 40202-2267 or lauren.o.minzenberger@usace.army.mil. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
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-PROJECTSCHEDULERS/listing.html
OutreachSystems Article Number: 130608/PROCURE/0413
Matching Key Words: age:state!ky; state!ky; 

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor Minneapolis MN 55403

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

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

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

Set-Aside: Total Small Business Place of Performance: various locations US URL: https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0062/listing.html
OutreachSystems Article Number: 130607/PROCURE/0075
Matching Key Words: state!ky; 


Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070 Cochrans Mill Road Pittsburgh PA 15236-0070

R — Dose Reconstruction and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA). 2013-N-15239 051713 Diane J Meeder, Phone (412)386-4412, Email DMeeder@cdc.gov The Centers for Disease Control and Prevention (CDC), National Institute of Occupational Safety and Health (NIOSH) Cincinnati, OH has a requirement for a base year, plus four (4) option years, Cost Plus Award Fee, Performance Based contract for “Dose Reconstructiondept of health and human services and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA).”

The objective of this acquisition is to allow NIOSH, through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), performing dose reconstructions for claims referred by Department of Labor (DOL) and evaluating petitions for additions of classes to the Special Exposure Cohort (SEC). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

References.

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81(http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf),
42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf),
and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

DRAFT PERFORMANCE WORK STATEMENT

Performance Work Statement

The objective of this acquisition is to allow National Institute for Occupational Safety and Health (NIOSH), through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Act (EEOICPA), performing dose reconstructions for claims referred by DOL (Department of Labor) and evaluating petitions for additions of classes to the SEC (Special Exposure Cohort). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

2. References.

Department of Health and Human Services (HHS), Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Radiation Dose Reconstruction website:http://www.cdc.gov/niosh/OCAS/ocasppg.html

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf), 42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf), and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

3. Scope and Requirements:

The support services that the dose reconstruction contractor shall be expected to provide are listed below. It is expected that this level of support shall be required during the base year and during each option year. While the number of cases to be processed on an annual basis is subject to fluctuation, offerors shall prepare their proposals assuming that 3,320 dose reconstructions shall be required each year (64 per week for 52 weeks). Additionally, the contractor shall be required to review previously completed dose reconstruction reports to determine if changes made in methodology or new data affects the outcome of the case. These reviews do not require a fully documented dose reconstruction unless the claim’s compensability decision is likely to switch from non-compensable to compensable. It should be assumed that a weekly average of approximately 25 such evaluations need to be completed. It should be understood that this is not a guarantee of this level of effort, but a target value that will facilitate comparison of proposals. Offerors should assume that, for each year of the contract, 5 SEC petitions shall be filed, and claims shall be received from 5 sites with no claims previously submitted. Site research shall be required for those situations. Technical approaches and some calculational tools from sites that have been researched prior to this award will be made available to the successful offeror by NIOSH.

All documents that describe radiation exposures, radiological operations, radiological conditions, and other information useful to performing dose reconstruction, evaluating SEC petitions, or performing other functions of the project will be stored in the SRD (Site Research Database). The SRD contains documents that relate to U.S. DOE and AWE (Atomic Weapons Energy) sites. These documents can include, but are not limited to, general overview documents, publications for a site that describe a particular process or operation, or reports from a site addressing particular issues such as specific contaminants to which some workers might have been exposed. Project personnel populate and use the database to develop and write Technical Basis Documents (TBDs) and Technical Information Bulletins (TIBs), as well as to perform dose reconstructions.

Information relevant to individual claims will be stored in the NIOSH OCAS (Office of Compensation Analysis and Support) Claims Tracking System (NOCTS). NOCTS was developed to track the claims made under EEOICPA. The NOCTS application tracks claimant data and documents, and is thus a central repository for all information related to each claim. The web-based interface allows the application to be accessed by any computer equipped with Internet connection and browser software. The primary goal of NOCTS is to facilitate the processing of claims in an efficient and accurate manner. The application also provides an instrument for effective and timely communications with claimants during this process. Another goal is to establish and maintain interagency communications among all the parties involved in the claims process.

1.0 Identify data relevant to reconstructing radiation doses and evaluating SEC petitions

1.1 Data collection related to claims and petitions: The contractor shall collect all known sources of recorded dosimetry, radiation data, and relevant information applicable to completing dose reconstructions for individual claimants and evaluating SEC petitions from classes of employees. This task shall include the following:

1.1.1 NIOSH will request from DOE and provide to the contractor individual exposure information for claimants. In coordination with NIOSH and with the cooperation of DOE, the contractor shall request from DOE (as necessary) and other entities supplemental information applicable to individual claims or petitions to supplement any such information in the NIOSH claims database. The collection of this information shall be conducted under a Memorandum of Understanding that has been established between HHS and DOE (http://www.cdc.gov/niosh/OCAS/ocasdoe.html#mou or http://www.cdc.gov/niosh/OCAS/pdfs/misc/moudoe.pdf).

1.1.2 The contractor shall synthesize information related to dose reconstruction feasibility into Professional Judgment Papers and Petition Evaluation Reports, providing the basis for the feasibility or infeasibility of constructing radiation dose. Professional Judgment Papers evaluate the bases provided with the SEC petition to determine if they meet the criteria in 42 CFR 83 for a valid petition, i.e. to determine if the petition qualifies. Petition Evaluation Reports are prepared once petitions are qualified and they evaluate the existing information to determine if it is sufficient to perform dose reconstructions for the proposed class. Additional information about the SEC process and examples of Petition Evaluation Reports can be found at http://www.cdc.gov/niosh/ocas/ocassec.html.

1.1.3 The contractor shall maintain a local office in Cincinnati, Ohio to abstract, enter, or migrate necessary information from DOE and other records into the Site Research Database or NIOSH OCAS Claims Tracking System for use in dose reconstructions or other purposes.

1.1.4 The contractor shall monitor the completeness and timeliness of record/information acquisition from DOE and other sources, inform NIOSH, on a monthly basis, of delays, their causes, and involve NIOSH as necessary to obtain their timely resolution.

1.2 Dose reconstruction research: The contractor shall research the conditions, processes, practices, and incidents at DOE and AWE facilities relevant to conducting dose reconstructions. This task shall include the following:

1.2.1 The contractor shall review and analyze records from DOE and AWEs, which will be useful to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. Plans for site visits and the research to be performed during a site visit must be approved by NIOSH. It is likely that 50 site data capture visits may be required each year.

1.2.2 With the cooperation of DOE and assistance of worker representatives and others, the contractor shall identify and interview current and former DOE/AWE facility line managers, radiation protection personnel, individual workers, and others as appropriate, and analyze the results of these interviews to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. The extent of these efforts shall be coordinated with and approved by NIOSH prior to initiation of contact with DOE or DOE contractor personnel.

1.2.3 As agreed upon between NIOSH and the contractor, the contractor shall develop statistical procedures and assumptions based on dose reconstruction research that can be applied in multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. These statistical procedures will include methods to estimate the uncertainty distributions surrounding internal and external dose reconstructions on a facility specific and time-dependent basis. NIOSH will review and approve such procedures and assumptions. Technical Information Bulletins ORAUT-OTIB-0019 Rev-01, “Analysis of Coworker Bioassay Data for Internal Dose Assignment, ” and ORAUT-OTIB–0020 Re-03, “Use of Coworker Dosimetry Date for External Dose Assignment,” describe these techniques ( http://www.cdc.gov/niosh/OCAS/tibsnum.html).

1.2.4 The contractor shall produce and submit to NIOSH reports summarizing methods, data sources, and findings of research on facilities on a schedule specified by NIOSH as the need for the report is identified.

1.2.5 The contractor shall research and analyze information pertaining to sites, claims, and dose reconstruction processes in response to questions and technical issues raised about the EEOICPA program by the Advisory Board on Radiation and Worker Health. Results of these efforts will be provided as scheduled by NIOSH.

2.0 Claimant communications

2.1 As directed under 42 CFR 82 and consistent with NIOSH technical guides and procedures, conduct, record, transmit to NIOSH, and report to claimants the results of computer assisted telephone interviews (CATIs) with claimants and, as appropriate, with co-workers and other potential witnesses. Three scripts that cover interviews with claimants who are covered employees, survivors, or co-workers have been prepared. They can be found under Attachments in Section J – J.6. Since these scripts have been reviewed and approved by the Office of Management and Budget (OMB) under the requirements of the Paperwork Reduction Act of 1995, any substantive changes shall require approval by OMB. NIOSH will provide a usable computerized version of these scripts. The contractor may, however, with review and approval from NIOSH, convert these scripts to a computer program that facilitates more efficient data storage and retrieval.

2.2 The contractor shall produce and provide for review by the claimant/interviewee reports of interviews, and enter final reports and their elements as a case file into the claims database no less frequently than weekly.

2.3 The contractor shall obtain and enter into the claimant interview case file and research database additional information as may be provided by the claimant in writing to supplement the claim record.

2.4 The contractor shall conduct close-out interviews with claimants once they have received their draft dose reconstruction reports in order to answer questions about the dose reconstruction and to explain the next steps in the claim process.

2.5 Although not part of the interview process, the contractor must provide a toll free telephone line to address claimants questions within 30 days of award. This shall be in addition to the claimant telephone support service that NIOSH is currently offering.

2.6 The contractor shall correspond with claimants informing them that their dose reconstruction has been scheduled once all the information necessary to perform the dose reconstruction has been received, but not before.

