FedBizOpps – Procurements
Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030
R — USPSC Turkmenistan Country Office Deputy Director, USAID/Central Asian Republics, Ashgabat, Turkmenistan 20-2013 080513 Tatiana P Rossova, Personnel Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE: 07/15/2013
CLOSING DATE: 08/05/2013
Gentlemen/Ladies:
SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 20-2013
USPSC Turkmenistan Country Office Deputy Director, USAID/Central Asian Republics, Ashgabat, Turkmenistan
The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the PSC services described in the attached.
Submissions shall be in accordance with the attached information at the place and time specified.
Any questions may be directed to Markus Dausses, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34/35/36,
or e-mail almaexo_hr@usaid.gov.
Offerors should retain for their records copies of all enclosures which accompany their proposals.
Sincerely,
Markus Dausses
Contracting Officer
ATTACHMENT TO SOLICITATION NO. 20-2013
1. SOLICITATION NUMBER: 20/2013
2. ISSUANCE DATE: 07/15/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 08/05/2013 (6 p.m. Almaty
Time)
4. POSITION TITLE: USPSC Turkmenistan Country Office Deputy Director
5. MARKET VALUE: $71,674-$93,175 per annum (GS-13 equivalent) with 25% Post Differential (currently)
6. PERIOD OF PERFORMANCE: Two years
7. PLACE OF PERFORMANCE: USAID/CENTRAL ASIAN REPUBLICS, Ashgabat, Turkmenistan
8. JOB DESCRIPTION:
A)Basic Function of the Position
The USAID Regional Mission for Central Asian Republics is headquartered in Almaty, Kazakhstan, with country offices in Ashgabat, Turkmenistan; Dushanbe, Tajikistan; and Tashkent, Uzbekistan; and provides broad programmatic and administrative support to USAID/Kyrgyz Republic in Bishkek, Kyrgyzstan. Central Asia is bordered by Russia, China, Iran and Afghanistan. Due to its substantial oil and gas reserves, it is a region of considerable geopolitical and strategic interest to the United States.
The Regional Mission for Central Asia (USAID/CAR) is responsible for the strategic planning, program design and implementation, achievement of results, and reporting for the USAID assistance programs for the five Central Asian Republics. The U.S. Government’s program of assistance in the region is focused on the growth of small-scale enterprise and trade; building a more open, democratic culture; better management of environmental resources, including energy; and improved primary healthcare. It ranks as one of the Agency’s largest programs, with funding levels that have averaged over $110 million annually. The Mission implements its programs together with more than 80 implementing organizations funded via acquisition and/or assistance mechanisms. The staff manages a program that addresses six program areas principally focused on assisting these former communist states in making the transition to Western-style democracies with viable market economies.
The Mission currently has three technical offices: Office of Economic Development (ED), Democracy and Governance (DG), and Health and Education (HE) and is in the process of finalizing developing its new whole-of government strategy under USAID Forward and designing of new projects implementing Almaty Consensus for each country and the region that require significant restructuring of our implementation portfolio.
USAID Assistance Program in Turkmenistan totaling approx $6 million annually is geared to providing assistance in the development of economic, social and political reforms and helping to build a base for democratization. It is a challenging work environment and this position requires an experienced professional, technically qualified individual who can exercise sound judgment, and can articulate and uphold the Agency’s strategic objectives and goals within the broader context of the USG foreign policy objectives in a diverse and constantly changing environment.
The incumbent will assist in managing the seven-person Turkmenistan Country Office (TKO) and will be involved in the design, planning and implementation of Turkmenistan’s development assistance portfolio. S/he is responsible for analysis of effectiveness and coordinating TKO activities in the areas of democracy, health, education and economic development sectors. In addition, the incumbent ensures proper management and administrative operations for the country office. The incumbent works closely with USAID/Central Asian Republics technical officers, the Embassy Country Team and visiting USG officials and coordinates USAID assistance with other donors, U.S. partner organizations, and host government officials.
B) DUTIES AND RESPONSIBILITIES
Under the direct supervision and technical guidance of the USAID/CAR Mission Director, the Turkmenistan Country Office (TKO) Director serves as a senior member of an 8-person team within the TKO in Ashgabat. The incumbent participates in the conceptualization, design and overall management of USAID/CAR’s Regional Mission policy strategy/portfolio for all Mission’s strategic and crosscutting objectives in. Duties and responsibilities include but are not limited to:
Under the overall direction of the USAID/CAR Regional Mission in Almaty, Kazakhstan and the direct supervision of the Supervisory Program Officer, Turkmenistan Country Office (TKO) Director, the incumbent actively participates in the conceptualization, design and overall management of USAID/CAR’s policy strategy/portfolio for the Mission’s strategic and cross-cutting objectives in Turkmenistan. The incumbent serves as the defacto Deputy Director in USAID/CAR/Turkmenistan Country Office. In that position s/he is responsible for assisting in oversight and coordination of an approximately $6 million annual assistance portfolio implemented. In this role the incumbent participates in the supervision of six Foreign National Personal Services Contractor (FNPSC) employees.