2.7 The contractor shall designate a point of contact within its organization who is responsible for resolving issues and answering questions from communications with claimants by either NIOSH or the contractor. This point of contact shall have the organizational authority necessary to resolve issues between sub-organizations within the contractor’s organization in order to provide resolutions and answers.

2.8 When the contractor receives information from a claimant that affects the normal progress of the claim (e.g., identifies an additional cancer not listed on the claim, provides information that affects the draft dose reconstruction, etc.) the contractor shall notify NIOSH’s Claimant Information and Communication Team of the reason for the interruption in claim progress. Information of this nature that is received by NIOSH will be communicated promptly to the contractor. In all cases the contractor shall communicate the resolution to the claimant.

2.9 Contractor shall provide CATI and close out interview for every claimant for whom a dose reconstruction is performed unless claimant declines to participate. Some claims have multiple claimants, so the number of claimants is larger than the number of dose reconstructions that must be completed. Contractor should plan to complete 1.5 CATIs and close out interviews per dose reconstruction, or 96 CATIs and close out interviews per week.

3.0 Dose estimation and reporting

3.1 As directed under 42 CFR Part 82 and consistent with NIOSH Implementation Guides for Internal and External Dose Reconstruction (located at http://www.cdc.gov/niosh/ocas/ocasdose.html#process), andTechnical Information Bulletins and procedures (http://www.cdc.gov/niosh/OCAS/ocastbds.html http://www.cdc.gov/niosh/OCAS/ocasppg.html ), the contractor shall produce and report timely dose estimates, supporting methodology, and factual basis for each claim received by NIOSH from DOL under EEOICPA and for claims requiring re-work because of changes in claim information or changes in dose reconstruction policy (estimated at 3320 dose reconstructions and re-works annually).

3.2 The contractor shall collect and analyze all available information relevant to dose estimation/reconstruction for each individual claim and produce and transmit to NIOSH a draft report providing dose estimates, methods, and the factual basis upon which the doses were estimated, including a narrative explanation of this information understandable by claimants with a high school education. An example dose reconstruction report will be included as an attachment under Section J – J.7.

3.2.1 Internal and external radiation dose estimates shall be calculated for each organ that the claimant presents with a primary cancer. The annual dose to each organ shall be calculated from the time of first exposure at a covered facility to the date of cancer diagnosis. As appropriate, a separate dose shall be computed for each type of radiation exposure received by the individual, using the exposure types provide for in the NIOSH-Interactive Radio Epidemiological Program (IREP) program. These doses shall be reported as equivalent dose using the weighting factors provided in the NIOSH technical guides. As part of NIOSH’s ongoing Quality Assurance (QA) program, the contractor may be provided blind test claims on a periodic basis.

3.2.2 Internal dose calculations shall be performed using standard metabolic models published by the International Commission on Radiological Protection (ICRP). These calculations shall be performed using a NIOSH supplied computer program entitled Integrated Module for Bioassay Analysis (IMBA) or other NIOSH approved programs. IMBA was specially created for NIOSH to perform internal dose calculations using the most recent physiologically based biokinetic models such as those contained in ICRP publications 56, 67, and 69. Inhalation intakes shall be evaluated using the respiratory tract model contained in ICRP publication 66. The contractor shall not have access to the source code. Any contractor developed software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions and NIOSH must have access to the program and source code. Any contractor purchased software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions.

Within 30 days of award, NIOSH will provide training on the IMBA software for key contractor personnel who are not familiar with the software. Within 30 days after receiving training from NIOSH, the contractor shall be responsible for providing and documenting training to members of its technical team who shall be involved in conducting dose reconstructions and are not already familiar with the software.

3.2.3 Estimates of missed dose, due to technical limitations in monitoring technology, shall be evaluated and included in the claimant’s dose reconstruction for both internal and external sources of exposure. In addition, any exposure to diagnostic x rays that were required as a condition of employment shall be estimated and included in the claimant’s total organ dose.

3.3 The contractor shall review with NIOSH and revise dose reconstructions, as necessary, subject to NIOSH oversight of the dose reconstruction program.

3.4 The contractor shall develop statistical procedures and assumptions that may have application for multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. NIOSH will review and approve these procedures and assumptions before they are used to complete dose reconstructions.

4.0 Prepare Special Exposure Cohort petition evaluations

4.1 In accordance with 42 CFR 83 and procedure OCAS-PR-004 Rev. 1, “Internal Procedures for the Evaluation of Special Exposure Cohort Petitions,” (http://www.cdc.gov/niosh/ocas/secmisc.html orhttp://www.cdc.gov/niosh/ocas/pdfs/dr/dc-ig-005-r0.pdf) the contractor shall process and evaluate petitions received from individuals for the addition of classes to the SEC, and shall initiate the addition of classes when there is not adequate information to reconstruct radiation doses with sufficient accuracy.

4.2 The contractor shall process and evaluate petitions received from individuals for additions of classes to the SEC (the 83.13 process).

4.2.1 With the approval of NIOSH, the contractor shall communicate with the petition submitter as necessary in order to obtain the information required in 42 CFR 83 for a petition. Some petitions may be sufficient upon initial receipt, but NIOSH expects that every petition will require communication of this type to obtain information required by 42 CFR 83.

4.2.2 The contractor shall determine whether the information ultimately submitted with a petition meets the requirements in 42 CFR 83 and therefore qualifies for evaluation. Contractor shall document the basis for this determination in a professional judgment and submit it to NIOSH.

4.2.3 For petitions that qualify for evaluation, the contractor shall provide a list of the types of apparent data deficiencies that could potentially make dose reconstructions infeasible, along with the research efforts that the contractor shall pursue to remedy each apparent data deficiency, and shall submit the list to NIOSH for review and approval. The schedule for delivering the list will be established by NIOSH upon qualification of a petition, depending on the complexity of the petition.

4.2.4 The contractor shall research information relevant to the feasibility of the dose reconstruction for members of the class; reach determinations about the feasibility of reconstructing doses for members of the class and the potential that members of the class were harmed by their exposure; document those determinations in a petition evaluation report; and submit the petition evaluation report to NIOSH for review and approval. The petition evaluation report must be completed and approved by NIOSH within 180 days from the date the petition was originally submitted to NIOSH, not counting days when NIOSH and the contractor are awaiting additional information from the submitter in order to fulfill the petition qualification requirements of 42 CFR 83.

4.2.5 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health (“the Board”). NIOSH anticipates that every petition evaluation report will prompt questions from the Board. Such questions have required detailed follow-up analysis of complex issues such as monitoring program adequacy, technical performance of internal and external dosimetry systems, and characterization of the radiation fields present at sites being evaluated.

4.3 The contractor shall identify classes of workers for whom there is inadequate information to perform dose reconstruction with sufficient accuracy, and initiate adding those classes to the SEC (the 83.14 process).

4.3.1 The contractor shall identify potential classes for whom dose reconstruction is not feasible, and shall document the basis for that determination. Classes may comprise any portion of the employees at a covered facility and any portion of the duration of the covered period. The class definition and basis for finding it infeasible to reconstruct radiation doses shall be submitted to NIOSH for review and approval.

4.3.2 The contractor shall propose a representative claimant from each 83.14 class for NIOSH approval. Upon NIOSH approval of a representative claimant, contractor shall prepare communications to that claimant about the infeasibility of dose reconstruction and the 83.14 SEC process.

4.3.3 The contractor shall prepare a petition evaluation report that documents the basis for finding dose reconstruction infeasible for members of the class and submit the petition evaluation report to NIOSH for review and approval.

4.3.4 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health. NIOSH expects that every petition evaluation report will prompt questions from the Board.

5.0 Technical and program management support

5.1 Technical support: Provide information and analyses to NIOSH to review individual dose reconstructions, dose reconstruction procedures and practices, or SEC petition evaluations, or to respond to requests by DOL, the Advisory Board on Radiation and Worker Health, Congress, or other stakeholders, and to support NIOSH management in the dose reconstruction and SEC petition evaluation program. This task shall include the following:

5.1.1 The contractor shall prepare and provide analyses, information and reports to NIOSH in response to reviews of individual dose reconstructions requested by DOL in the adjudication of claims. NIOSH expects four of these requests per year.

5.1.2 The contractor shall prepare and provide analyses, information, and reports to NIOSH in response to reviews of dose reconstructions, dose reconstruction procedures, technical documents such as TechnicalInformation Bulletins or technical basis documents, or SEC petition evaluations under EEOICPA by the Advisory Board and other external organizations that may conduct scientific or technical reviews, such as the National Academy of Sciences and the Government Accountability Office. NIOSH expects that the Advisory Board will review and comment on 60 dose reconstruction reports, 8 technical basis documents, and 15 procedures and Technical Information Bulletins (combined) each year. Total requests from other bodies is expected to be four per year.

5.1.3 The contractor shall prepare and provide analyses, information, and reports to NIOSH in support of Congressional briefings and in response to Congressional inquiries. NIOSH expects to request contractor assistance for responding to one Congressional inquiry per week and six briefings per year. Inquiries address individual cases, while briefings address program status and site specific information for a single or few sites (e.g., those from a single state).

5.1.4 Within 30 days of award, the contractor shall establish practices for using the NIOSH OCAS Claims Tracking System (NOCTS). Any supplementary tracking system established by the contractor must be compatible with and provide current information to NOCTS to support reporting of dose reconstruction process status to claimants.

5.1.5 The contractor shall provide records to NIOSH such that NIOSH can comply with requests for records under the Freedom of Information Act and Privacy Act. NIOSH expects to request contractor assistance in approximately twelve such requests per year.

5.2 Program management support: The contractor shall provide comprehensive program management support to NIOSH. This task shall include the following:

5.2.1 Within 60 days of award, the contractor shall develop and implement a written project management plan and submit it to NIOSH for review and approval. The project management plan shall define the organizational structure, management approach, requirements, and tools for planning, implementing, and monitoring work practices which shall be used to complete radiation dose reconstructions and to evaluate submissions and petitions for the addition of classes to the SEC.

5.2.2 Within 90 days of award, the contractor shall develop, implement and maintain a written quality assurance program for the overall project. The quality assurance program documentation shall describe the organizational structure, functional responsibilities, levels of authority, and interfaces for those personnel managing, performing, and assessing the adequacy of work performed as part of this contract.

5.2.3 Within 90 days of award, the contractor shall develop and enact procedures for implementing “NIOSH Policy on the Appearance of Bias for the EEOICPA Program & General Conflict of Interest Requirements”, (http://www.cdc.gov/niosh/OCAS/ocascobs.html or http://www.cdc.gov/niosh/OCAS/pdfs/dr/aobplcy-v2.pdf). Copies of those procedures shall be provided to NIOSH at that time.

5.2.4 The contractor shall prepare and submit to NIOSH monthly performance reports and quarterly cost reports covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

5.2.5 The contractor shall participate in person or by teleconference in project status meetings with DCAS and other topical meetings convened by DCAS. Project status meetings shall be scheduled at mutually agreeable times but shall be no less frequent than bi-monthly.

5.2.6 The contractor shall conduct semiannual program reviews and provide the results of these reviews to NIOSH.

6.0 EEOICPA Performance Objectives

Performance objectives will be used to measure contractor performance for work performed under this contract in accordance with the PWS and the Performance Based Award Fee Plan found under attachments in Section J – J.8. The Performance Based Award Fee Plan may cover a specific period and may also be subject to revision as the performance needs under this contract change.

Performance Objective Performance Threshold Surveillance Method
Completion and Submission of Dose Reconstruction Reports Dose Reconstruction Reports that are accurate and complete so that they are approved by DCAS without the need for revision or without comment 95% of the time. 100% inspection
Submit First Draft of the text for consultation phone call, or DOL employment/survivor verification request for SEC process. Within 10 working days of receipt of Form B SEC submission, 90% of the time. 100% inspection
Schedule of initial consultation phone call for a Form B SEC submission Within 10 working days of receipt of approval by DCAS of the consultation phone call text, 90% of the time. 100% inspection
Submit draft professional judgment of SEC. Within 20 working day from the receipt of a SEC petition, 90% of the time. 100% inspection
Submit detailed evaluation plan in an SEC production Gantt chart. Within 10 working days of from the qualification of a petition, 90% of the time. 100% inspection
Submit high quality draft SEC petition evaluation report and completed evaluation issues matrix. In accordance with SEC petition Gantt chart, 90% of the time. 100% inspection

7.0 Reporting Schedule

Contractor shall provide monthly performance reports to NIOSH covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

Contractor shall provide either with the monthly invoice or within a week of submitting the invoice a Monthly Financial Report breaking out costs by budget category for each Work Breakdown Structure element (e.g., for each task) listing costs by reporting period and cumulatively for the contract.
8.0 Special Considerations

Much of the information obtained and generated during this project is protected by the Privacy Act. All personnel on the project with access to such information must receive Privacy Act training before being allowed access to such information. The Privacy Act training shall include the information described in attachments Section J – J.9.

All work and work assignments on the project must conform to NIOSH’s Conflict of Interest Policy.

On occasion the contractor’s work will influence, and will be influenced by, the work of other NIOSH contractors. This will be particularly true regarding the technical support contractor for the Advisory Board on Radiation and Worker Health (ABRWH). Interaction with other NIOSH contractors should occur in the presence of NIOSH unless NIOSH specifically authorizes the separate contact.

9.0 Government Furnished Property

The Government will furnish office furniture, computer servers, personal computers, and accessories, which are currently located at 4850 Smith Road, Suite 200, Cincinnati, Ohio. An inventory of the servers and summary of the personal computers that will be available is included under Attachments in Section J – J.11. However, the personal computers will be at or near their expected replacement time at the start of this contract, so the contractor should anticipate procuring replacement items during this contract.

This requirement is being solicited on an unrestricted basis as full and open competition.

The CDC expects a single award, Performance Based, Cost Plus Award Fee, with a base year plus four (4) option years.

No attachments will be available with this synopsis.

The complete solicitation document, and reference material, if applicable, will be available for downloading at http://www.fedbizops.gov on or about May 17, 2013 and proposals will be due on or about June 19, 2013 . No verbal or written requests for copies will be accepted.

It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet sit

URL: https://www.fbo.gov/spg/HHS/CDCP/CMBP/2013-N-15239/listing.html
OutreachSystems Article Number: 130607/PROCURE/0078
Matching Key Words: writ*; script?; technical; standard; 


Defense_Logistics_AgencyDepartment 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–Programs and Systems Support-Small Business (PASS-SB) W15QKN-13-R-0183 062713 Julie Cameron, 609-562-7026 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 Programs and Systems Support-Small Business (PASS-SB) 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; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; andTechnical 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-0183 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 procedures utilizing 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.

This is a Small Business Sources Sought notice. 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. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standard of $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. 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-Small Business (PASS-SB), dated 6 June 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-SB 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-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS POCs by 27 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL: https://www.fbo.gov/notices/a13dced78f883877e1efdaeb76be2a02
OutreachSystems Article Number: 130607/PROCURE/0729
Matching Key Words: writ*; technical; standard; 


Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070 Cochrans Mill Road Pittsburgh PA 15236-0070

R — Dose Reconstruction and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA). 2013-N-15239 070913 Diane J Meeder, Phone (412)386-4412, Email DMeeder@cdc.gov The Centers for Disease Control and Prevention (CDC), National Institute of Occupational Safety and Health (NIOSH) Cincinnati, OH has a requirement for a base year, plus four (4) option years, Cost Plus Award Fee, Performance Based contract for “Dose Reconstructiondept of health and human services and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA).”

The objective of this acquisition is to allow NIOSH, through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), performing dose reconstructions for claims referred by Department of Labor (DOL) and evaluating petitions for additions of classes to the Special Exposure Cohort (SEC). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

References.

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81(http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf),
42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf),
and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

DRAFT PERFORMANCE WORK STATEMENT

Performance Work Statement

The objective of this acquisition is to allow National Institute for Occupational Safety and Health (NIOSH), through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Act (EEOICPA), performing dose reconstructions for claims referred by DOL (Department of Labor) and evaluating petitions for additions of classes to the SEC (Special Exposure Cohort). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

2. References.

Department of Health and Human Services (HHS), Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Radiation Dose Reconstruction website:http://www.cdc.gov/niosh/OCAS/ocasppg.html

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf), 42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf), and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

3. Scope and Requirements:

The support services that the dose reconstruction contractor shall be expected to provide are listed below. It is expected that this level of support shall be required during the base year and during each option year. While the number of cases to be processed on an annual basis is subject to fluctuation, offerors shall prepare their proposals assuming that 3,320 dose reconstructions shall be required each year (64 per week for 52 weeks). Additionally, the contractor shall be required to review previously completed dose reconstruction reports to determine if changes made in methodology or new data affects the outcome of the case. These reviews do not require a fully documented dose reconstruction unless the claim’s compensability decision is likely to switch from non-compensable to compensable. It should be assumed that a weekly average of approximately 25 such evaluations need to be completed. It should be understood that this is not a guarantee of this level of effort, but a target value that will facilitate comparison of proposals. Offerors should assume that, for each year of the contract, 5 SEC petitions shall be filed, and claims shall be received from 5 sites with no claims previously submitted. Site research shall be required for those situations. Technical approaches and some calculational tools from sites that have been researched prior to this award will be made available to the successful offeror by NIOSH.

All documents that describe radiation exposures, radiological operations, radiological conditions, and other information useful to performing dose reconstruction, evaluating SEC petitions, or performing other functions of the project will be stored in the SRD (Site Research Database). The SRD contains documents that relate to U.S. DOE and AWE (Atomic Weapons Energy) sites. These documents can include, but are not limited to, general overview documents, publications for a site that describe a particular process or operation, or reports from a site addressing particular issues such as specific contaminants to which some workers might have been exposed. Project personnel populate and use the database to develop and write Technical Basis Documents (TBDs) and Technical Information Bulletins (TIBs), as well as to perform dose reconstructions.

Information relevant to individual claims will be stored in the NIOSH OCAS (Office of Compensation Analysis and Support) Claims Tracking System (NOCTS). NOCTS was developed to track the claims made under EEOICPA. The NOCTS application tracks claimant data and documents, and is thus a central repository for all information related to each claim. The web-based interface allows the application to be accessed by any computer equipped with Internet connection and browser software. The primary goal of NOCTS is to facilitate the processing of claims in an efficient and accurate manner. The application also provides an instrument for effective and timely communications with claimants during this process. Another goal is to establish and maintain interagency communications among all the parties involved in the claims process.