The incumbent is the alter ego of the Office Director and assumes the responsibilities and authority of the TKO Director in his/her absence. This requires that the incumbent is fully familiar with U.S. government policy priorities, as well as all programs and activities, the issues and objectives involved, and the implementation partners and local counterparts. As needed, the Country Office Director may delegate specific responsibilities or assignments to the incumbent, on either a short-term or long-term basis. The incumbent is required to travel frequently within Turkmenistan to monitor USAID activities and to travel, as well, to the USAID/CAR Regional Mission office in Almaty, Kazakhstan to consult with Mission management and technical support office staff. The incumbent will be required to represent USAID at meetings within the highest levels of the U.S. and Turkmenistan governments.
Areas of responsibility for the position include but are not limited to:
1) Assist the TKO Director and Country Office staff to achieve the desired outcomes of USAID/CAR’s program in Turkmenistan in the most effective and efficient manner.
2) Provide expert advice, technical leadership, and coordination in the conceptual design, development and implementation of USAID/CAR projects/activities in Turkmenistan as well as monitoring the progress of these activities.
3) Serve as a liaison official for USG assistance with the Government of Turkmenistan, the American Embassy in Ashgabat, local and international nongovernmental organizations, institutional contractors and international donor organizations, and the private sector.
4) Take the lead for the Country Office in program management/administration in terms of Turkmenistan’s budget and reporting processes, including tracking and maintaining budget information, as well as coordinating all information for reporting purposes, with responsible Almaty staff as well as Embassy personnel, as appropriate. This includes the annual Strawman and 653a planning and reporting processes.
5) As delegated by the Country Office Director, the incumbent will take the lead in producing annual reporting documents including the Performance Plan Report (PPR), the Operational Plan (OP), Portfolio Reviews, Strategy Reviews, Mission Strategic Resource Plan (MSRP) and related or similar documents.
6) The Incumbent will be the primary point person and take the lead on ensuring that U.S. Government gender, people with disability and environmental compliance regulations are followed and met.
7) Through field observation, analysis, and consultation with host government, international donor organizations and other local entities, identify needs for USAID assistance in areas consistent with U.S. Government Strategic Goals and policy priorities. Advise the Turkmenistan Country Office and USAID/CAR’s Regional Office of these needs, and as required, develop concept papers and project designs outlining the potential USAID response. Incumbent keeps the Country Officer apprised of issues, problems, successes and solutions in the management of the country office and of USAID’s program in Turkmenistan.
8) Take the lead for the Country Office in the overall conceptualization and implementation of assigned activities within TKO portfolio and supervise local staff responsible for such activities.
9) Assist the TKO Director to maintain effective liaison and communication between the USAID/CAR’s Regional Office in Almaty, the U.S. Embassy in Ashgabat, USAID grantees and contractors, other donors, the Government of Uzbekistan, AID/Washington and the Office of the Assistance Coordinator for Asia.
10) Coordinate TKO’s procurement planning processes including serving as a liaison on procurement issues with USAID/CAR’s Office of Acquisition and Assistance and technical offices, overseeing the preparation and updating of the annual procurement plan in compliance with USAID/CAR’s established deadlines and ensuring that USG procurement regulations including PALT timelines, waivers, statutory checklists, etc. are understood, followed and completed by TKO.
11) Supervise the Public Outreach efforts of the Country Office: assisting in the development of briefing materials, newsletters and press releases on assistance programs and ensuring that all outreach and media materials are of a high quality, coordinating with Public Outreach and Communications Specialist in Almaty and establishing a close working relationship with the Public Affairs section in the U.S. Embassy.
12) Serve in the absence of the Country Office Director as a member of the U.S. Embassy/Ashgabat Country Team, and the USAID representative to the Donor Working Groups and with the Government of Turkmenistan.
13) Serve as the Primary and/or Alternate Agreement/Contracting Officer’s Representative (AOR/COR) in one or more sectors.