1.0 Identify data relevant to reconstructing radiation doses and evaluating SEC petitions

1.1 Data collection related to claims and petitions: The contractor shall collect all known sources of recorded dosimetry, radiation data, and relevant information applicable to completing dose reconstructions for individual claimants and evaluating SEC petitions from classes of employees. This task shall include the following:

1.1.1 NIOSH will request from DOE and provide to the contractor individual exposure information for claimants. In coordination with NIOSH and with the cooperation of DOE, the contractor shall request from DOE (as necessary) and other entities supplemental information applicable to individual claims or petitions to supplement any such information in the NIOSH claims database. The collection of this information shall be conducted under a Memorandum of Understanding that has been established between HHS and DOE (http://www.cdc.gov/niosh/OCAS/ocasdoe.html#mou or http://www.cdc.gov/niosh/OCAS/pdfs/misc/moudoe.pdf).

1.1.2 The contractor shall synthesize information related to dose reconstruction feasibility into Professional Judgment Papers and Petition Evaluation Reports, providing the basis for the feasibility or infeasibility of constructing radiation dose. Professional Judgment Papers evaluate the bases provided with the SEC petition to determine if they meet the criteria in 42 CFR 83 for a valid petition, i.e. to determine if the petition qualifies. Petition Evaluation Reports are prepared once petitions are qualified and they evaluate the existing information to determine if it is sufficient to perform dose reconstructions for the proposed class. Additional information about the SEC process and examples of Petition Evaluation Reports can be found at http://www.cdc.gov/niosh/ocas/ocassec.html.

1.1.3 The contractor shall maintain a local office in Cincinnati, Ohio to abstract, enter, or migrate necessary information from DOE and other records into the Site Research Database or NIOSH OCAS Claims Tracking System for use in dose reconstructions or other purposes.

1.1.4 The contractor shall monitor the completeness and timeliness of record/information acquisition from DOE and other sources, inform NIOSH, on a monthly basis, of delays, their causes, and involve NIOSH as necessary to obtain their timely resolution.

1.2 Dose reconstruction research: The contractor shall research the conditions, processes, practices, and incidents at DOE and AWE facilities relevant to conducting dose reconstructions. This task shall include the following:

1.2.1 The contractor shall review and analyze records from DOE and AWEs, which will be useful to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. Plans for site visits and the research to be performed during a site visit must be approved by NIOSH. It is likely that 50 site data capture visits may be required each year.

1.2.2 With the cooperation of DOE and assistance of worker representatives and others, the contractor shall identify and interview current and former DOE/AWE facility line managers, radiation protection personnel, individual workers, and others as appropriate, and analyze the results of these interviews to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. The extent of these efforts shall be coordinated with and approved by NIOSH prior to initiation of contact with DOE or DOE contractor personnel.

1.2.3 As agreed upon between NIOSH and the contractor, the contractor shall develop statistical procedures and assumptions based on dose reconstruction research that can be applied in multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. These statistical procedures will include methods to estimate the uncertainty distributions surrounding internal and external dose reconstructions on a facility specific and time-dependent basis. NIOSH will review and approve such procedures and assumptions. Technical Information Bulletins ORAUT-OTIB-0019 Rev-01, “Analysis of Coworker Bioassay Data for Internal Dose Assignment, ” and ORAUT-OTIB–0020 Re-03, “Use of Coworker Dosimetry Date for External Dose Assignment,” describe these techniques ( http://www.cdc.gov/niosh/OCAS/tibsnum.html).

1.2.4 The contractor shall produce and submit to NIOSH reports summarizing methods, data sources, and findings of research on facilities on a schedule specified by NIOSH as the need for the report is identified.

1.2.5 The contractor shall research and analyze information pertaining to sites, claims, and dose reconstruction processes in response to questions and technical issues raised about the EEOICPA program by the Advisory Board on Radiation and Worker Health. Results of these efforts will be provided as scheduled by NIOSH.

2.0 Claimant communications

2.1 As directed under 42 CFR 82 and consistent with NIOSH technical guides and procedures, conduct, record, transmit to NIOSH, and report to claimants the results of computer assisted telephone interviews (CATIs) with claimants and, as appropriate, with co-workers and other potential witnesses. Three scripts that cover interviews with claimants who are covered employees, survivors, or co-workers have been prepared. They can be found under Attachments in Section J – J.6. Since these scripts have been reviewed and approved by the Office of Management and Budget (OMB) under the requirements of the Paperwork Reduction Act of 1995, any substantive changes shall require approval by OMB. NIOSH will provide a usable computerized version of these scripts. The contractor may, however, with review and approval from NIOSH, convert these scripts to a computer program that facilitates more efficient data storage and retrieval.

2.2 The contractor shall produce and provide for review by the claimant/interviewee reports of interviews, and enter final reports and their elements as a case file into the claims database no less frequently than weekly.

2.3 The contractor shall obtain and enter into the claimant interview case file and research database additional information as may be provided by the claimant in writing to supplement the claim record.

2.4 The contractor shall conduct close-out interviews with claimants once they have received their draft dose reconstruction reports in order to answer questions about the dose reconstruction and to explain the next steps in the claim process.

2.5 Although not part of the interview process, the contractor must provide a toll free telephone line to address claimants questions within 30 days of award. This shall be in addition to the claimant telephone support service that NIOSH is currently offering.

2.6 The contractor shall correspond with claimants informing them that their dose reconstruction has been scheduled once all the information necessary to perform the dose reconstruction has been received, but not before.

2.7 The contractor shall designate a point of contact within its organization who is responsible for resolving issues and answering questions from communications with claimants by either NIOSH or the contractor. This point of contact shall have the organizational authority necessary to resolve issues between sub-organizations within the contractor’s organization in order to provide resolutions and answers.

2.8 When the contractor receives information from a claimant that affects the normal progress of the claim (e.g., identifies an additional cancer not listed on the claim, provides information that affects the draft dose reconstruction, etc.) the contractor shall notify NIOSH’s Claimant Information and Communication Team of the reason for the interruption in claim progress. Information of this nature that is received by NIOSH will be communicated promptly to the contractor. In all cases the contractor shall communicate the resolution to the claimant.

2.9 Contractor shall provide CATI and close out interview for every claimant for whom a dose reconstruction is performed unless claimant declines to participate. Some claims have multiple claimants, so the number of claimants is larger than the number of dose reconstructions that must be completed. Contractor should plan to complete 1.5 CATIs and close out interviews per dose reconstruction, or 96 CATIs and close out interviews per week.

3.0 Dose estimation and reporting

3.1 As directed under 42 CFR Part 82 and consistent with NIOSH Implementation Guides for Internal and External Dose Reconstruction (located at http://www.cdc.gov/niosh/ocas/ocasdose.html#process), andTechnical Information Bulletins and procedures (http://www.cdc.gov/niosh/OCAS/ocastbds.html http://www.cdc.gov/niosh/OCAS/ocasppg.html ), the contractor shall produce and report timely dose estimates, supporting methodology, and factual basis for each claim received by NIOSH from DOL under EEOICPA and for claims requiring re-work because of changes in claim information or changes in dose reconstruction policy (estimated at 3320 dose reconstructions and re-works annually).

3.2 The contractor shall collect and analyze all available information relevant to dose estimation/reconstruction for each individual claim and produce and transmit to NIOSH a draft report providing dose estimates, methods, and the factual basis upon which the doses were estimated, including a narrative explanation of this information understandable by claimants with a high school education. An example dose reconstruction report will be included as an attachment under Section J – J.7.

3.2.1 Internal and external radiation dose estimates shall be calculated for each organ that the claimant presents with a primary cancer. The annual dose to each organ shall be calculated from the time of first exposure at a covered facility to the date of cancer diagnosis. As appropriate, a separate dose shall be computed for each type of radiation exposure received by the individual, using the exposure types provide for in the NIOSH-Interactive Radio Epidemiological Program (IREP) program. These doses shall be reported as equivalent dose using the weighting factors provided in the NIOSH technical guides. As part of NIOSH’s ongoing Quality Assurance (QA) program, the contractor may be provided blind test claims on a periodic basis.

3.2.2 Internal dose calculations shall be performed using standard metabolic models published by the International Commission on Radiological Protection (ICRP). These calculations shall be performed using a NIOSH supplied computer program entitled Integrated Module for Bioassay Analysis (IMBA) or other NIOSH approved programs. IMBA was specially created for NIOSH to perform internal dose calculations using the most recent physiologically based biokinetic models such as those contained in ICRP publications 56, 67, and 69. Inhalation intakes shall be evaluated using the respiratory tract model contained in ICRP publication 66. The contractor shall not have access to the source code. Any contractor developed software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions and NIOSH must have access to the program and source code. Any contractor purchased software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions.

Within 30 days of award, NIOSH will provide training on the IMBA software for key contractor personnel who are not familiar with the software. Within 30 days after receiving training from NIOSH, the contractor shall be responsible for providing and documenting training to members of its technical team who shall be involved in conducting dose reconstructions and are not already familiar with the software.

3.2.3 Estimates of missed dose, due to technical limitations in monitoring technology, shall be evaluated and included in the claimant’s dose reconstruction for both internal and external sources of exposure. In addition, any exposure to diagnostic x rays that were required as a condition of employment shall be estimated and included in the claimant’s total organ dose.

3.3 The contractor shall review with NIOSH and revise dose reconstructions, as necessary, subject to NIOSH oversight of the dose reconstruction program.

3.4 The contractor shall develop statistical procedures and assumptions that may have application for multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. NIOSH will review and approve these procedures and assumptions before they are used to complete dose reconstructions.

4.0 Prepare Special Exposure Cohort petition evaluations

4.1 In accordance with 42 CFR 83 and procedure OCAS-PR-004 Rev. 1, “Internal Procedures for the Evaluation of Special Exposure Cohort Petitions,” (http://www.cdc.gov/niosh/ocas/secmisc.html orhttp://www.cdc.gov/niosh/ocas/pdfs/dr/dc-ig-005-r0.pdf) the contractor shall process and evaluate petitions received from individuals for the addition of classes to the SEC, and shall initiate the addition of classes when there is not adequate information to reconstruct radiation doses with sufficient accuracy.

4.2 The contractor shall process and evaluate petitions received from individuals for additions of classes to the SEC (the 83.13 process).

4.2.1 With the approval of NIOSH, the contractor shall communicate with the petition submitter as necessary in order to obtain the information required in 42 CFR 83 for a petition. Some petitions may be sufficient upon initial receipt, but NIOSH expects that every petition will require communication of this type to obtain information required by 42 CFR 83.

4.2.2 The contractor shall determine whether the information ultimately submitted with a petition meets the requirements in 42 CFR 83 and therefore qualifies for evaluation. Contractor shall document the basis for this determination in a professional judgment and submit it to NIOSH.

4.2.3 For petitions that qualify for evaluation, the contractor shall provide a list of the types of apparent data deficiencies that could potentially make dose reconstructions infeasible, along with the research efforts that the contractor shall pursue to remedy each apparent data deficiency, and shall submit the list to NIOSH for review and approval. The schedule for delivering the list will be established by NIOSH upon qualification of a petition, depending on the complexity of the petition.

4.2.4 The contractor shall research information relevant to the feasibility of the dose reconstruction for members of the class; reach determinations about the feasibility of reconstructing doses for members of the class and the potential that members of the class were harmed by their exposure; document those determinations in a petition evaluation report; and submit the petition evaluation report to NIOSH for review and approval. The petition evaluation report must be completed and approved by NIOSH within 180 days from the date the petition was originally submitted to NIOSH, not counting days when NIOSH and the contractor are awaiting additional information from the submitter in order to fulfill the petition qualification requirements of 42 CFR 83.

4.2.5 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health (“the Board”). NIOSH anticipates that every petition evaluation report will prompt questions from the Board. Such questions have required detailed follow-up analysis of complex issues such as monitoring program adequacy, technical performance of internal and external dosimetry systems, and characterization of the radiation fields present at sites being evaluated.

4.3 The contractor shall identify classes of workers for whom there is inadequate information to perform dose reconstruction with sufficient accuracy, and initiate adding those classes to the SEC (the 83.14 process).

4.3.1 The contractor shall identify potential classes for whom dose reconstruction is not feasible, and shall document the basis for that determination. Classes may comprise any portion of the employees at a covered facility and any portion of the duration of the covered period. The class definition and basis for finding it infeasible to reconstruct radiation doses shall be submitted to NIOSH for review and approval.

4.3.2 The contractor shall propose a representative claimant from each 83.14 class for NIOSH approval. Upon NIOSH approval of a representative claimant, contractor shall prepare communications to that claimant about the infeasibility of dose reconstruction and the 83.14 SEC process.

4.3.3 The contractor shall prepare a petition evaluation report that documents the basis for finding dose reconstruction infeasible for members of the class and submit the petition evaluation report to NIOSH for review and approval.

4.3.4 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health. NIOSH expects that every petition evaluation report will prompt questions from the Board.

5.0 Technical and program management support

5.1 Technical support: Provide information and analyses to NIOSH to review individual dose reconstructions, dose reconstruction procedures and practices, or SEC petition evaluations, or to respond to requests by DOL, the Advisory Board on Radiation and Worker Health, Congress, or other stakeholders, and to support NIOSH management in the dose reconstruction and SEC petition evaluation program. This task shall include the following:

5.1.1 The contractor shall prepare and provide analyses, information and reports to NIOSH in response to reviews of individual dose reconstructions requested by DOL in the adjudication of claims. NIOSH expects four of these requests per year.

5.1.2 The contractor shall prepare and provide analyses, information, and reports to NIOSH in response to reviews of dose reconstructions, dose reconstruction procedures, technical documents such as TechnicalInformation Bulletins or technical basis documents, or SEC petition evaluations under EEOICPA by the Advisory Board and other external organizations that may conduct scientific or technical reviews, such as the National Academy of Sciences and the Government Accountability Office. NIOSH expects that the Advisory Board will review and comment on 60 dose reconstruction reports, 8 technical basis documents, and 15 procedures and Technical Information Bulletins (combined) each year. Total requests from other bodies is expected to be four per year.

5.1.3 The contractor shall prepare and provide analyses, information, and reports to NIOSH in support of Congressional briefings and in response to Congressional inquiries. NIOSH expects to request contractor assistance for responding to one Congressional inquiry per week and six briefings per year. Inquiries address individual cases, while briefings address program status and site specific information for a single or few sites (e.g., those from a single state).

5.1.4 Within 30 days of award, the contractor shall establish practices for using the NIOSH OCAS Claims Tracking System (NOCTS). Any supplementary tracking system established by the contractor must be compatible with and provide current information to NOCTS to support reporting of dose reconstruction process status to claimants.

5.1.5 The contractor shall provide records to NIOSH such that NIOSH can comply with requests for records under the Freedom of Information Act and Privacy Act. NIOSH expects to request contractor assistance in approximately twelve such requests per year.

5.2 Program management support: The contractor shall provide comprehensive program management support to NIOSH. This task shall include the following:

5.2.1 Within 60 days of award, the contractor shall develop and implement a written project management plan and submit it to NIOSH for review and approval. The project management plan shall define the organizational structure, management approach, requirements, and tools for planning, implementing, and monitoring work practices which shall be used to complete radiation dose reconstructions and to evaluate submissions and petitions for the addition of classes to the SEC.

5.2.2 Within 90 days of award, the contractor shall develop, implement and maintain a written quality assurance program for the overall project. The quality assurance program documentation shall describe the organizational structure, functional responsibilities, levels of authority, and interfaces for those personnel managing, performing, and assessing the adequacy of work performed as part of this contract.

5.2.3 Within 90 days of award, the contractor shall develop and enact procedures for implementing “NIOSH Policy on the Appearance of Bias for the EEOICPA Program & General Conflict of Interest Requirements”, (http://www.cdc.gov/niosh/OCAS/ocascobs.html or http://www.cdc.gov/niosh/OCAS/pdfs/dr/aobplcy-v2.pdf). Copies of those procedures shall be provided to NIOSH at that time.

5.2.4 The contractor shall prepare and submit to NIOSH monthly performance reports and quarterly cost reports covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

5.2.5 The contractor shall participate in person or by teleconference in project status meetings with DCAS and other topical meetings convened by DCAS. Project status meetings shall be scheduled at mutually agreeable times but shall be no less frequent than bi-monthly.

5.2.6 The contractor shall conduct semiannual program reviews and provide the results of these reviews to NIOSH.

6.0 EEOICPA Performance Objectives

Performance objectives will be used to measure contractor performance for work performed under this contract in accordance with the PWS and the Performance Based Award Fee Plan found under attachments in Section J – J.8. The Performance Based Award Fee Plan may cover a specific period and may also be subject to revision as the performance needs under this contract change.

Performance Objective Performance Threshold Surveillance Method
Completion and Submission of Dose Reconstruction Reports Dose Reconstruction Reports that are accurate and complete so that they are approved by DCAS without the need for revision or without comment 95% of the time. 100% inspection
Submit First Draft of the text for consultation phone call, or DOL employment/survivor verification request for SEC process. Within 10 working days of receipt of Form B SEC submission, 90% of the time. 100% inspection
Schedule of initial consultation phone call for a Form B SEC submission Within 10 working days of receipt of approval by DCAS of the consultation phone call text, 90% of the time. 100% inspection
Submit draft professional judgment of SEC. Within 20 working day from the receipt of a SEC petition, 90% of the time. 100% inspection
Submit detailed evaluation plan in an SEC production Gantt chart. Within 10 working days of from the qualification of a petition, 90% of the time. 100% inspection
Submit high quality draft SEC petition evaluation report and completed evaluation issues matrix. In accordance with SEC petition Gantt chart, 90% of the time. 100% inspection

7.0 Reporting Schedule

Contractor shall provide monthly performance reports to NIOSH covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

Contractor shall provide either with the monthly invoice or within a week of submitting the invoice a Monthly Financial Report breaking out costs by budget category for each Work Breakdown Structure element (e.g., for each task) listing costs by reporting period and cumulatively for the contract.
8.0 Special Considerations

Much of the information obtained and generated during this project is protected by the Privacy Act. All personnel on the project with access to such information must receive Privacy Act training before being allowed access to such information. The Privacy Act training shall include the information described in attachments Section J – J.9.

All work and work assignments on the project must conform to NIOSH’s Conflict of Interest Policy.

On occasion the contractor’s work will influence, and will be influenced by, the work of other NIOSH contractors. This will be particularly true regarding the technical support contractor for the Advisory Board on Radiation and Worker Health (ABRWH). Interaction with other NIOSH contractors should occur in the presence of NIOSH unless NIOSH specifically authorizes the separate contact.

9.0 Government Furnished Property

The Government will furnish office furniture, computer servers, personal computers, and accessories, which are currently located at 4850 Smith Road, Suite 200, Cincinnati, Ohio. An inventory of the servers and summary of the personal computers that will be available is included under Attachments in Section J – J.11. However, the personal computers will be at or near their expected replacement time at the start of this contract, so the contractor should anticipate procuring replacement items during this contract.