14) On a continual basis, the incumbent critically reviews USG and other donor activities to ensure maximum coordination and leverage for USG policy initiatives. Based on a thorough understanding and analysis, the incumbent recommends new and/or changes to existing programs and activities. He/she works closely with the Office of Acquisition and Assistance to participate in USAID/Central Asia Design Teams for the development of scopes of work (SOW) and/or program descriptions for new activities, project assessments, evaluations and other related efforts. He/she assures quality control and timely preparation of financial obligating documents and authorizations as required by the USAID/Central Asian Republics regional mission.
15) Ensures that all administrative and accountability requirements related to USAID operations and activities are handled in accordance with established policies and procedures, in consultation with USAID/CAR Regional Controller and Regional Executive Officer in Almaty.
16) Contributes to regular and frequent reporting to the USAID/Central Asian Republics Mission in Almaty, the Mission Director, the Deputy Chief of Mission, the Asia Bureau Offices on progress, successes, impacts, problems, constraints, and issues related to USAID-financed programs in Turkmenistan.
17) Monitors other donors’ programs in Turkmenistan to make sure that programs are complementary and consistent, and informs USAID/CAR/Almaty on other donors’ plans and activities in Turkmenistan.
C) Supervision Received
The incumbent will work under broad guidance of the U.S. Direct Hire Supervisory Program Officer (Turkmenistan Country Office Director), work is performed with a high degree of independence.
When serving in the capacity of acting Country Office Director the incumbent will report directly to the USAID/CAR Mission Director or his/her designee; also as acting Country Office Director the incumbent will be under parallel supervision from the U.S. Ambassador to Turkmenistan.
D) Supervision Exercised
The incumbent will have direct supervisory responsibilities for FSN staff, as will be determined by the Country Office Director.
When serving in the capacity of acting TKO Director, the incumbent will assume full supervisory responsibility for the entire Turkmenistan Country Office (6 FSNPSC employees).
Aas assigned the incumbent may be also responsible for directly supervising and monitoring the Chiefs of Party and the activities being funded by USAID.
E) Levels of Contacts
The Incumbent actively engages in official personal contacts with Host-Country high ranking officials (at the Ministerial level), different U.S. Agencies, international organizations, private groups, U.S. or foreign private groups, etc. In Turkmenistan it is expected that personal contacts will include, but not be limited to, the following:
Head of State, Republic of Turkmenistan
Speaker of Parliament, Republic of Turkmenistan
Ministers and Deputy Ministers in Turkmenistan
The heads of various social sector committees in the Presidential Apparatuses in Turkmenistan
U.S. Ambassador to Turkmenistan
Chiefs of Party of USAID-funded IAA, contractors, and grantees
Senior officials and executives at U.S. Headquarters of USAID-funded IAA, Contractors, and Grantees
PVOs, NGOs
Host Country Officials
International Donors
Visiting USG Officials (Congressmen, Senators, CODELs, Staffdels)
F) QUALIFICATION REQUIREMENTS
1) General: Must be a U.S. citizen, must be able to obtain a U.S. Government “Secret” security clearance. Must be able to secure a medical clearance to serve in Turkmenistan. Must be willing to travel throughout Turkmenistan and occasionally to other countries in Central Asia.
2) Prior Work Experience: Minimum seven years of progressively responsible experience demonstrating knowledge and competency in the design and management of international donor-funded development programs/projects, and evaluation of such projects to improve their quality, relevance, and cost-effectiveness. At least five years of effective international program development/management experience including strategic planning and analysis while residing in a transitional or developing country as well as the ability to function in complex, frequently changing political and economic conditions. Preference will be given to those with experience in Central Asian Republics or other post-Soviet republics. At least two years of successful leadership experience in a team environment.
Minimum three years professional experience managing and overseeing donor funded programs in one or more of the following relevant sectors, economic growth, democracy and governance, health, education, conflict mitigation, and/or energy.
3) Knowledge and Technical Skills: Practical knowledge and demonstrated competency in the design, management, and evaluation of projects to improve their quality, relevance, and cost-effectiveness. Familiarity with USG’s policies and priorities and means of delivering assistance in developing nations.
Comprehensive knowledge of the political, social, and economic characteristics of the former-Soviet countries and Central Asia particularly.
Management skills to analyze and resolve a wide range of challenges and problems arising in project/activity implementation; intellectual curiosity; balanced judgment; and the ability to conceptualize – both strategically and programmatically; and an ability to generate trust and build alliances with donor partners.
Exceptional proficiency in oral and written communications, demonstrated ability to produce professional quality analytical pieces and to report on the status of activities and projects; to establish and maintain effective relations with all levels of people in former-Soviet countries; and, to represent USAID/CAR’s projects and strategies in professional meetings and conferences. Must be able to make oral presentations logically and persuasively to senior officials, other donors, the NGO community, and to USAID and other USG officials.