This requirement is being solicited on an unrestricted basis as full and open competition.

The CDC expects a single award, Performance Based, Cost Plus Award Fee, with a base year plus four (4) option years.

No attachments will be available with this synopsis.

The complete solicitation document, and reference material, if applicable, will be available for downloading at http://www.fedbizops.gov on or about May 17, 2013 and proposals will be due on or about June 19, 2013 . No verbal or written requests for copies will be accepted.

***********RFP may be available on June 6, 2013 with proposals due on or about July 9, 2013 .************

It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet sit

URL: https://www.fbo.gov/spg/HHS/CDCP/CMBP/2013-N-15239/listing.html
OutreachSystems Article Number: 130607/PROCURE/0825
Matching Key Words: writ*; script?; technical; standard; 


Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

peostri_org_banner_v0929201069–Virtual Medical Center, Virtual Training Evaluation System W900KK13R1TBD 060613 Leslie Dobson, 407/384-5433 PEO STRI Acquisition Center Update 6/6/13: Responses to the Questions and Answers for Virtual Medical Center Industry Day can found in Section II of the Sources Sought Notice.

Update 5/22/13: Location for Industry Day has been changed. Note: The deadline for submitting a Capabilities Statements has passed.

THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

Description:

This is a combined Sources Sought Notice (SSN) and Industry Day Announcement. The SSN is a Request for Information (RFI) ONLY and is not a Request for Proposals (RFP) or a commitment by the US Government. Interested parties are invited to submit a capabilities statement indicating their ability to provide the products described herein. The US Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) the Assistant Program Manager for Medical Simulations (APM MEDSIM) and the Veterans Health Administration Team is looking for a source to provide a Virtual Medical Center (VMC) virtual training evaluation system, to the Veterans Health Administration (VHA) personnel, in support of the Simulation Learning, Education and Research Network (SimLEARN) Program. The anticipated requirement NAICS Code: 511210 – Packaged Computer Software Publishers. It is anticipated that the contract type will be Firm Fixed Price (FFP).

SECTION I – Sources Sought Notice

A. Requirement Information.

Veterans Health Administration Virtual Medical Center.
The Veterans Affairs (VA) Virtual Medical Center (VMC) will be a continuously available virtual environment accessible to clinical personnel, Veterans and their family members. It will provide Veteran patient access to validated medical materials and resources, in order to get healthcare information by connecting healthcare professionals and patients in a collaborative environment.

VMC Virtual Environment Description.
The VMC will feature Virtual clinics that focus on general health, specific medical conditions, disease management, and well-being. Every area within the VMC will provide services and information including patient and provider meeting and collaboration areas, one-on-one encounters, group appointments, virtual medical advisors, an online pharmacy information source, wellness information, and self-help tools.

B. Critical Requirements.

The following system requirements have been identified as critical and must be demonstrated/addressed during vendor product demonstrations:

1. System must contain at least one fully-functioning virtual clinic.

a. Each virtual clinic shall be customized to address a specific health issue facing Veteran patients.

b. Each clinic shall include an entrance and information desk.

c. Each clinic shall include a collaboration space and education center for patients and providers.

d. Each clinic shall include an auditorium.

e. Each clinic shall include two patient examination rooms.

f. Each clinic shall include a patient conference room.

g. Each clinic shall include a provider conference room.

h. Each clinic shall include a provider lounge.

2. System must allow users to select a pre-configured avatar or configure an avatar to navigate the VMC.

3. System must support an intuitive Frequently Asked Questions (FAQs) feature.

4. System must provide a cyber library.

5. System must provide Video Tele Conference and Electronic-consult capabilities. E-consult must support secure communications.

6. System must be web-based, scalable, and initially support up to 1,000 simultaneous users.

7. System must be accessible to users through the My HealtheVet portal.

8. System must be compatible with currently available, popular operating systems being used on desktops, laptops, and mobile devices.

9. System must be Section 508 Compliant.

C. Assumptions and Expectations.

1. Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this RFI: all costs associated with responding to this RFI will be assumed by the interested party. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued.

2. This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and hardware samples shall be submitted at no cost or obligation to the government.

3. The government reserves the right to reject, in whole or in part, any private sector input received as a result of this market survey.

4. If your company or organization has an existing commercially available or non-developmental item that meets these requirements, please provide literature or other information relative to the performance and general characteristics of the product to the Contract Specialist listed below.

5. Information Format: Preferred method of submission is electronic mail (email). Please use Microsoft Office 97-2003 compatible (.xls, .doc or .ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Material Samples will not be accepted. Information papers may be submitted in a White Paper format. Limit submissions to not more than five (5) pages, excluding pictures, diagrams, and charts.

D. Sources Sought Attachments: N/A at this time

1. Map and Hotel Information (Will be furnished upon request/appointment)

2. Partnership Event Parking Pass (Will be furnished upon request/appointment)

E. Vendor Questionnaire

The purpose of this questionnaire is to obtain information from industry to assist in market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by submitting a capabilities statement limited to 5 pages of text (excluding tables, diagrams, and pictures) identifying and describing the following:

1. Company Name

2. Company Address / Country Represented / Website

3. Company point of contact and phone number

4. Business Size (Small/Large & Number of Employees)

5. If you are a small business, please describe how you would comply with 52.219-14 to include identifying work percentages between yourself and potential subcontractors.

6. NAICS Code / CAGE Code / DUNS Number

7. Commerciality of System

a. ( ) Our product as described above, has been sold, leased or licensed to the general public.

b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local governments.

c. ( ) Neither of the above applies. Explain.

8. Please briefly define your capability as it applies and/or the strategy you would use to meet this requirement.

F. Response Parameters.

1. Capability statements must be submitted as either hard copy or email to the point of contact for this action not later than by 12:00 Noon (EDT) 14 May 2013. The point of contact is: Mr. David Light, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, 12350 Research Parkway, Orlando, FL 32826, e-mail:

2. Respondents will not be notified of the results of this survey or results of information submitted.

SECTION II. – Industry Day

Description:

The PEO STRI, PM CATT, APM MedSim and the VHA team will host a meeting with industry on Tuesday, 28 May 2013 in Orlando, FL. We will have a general session beginning at 0830 until approximately 1000. Following the general session, interested participants may schedule individual product demonstrations from 10:30 until 5:00PM. A specific schedule is To Be Determined with applicable time frames and appointments based on this response. The Government recommends a submittal of questions/concerns NLT 4:00PM (EST), 14 May 2013.

The Industry Day is open to all interested Offerors who possess the technical capabilities and resources to meet the Government’s requirement. Offerors must RSVP to David Light and Felix R Marrero NLT 4:00PM (EST) on 14 May 2013 designating the system they will be demonstrating during the session and the names of and contact information for persons attending/participating.

Industry Meeting Location:

3031 Technology Parkway, Orlando FL
Bldg: Partnership II (PII)
Room: 208
Date: 28 May 2013
Time: 8:00am – 5:00pm (EST)

Virtual Medical Center, Market Research, Industry Day
Questions & Answers

1) As an alternative to building the VA VMC from scratch, has PEO STRI considered utilizing the existing AFMMAST portal and offering a solicitation for a vendor to customize and tailor AFMMAST to meet specific VA SimLEARN requirements (i.e. quote mark Transfer System quote mark approach)? If this option has been considered, then would PEO STRI provide potential bidders with more specific requirements pertaining to the desired modifications prior to the release of any solicitation?

A: A Request for Proposal for this project has not been finalized. It is expected that requirements would focus more on end product than restricting how it is developed.

2) Does the VA envision that patient encounters will be exclusively confidential or will the patient have the ability to determine whether to maintain confidentiality or reveal his/her identity?

A: This has not yet been determined. It is expected that educational materials would be available on an anonymous basis.

3) Are the FAQs a quote mark static list quote mark or should the list be dynamically updated based on questions received through the VMC?

A: This has not yet been determined.

4) Does the VA have any indication related to the amount of content that will be available through the quote mark Cybrary quote mark (e.g. 1TB, 5TB, 25TB, etc.)? Also, does the VA intend to support multiple content formats including multimedia formats (e.g. video clips, audio recordings, documents & reports, external content, etc.)?

A: Library data size has not yet been determined. It is anticipated that multimedia formats would be supported.

5) As the VA specializes in conducting video-based remote patient consults, please clarify your definition of e-consults and how you intend to support VA eConsult requirements (e.g. Avatar-based, Video-based, etc.).

A: This has not yet been determined.

6) Will VA SimLEARN help us coordinate with OI&T to support this requirement to add the VMC link into MyHealtheVet? Also, will OI&T authorize access to the MyHealtheVet LDAP so that single sign-on (SSO) can be achieved between MyHealtheVet and the proposed VMC solution??

A: It is anticipated that SimLEARN would coordinate with awardee, VA OI&T, and MyHealtheVet office for resolution of this issue. Further research will be required regarding potential for SSO access.

7) Does the VA currently support accreditation for Android and iOS devices?

A: Access to the VMC will be through the MyHealtheVet portal.

8) What tool(s) does the VA use to validate/verify Section 508 compliance?

A: This is accomplished by the Employee Education System (EES) within VHA and VA Section 508 Office for VA wide assessments.

Virtual Medical Center, Market Research, Pre Industry Day
Questions & Answers

1) Which VISNs sellected for pilot programs?

A: The future deliverable does not directly apply to any one particular VISN. This requirement is quote mark Virtual quote mark .

2) FY 13 or FY 14 Funding?

A: N/A as outlined in the Rules of Engagement.

3) Funding?

A: N/A as outlined in the Rules of Engagement.

4) Does the Pilot need to be VA Certified according to their IA Policy?

A: The quote mark Pilot quote mark Program does not need to be VA/IA quote mark Certified quote mark . The I/A Requirement along with 508 and other certifications will be applicable to the Final, OPTION procurement.

5) Will the VA support the contractor as we navigate through this process or is tit assumed that the solution is already certified?

A: N/A at this time, further details are TBD/P.

6) How long (on average) does this process take?

A: N/A at this time, further details are TBD/P.

Virtual Medical Center, Market Research, Pre Industry Day
Questions & Answers

1) The solicitation references a quote mark Virtual Training Evaluation System quote mark however the description and the requirements do not reference any training or evaluation. Can you provide additional information related to the type of training and the level of evaluation that will be conducted?

A: We are looking for a commercially-available system that will be evaluated by the VHA for implementation across that organization.

2) In the section titled quote mark Requirement Information quote mark , the SSN mentions quote mark family members quote mark . What the age range of users in the system? Will there be any children under the age of 13?

A: Spouses or another caregiver may be granted access to the system on behalf of the Veteran. No family members are actually seen at the VA. Assume all users will be adults.

3) In the section titled quote mark Requirement Information quote mark , the SSN refers to a virtual environment that is quote mark accessible quote mark to users. How will users access the system? How will they be authenticated?

A: Users will access the virtual environment through MyHealthevet, which already has its own secure sign in system. Users should be able to access the system at a VA Medical Facility, Home, or other location via desktop, laptop, or mobile device (including smartphones).

4) In the section titled quote mark Requirements Information quote mark , the SSN refers to quote mark validated medical materials and resources quote mark . Who will be providing the content and who will be validating the materials? Will it be the responsibility of the government or the contractor?

A: Content will be provided via a separate effort. This effort would be for the virtual environment only.

5) In the section titled quote mark VMC Virtual Environment Description quote mark , the SSN indicates that the VMC will feature quote mark virtual clinics quote mark . Can you please specify how many clinics and provide a list of clinic names.

A: The exact clinics to be included in the delivery for evaluation are yet to be determined. For the purpose of demonstration, any type of clinic may be demonstrated, as long as it contains all the features identified in the Sources Sought Notice.

6) In the section titled quote mark VMC Virtual Environment Description quote mark , the SSN indicates that the VMC will provide quote mark services quote mark . For services that require a person behind the avatar (i.e., econsults, group appointments, webinars, training, pharmacist), who will be responsible for providing the labor resources? Will it be the responsibility of the government or the contractor?

A: No. Those services will be provided by VHA personnel or through another effort. This effort would be for the virtual environment only.

7) In the section titled quote mark Critical Requirements quote mark , the SSN indicates that system requirements must be quote mark demonstrated/addressed quote mark during the product vendor demonstrations. Please define quote mark addressed quote mark . Does the product need to meet all of these requirements in advance of the product demo or can certain requirements be addressed as part of a product roadmap?

A: Demonstration systems should meet as many of the critical requirements identified in the Sources Sought Notice as possible. If the demonstration system does not fully meet a given requirement that would need to be addressed vice demonstrated. Some requirements cannot be demonstrated at this time, such as the porting through MyHealthevet.

8) In the section titled quote mark Critical Requirements quote mark , the SSN mentions quote mark Video Teleconference quote mark . Is this peer to peer or would this be a group video teleconference?

A: Both one-to-one and group video teleconference and e-consult capabilities should be supported.

9) In the section titled quote mark Critical Requirements quote mark , the SSN mentions support for up to 1,000 simultaneous users. Is this in one area or can this be divided over multiple instances?

A: The evaluation system should be able to support 1,000 simultaneous users distributed among a number of sites.

10) In the section titled quote mark Critical Requirements quote mark , the SSN mentions the system must be accessible through the My HealtheVet portal. Will the VA provide access to the contractor who is currently managing the HealtheVet portal to support the integration? Define quote mark access quote mark with regards to this requirement. Is the desire to link from HealtheVet or to achieve a single-sign on integration leveraging metadata from the HealtheVet login? Can you provide additional information on this requirement?

A: The plan to address porting the virtual environment through MyHealthevet should be covered during the demonstration. This requirement will not need to be demonstrated at this time. The concept is that the Virtual Medical Center will be accessed from the MyHealthevet portal (a link) after the user has signed into MyHealthevet in a single, secure sign-on scheme.

11) In the section titled quote mark Critical Requirements quote mark , the SSN mentions quote mark popular operating systems quote mark and quote mark mobile devices quote mark . Can you provide any additional details to the specific operating systems and mobile platforms? Would this include some of the popular, but less mainstream, like Linux? Blackberry?

A: The evaluation system should be compatible with the most commonly-used operating systems.

12) In the section titled quote mark Critical Requirements quote mark , the SSN mentions quote mark Section 508 Compliant quote mark . Although it is not our intent to absolve ourselves from the requirement, there have been unresolved challenges in industry’s attempt to develop a game or virtual world that complies perfectly with the 508 guidelines. The standards were written with electronic documents and applications in mind making it difficult to achieve full compliance. Can you provide further guidance on accessibility? Would the customer support a waiver for those requirements that are not applicable to games and virtual worlds?

A: The customer would consider supporting a waiver of Section 508 requirements that are not applicable to games and virtual worlds if such waivers are allowed by their applicable directive(s). Any system would have to be validated as Section 508 compliant by the VHA prior to implementation.

13) In the section titled quote mark Response Parameters quote mark , the SSN indicates that the responses are due by noon on May 14th whereas the section titled quote mark Description quote mark states that questions are due NLT 4pm on May 14th. Will the government consider an extension of the RFI response until the government has an opportunity to respond to questions?

A: No extension is anticipated at this time.

14) In the section titled quote mark Description quote mark , the government recommends a submittal of questions/concerns. When and where will the answers to the questions be posted?

A: The answers to the questions will be posted as amendments/attachments to the original announcement.

15) In the section titled quote mark Description quote mark , the SSN indicates an industry day with product demonstrations scheduled on May 28th. Given the fact that no commercial system meets 100% of the existing critical requirements, would the government consider rescheduling the demonstrations for a later date to give industry time to customize their solutions to meet those needs?

A: Only currently existing systems meeting the majority of the critical requirements at this time will be invited to demonstrate. This is only Market Research; no award will be made from these demonstrations. The Industry Day will not be re-scheduled to support additional development time.

IMPORTANT NOTE REGARDING PARKING: Due to limited parking in the Partnership II parking lot, all visitors should park in the large parking lot on the corner of Science Drive and Technology Parkway (map attached).

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R1TBD/listing.html
OutreachSystems Article Number: 130607/PROCURE/0942
Matching Key Words: video*; produc*; train*; conference?; you; website; web; site?; page?; education*; business*; event?; distribut*; commercial?; 

FedBizOpps – Special Notes

Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11555 Rockville Pike Rockville MD 20852-2738

99 — Small Business Event – NRC Small Business Seminar and Matchmaking Event NRCSB2013 062013 Tira Patterson, Sr. Small Business Specialist, Phone 301-415-7808, Email Tira.Patterson@nrc.gov U.S. Nuclear Regulatory Commission
2nd Annual NRC Small Business Seminar and Matchmaking Event

What: The U.S. Nuclear Regulatory Commission (NRC) in conjunction with the Montgomery County Chamber of Commerce will be hosting the 2nd Annual Small Business600px-US-NuclearRegulatoryCommission-Seal Seminar and Matchmaking Event, which is an opportunity for small businesses learn about the agency and its contracting needs, and provides an opportunity to meet face-to-face with end-users to discuss potential contracting opportunities.
In Fiscal Year 2012, the NRC procured more than $230 million in products and services. Acquisitions ranged from basic office supplies and administrative support services to construction and engineering, to management and inspection, to research and development all in support of agency mission goals and objectives. The NRC awarded more than 33 percent of those contract dollars to small businesses; 16.4 percent to Small Disadvantaged Businesses; 6.9 percent to Women-Owned Small Businesses; 4 percent to HUBZone concerns; 7.6 percent to Veteran-Owned Small Businesses; and more than 3.7 percent to Service-Disabled Veteran-Owned Small Businesses.
When: Thursday, June 20, 2013
7:30am – 12:00pm (check-in between 7:30 a.m. – 8:30 a.m.)
Cost: Free, maximum 2 people per business

Registration is available online at: http://www.montgomerycountychamber.com/events/2012/08/24/nuclear-regulatory-commission-nrc-site-agency-visit?utm_source-USNRC+Small+Business+Seminar+and+Matchmaking+Event&utm_campaign-NRC+Seminar+and+Matchmaking+8-23-2012+v1&utm_medium-email
Live Webcasting of the event is available at: http://video.nrc.gov/#upcomingwebcasts

URL: https://www.fbo.gov/spg/NRC/OA/DCPM/NRCSB2013/listing.html
OutreachSystems Article Number: 130608/SPECIAL/0867
Matching Key Words: video*; produc*; seminar?; site?; business*; event?; 