Proficiency with computer programs, including those in budgeting, presentations and desktop publishing.
Knowledge of USAID portfolio management requirements and experience in project management, monitoring and evaluation is preferred. Preference will also be given to individuals with knowledge of USAID procedures and systems for strategic planning, results frameworks, activity design, program monitoring and evaluation. Hands-on experience with and knowledge of Agency-provided computer software and hardware used in the USAID system.
4) Interpersonal and leadership skills: Exceptional leadership, communication and interpersonal skills and demonstrated ability and willingness to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team, and must have the ability to work effectively in a team environment to achieve consensus on policies, activities and administrative matters. Proven ability to work as a team member, successfully lead teams and effectively build teams.
Proven ability to work well in complex institutional settings and to develop networks of relationships that facilitate collaboration among colleagues and a genuine interest in assisting USAID staff with expedient program implementation. Must exercise discretion, tact and diplomacy especially when dealing with politically sensitive issues, must be able to interact effectively with a broad range of internal and external partners and USAID clients, international organizations, and host country government officials or NGO counterparts. Technical skills are not sufficient to be selected for this position.
5) Education: Bachelor’s degree in one of the social sciences, economic, or in public/ business administration, political science, international relations, international development, public policy, or other relevant subject area. A graduate degree is preferred.
6) Language Skills: Must be fluent in English (Level IV) and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including technical reports and strategic, conceptual documents. Good Working Knowledge of Russian Language (minimum FSI proficiency S3/R3).
D) SELECTION CRITERIA
Applicants will be evaluated against the following criteria:
Education: 05 points
Experience: 25 points
Knowledge and Technical Skills: 25 points
Interpersonal and Leadership Skills: 25 points
Language Skills: 20 points
Total: 100 points
Notice to Applicants: The USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation.
9. APPLYING
Qualified individuals are requested to submit a Optional Application for Federal Employment OF-612 including experience, salary history, list of references, and recent sample of his/her written work (maximum 1-3 pages, i.e. policy memo) no later than COB (6 p.m. Almaty time) August 5, 2013. The form is available at the USAID website, http://www.usaid.gov/forms/ or http://transition.usaid.gov/forms/OF612.pdf. Applications, recent supervisor reference and three (3) personal references, and writing sample may be submitted by e-mail, fax, DHL or FedEx air courier by the closing date, above, to:
Tatiana Rossova
Personnel Specialist
Personnel Office
USAID/CAR Almaty
41 Kazibek Bi Street
Almaty, Kazakhstan
Email: almaexo_hr@usaid.gov
Fax: 7 727 2507634/35/36
Email or faxed documentation is preferred as mail delivery may be untimely. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter.
USAID/CAR expects to award a personal services contract for an off-shore US Citizen for two-year period commencing o/a September 01, 2013, subject to security and medical clearances and funds availability. The duty post for this contract is Ashgabat, Turkmenistan.
10. Benefits include post differential, housing, and other benefits per USAID regulations. Basic household furnishings will be available in quarters to be provided by USAID.
11. For more information about USAID/Central Asian Republics see Mission’s website http://centralasia.usaid.gov/
Attachment 3
AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS:
1. BENEFITS
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase
Eligibility for Worker’s Compensation
Annual & Sick Leave
Eligibility for 401(k)
2. ALLOWANCES (if Applicable).
(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Separate Maintenance Allowance (Section 260).
(F) Education Allowance (Section 270).
(G) Education Travel (Section 280).
(H) Post Differential (Chapter 500).
(I) Payments during Evacuation/Authorized Departure (Section 600), and
(J) Danger Pay (Section 650).
LIST OF REQUIRED FORMS FOR PSCs
1. Optional Form 612.
**2. Medical History and Examination (DS-1843) or Contractor Physical Examination (AID Form 1420-62).
**3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or
**4. Questionnaire for Non-Sensitive Positions (SF-85).
**5. Finger Print Card (FD-258).
NOTE: Form 5 is available from the requirements office.
* Standardized Regulations (Government Civilians Foreign Areas).
** The forms listed 2 through 5 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.
3. POLICY GUIDANCE PERTAINING TO PSCs
a) ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) and CONTRACT INFORMATION BULLETINS (CIBs) contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to this website http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which AAPDs and CIBs apply to this contract.
b) AIDAR: The Agency for International Development Acquisition Regulation (AIDAR) Appendix D – Direct USAID Contracts With U.S. Citizens or U.S. Residents for Personal Services Abroad found at:http://www.usaid.gov/policy/ads/300/aidar.pdf is the primary regulation governing USPSCs for USAID.
Place of Performance: Ashgabat TM URL: https://www.fbo.gov/spg/AID/OM/ALM/20-2013/listing.html
OutreachSystems Article Number: 130716/PROCURE/0074
Matching Key Words: writ*; technical;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
T--Production of ten hostile intent decision-making scenarios for the FATS system as required by the Center for Security Forces. N0018913T0250 081513 Chandra Brinkley 757-443-1442 The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk intends to negotiate a Firm Fixed Price contract utilizing the procedures under FAR Part 13.5, Test Program for Certain Commercial Items.
The contractor shall produce ten hostile intent decision-making scenarios for the FATS system currently in use through the CENSECFOR domain. Additionally, the vendor will provide scenario production processtraining for CENSECFOR project manager(s) and video production crews to enable future scenario production capability by CENSECFOR using their own authoring station. This notice of intent is NOT a request for competitive quotations.
The North American Industry Classification System (NAICS) code for this acquisition is 512110 and the size standard is $30M.
This prospective Request for Proposal (RFP) will be solicited as a 100% Small Business set-aside.
A complete RFQ package will be available by downloading the documents at the NECO Website as follows: http://www.neco.navy.mil or FEDBIZOPPS at http://www.fedbizopps.gov on or around 18 August 2013. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency.
Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913T0250/listing.html
OutreachSystems Article Number: 130716/PROCURE/0093
Matching Key Words: video*; produc*; train*; website; site?; business*; produce?; production?; commercial?; naics!512110;
Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
R–Seek information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE) requirement. W91CRB-13-R-0048 052813 Ralph F. Kaminski, 410-278-4982 ACC-APG – Aberdeen Division D Estimated Dollar Value: $2.5 million
Type Contract: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. A three-year ordering period from date of award.
Business Size Standard: The North American Industrial Classification System (NAICS) code is 541690, Other Scientific and Technical Consulting Services. $14 million.
The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.
The objective of this effort is for the contractor to provide technical support services in the concentrated areas of (a) data collection, mapping, analysis, normalization, and database implementation; (b) development of cost estimating relationships (CER), cost-performance estimating relationships (CPER), cost factors, new cost sub-models, and new costing methodologies; (c) performing special cost analysis studies relating to Aircraft Systems, including a broad spectrum of special programs; and (d) training to include classroom, small group, and one-on-one database, CER, CPER, and cost models instruction and support.
A draft copy of the Performance Work Statement (PWS) is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark . This document provides specific, detailed requirements to fulfill this requirement.
Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.
1. Questions relating to the North American Industrial Classification System (NAICS) code 541690.
a. Provide your business size for (NAICS) code 541690, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.
2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____
3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541690.
4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?
5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark .
6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.
7. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 28 May 2013.
Place of Performance: ACC-APG – Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US URL:https://www.fbo.gov/notices/3e3ec4f306dea1331544719a8a5151c6
OutreachSystems Article Number: 130716/PROCURE/0439
Matching Key Words: documentar*;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–SPIRIT OF AMERICA FY 2014-2017, JOINT BASE MYER-HENDERSON HALL (US ARMY MILITARY DISTRICT OF WASHINGTON)
W9124D13Q5527 073113 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox AMD 0001: Changes the following statement to read: Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EDT-Fort Knox Time), WEDNESDAY, 31 July 2013:…
DESCRIPTION: Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation being issued for a firm-fixed-price (FFP) contract with a base with two, one-year option periods. The base period of performance is 2/17/2014 through 2/16/2015. The purpose of this synopsis is to gain knowledge of interest, capabilities, and past performance (i.e., relevant and recent experience) of existing small business concerns who can support requirements for live, stage productions as a prime contractor. Each contract period may include the following functional tasks: Phase I-Pre-production (February – March time frame); Phase II-Production (April – May time frame);
Phase III-Rehearsals (June – August time frame); Phase IV-Scheduled Performances (September – October time frame); and Phase V-After Action Reviews and Lessons Learned Reports (November – December time frame).
BACKGROUND: The Spirit of America (SOA) is truly an unforgettable experience that for more than 30 years has taken thousands of audience members through an action-packed timeline of American history. The SOA brings together more than 300 active duty Army Soldiers from U.S. Army Military District of Washington (MDW) to various cities throughout the USA, presents the nation’s history through breathtaking ceremonial and precision military drills, historical reenactments, soul-stirring music