FedBizOpps – Awards

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor Minneapolis MN 55403

R — Milk Market Audit Services AG-6395-S-13-0062 Larry D Nelson, Phone 612-336-3225, Email Larry.D.Nelson@aphis.usda.gov AG-6395-C-13-0095ANDAG-6395-C-13-0096ANDAG-6395-C-13-0097 $SEE TEXT BELOW FOR MULTIPLE AWARD INFORMATION 060613 SEE BELOW SEE BELOW, SEE BELOW, SEE BELOW US Three awards were made from this solicitation as follows:

Contractor:  Ollie Green & Company
1300 South 4th Street
Suite 100
Louisville, KY 40208
Contract AG-6395-C-13-0095 for the following locations/amounts:
Kansas City:  $58,750
Cleveland:  $58,780

Contractor:  McBride, Lock and Associates
1111 Main Street, Suite 900
Kansas City, MO 64105
Contract AG-6395-C-13-0096 for the following locations/amounts:
Seattle:  $69,000
Atlanta:  $68,600

Contractor:  Tichenor & Associates
304 Middletown Park Place
Suite C
Louisville, KY 40243
Contract AG-6395-C-13-0097 for the following locations/amounts:
Louisville:  $53,250
Dallas:  $65,500
Minneapolis: $60,500
Boston:  $62,750
URL: https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0062/listing.html
OutreachSystems Article Number: 130607/AWARDS/0997
Matching Key Words: state!ky; 

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – FY14 Childcare Moodle Onine Course Developer RFP : 1300000391 SOL FY14 Childcare Moodle Onine Course Developer RFP : 1300000391 Kentucky Educational Television Request for Proposals(RFP) Published On : 6/10/13 Amended On : Closing On : 6/17/13 4:30 PM EDT Time Left: 6 Days, 05:06:46 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130612/BID/0003
Matching Key Words: age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – MASTER AVIATION INSURANCE (KSP, KYTC, AND NATURAL RESOURCES) RFB SOL MASTER AVIATION INSURANCE (KSP, KYTC, AND NATURAL RESOURCES) RFB : 1300001050 Office Of The Controller Request for Bids(RFB) Published On : 6/7/13 Amended On : Closing On : 7/31/13 1:30 PM EDT Time Left: 51 Days, 02:19:53 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130611/BID/0005
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Surveying assistants for LTC RFP : 1300000372 Office Of SOL Surveying assistants for LTC RFP : 1300000372 Office Of Inspector General Pro Services Request for Proposals(RFP) Published On : 6/7/13 Amended On : Closing On : 6/25/13 3:30 AM EDT Time Left: 14 Days, 16:19:08 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130611/BID/0007
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 – Pharmacy Consulting Services SOL UK-1267-14 Pharmacy Consulting Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130611/BID/0337
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Price Contract for Impedance Threshold Devices SOL IFB-3072-0-2013/MBB Price Contract for Impedance Threshold Devices For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130610/BID/0002
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 Questions & Answers SOL UK-1261-13 Student Loan Management & Billing ServiceQuestions & Answers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130609/BID/0180
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 Questions & Answers SOL UK-1261-13 Student Loan Management & Billing ServiceQuestions & Answers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130609/BID/0181
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 ServiceQuestions & Answers SOL UK-1261-13 Student Loan Management & Billing ServiceQuestions & Answers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130609/BID/0182
Matching Key Words: age:state!ky; state!ky; 

California – State of California https://www.bidsync.com/DPX?by=key&ac=powersearch&posting=1&p=&changeregion=&changeorg=&srchHeld=&srchoid_override=&headoid=&sort=end&srchid=&clearsearch=&search=&title=td®ion=%2Fca&srchoid=307818&dist=&zip=&cat=&cat_1=-1&cat_2=-1&cat_5=-1&bidlync_filter=-1&pastbids= 707 3rd Street, Second Floor, West Sacramento, CA 95605. Phone: 800-559-5529.

U – Bid #13112205 – Video Based Law Enforcement Training Program Pro SOL Bid #13112205 – Video Based Law Enforcement Training Program Production and Distribution rfp For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130608/BID/0292
Matching Key Words: video*; produc*; train*; production?; distribut*; 


California – San Ramon Valley Fire Protection District http://www.publicpurchase.com/gems/srvfire,ca/buyer/public/home 1500 Bollinger Canyon Road, San Ramon CA 94583. Ph: (925) 838-6600. This bid has been provided by Public Purchase. For more information, please visit the Public Purchase web site.

U – Request for Quotation – Residential Care Facility Evacuation Tra SOL 201 Request for Quotation – Residential Care Facility Evacuation Training Video For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130608/BID/0305
Matching Key Words: video*; train*; 


Colorado – State Purchasing Office https://www.bidscolorado.com/co/portal.nsf/xpPAViewSolOpenbyDate.xsp State Purchasing Office 633 17th Street, Suite 1520 Denver CO 80202-3609 Ph: (303) 866-6100 Fax: (303) 894-7445

R – Advertising/Marketing/Public Relations Services SOL D610013 Video Production Group For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130608/BID/0364
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 – RFP – KHBE kynector Program RFP : 1300000357 Office of SOL RFP – KHBE kynector Program RFP : 1300000357 Office of the Kentucky Health Benefit Exchange Pro Services Request for Proposals(RFP) Published On : 6/5/13 Amended On : Closing On : 7/3/13 3:30 PM EDT Time Left: 27 Days, 04:10:06 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/BID/0004
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Price Contract for Landfill Disposal and Material Recovery Servi SOL RFP-3069-0-2013/MBB Price Contract for Landfill Disposal and Material Recovery Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/BID/0383
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 #1 Addendum #2Plans Av SOL CCK-1883-13 MCPPD UK Hospital HD307 Angio UPSAddendum #1 Addendum #2Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/BID/0384
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 – KY CIGARETTE TAX STAMPS RFB : 1300001058 Office Of The SOL KY CIGARETTE TAX STAMPS RFB : 1300001058 Office Of The Controller Richard Mize Request for Bids(RFB) Published On : 6/6/13 Amended On : Closing On : 6/20/13 1:30 PM EDT Time Left: 13 Days, 02:14:14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/BID/1077
Matching Key Words: age:state!ky; state!ky; 

Other Federal Procurements (Small)

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

R — On-Site Information Management Services SOL SOL-CI-13-00022 Description United States Environmental Protection Agency (US EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to provide On-Site Information Management Services for its Cincinnati Office. The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. Provide Technical Services to NCEA in the Development and Preparation of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services 2. Provide Technical Services for the Technical Information Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services 3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013. This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods. Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a size standard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov. Overview Reference number: SOL-CI-13-00022 Issue date: 06/10/2013 Response due: 07/09/2013 04:30 PM LT Set Aside: Competitive 8(a) NAICS: 541614-Process, Physical Distribution and Logistics Consulting Services PSC / FSC: R421-TECHNICAL ASSISTANCE Agency: EPA Contracting office: CPOD US Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: NWD Cincinnati, OH 45268 Place of Performance: ORD/OSIM-CIN US Environmental Protection Agency ORD Office of Scientific Info Mgmt 26 West Martin Luther King Dr. Mail Code: W136A Cincinnati, OH 45268 Contact: Michael Kreacic Phone: Fax: Email: Kreacic.Michael@epa.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130611/SMALL/5894
Matching Key Words: writ*; technical; standard; 

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

R — Management Sciences for Health (MSH) is a nonprofit internationa SOL WRITELTA-NOTICE Management Sciences for Health (MSH) is a nonprofit international health organization working in 41 countries around the world. We often require the services of competent writers for both proposals and communications materials. Proposal Writer‘s must be able to work with the core proposal team to present a seamless, well-constructed proposal that addresses the specifications of the RFP/RFA and adheres to the proposal calendar for on-time submission. The proposal writer works closely with Technical Experts to capture their perspectives and make sure these perspectives are reflected in the proposal, and with the Proposal Coordinator to incorporate other proposal elements. Communications writers are needed to help produce various publications, including reports, books, brochures, etc. Candidates must be able to write (from scratch), compile (one document from multiple sources), and/or revise materials varying from technical reports to communication materials. Writers are expected to correct mechanical (spelling, grammar, punctuation) errors as they work, but their primary focus should be writing or substantive editing, not copyediting. Within the next 60 days we will be releasing an RFP in order to put long-term agreements in place with qualified writers in who can provide either proposal writing or communications writing services. Individuals and organizations interested in receiving this RFP should contact gdurnford@msh.org. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130609/SMALL/4332
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.

76 — Innovation in Archives and Documentary Editing SOL INNOVATION-201310 The National Historical Publications and Records Commission seeks projects that are exploring innovative methods to improve the preservation, public discovery, or use of historical records. Projects may also focus on techniques and tools that will improve the professional performance and effectiveness of those who work with such records, such as archivists, documentary editors, and records managers. Projects must anticipate results that will affect more than a single institution or a single state. Projects may focus on methods of working with records in any format, including born-digital records. Projects designed to publish historical records must focus on innovative methods of presenting archival records as primary sources. The Commission does not fund projects focused on artifacts or books. For a comprehensive list of the Commission’s limitations on funding, please see What we do and do not fund (http://www.archives.gov/nhprc/apply/eligibility.html). Applications that consist entirely of ineligible activities will not be considered. A grant normally is for one to three years. The Commission expects to make up to six grants of between $50,000 and $150,000. The total amount allocated for this program is up to $500,000. The Commission requires that grant recipients acknowledge NHPRC grant assistance in all publications and other products that result from its support. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/SMALL/1922
Matching Key Words: documentary*; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities Bids and Purchases | beenetworknews - June 20, 2013

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

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: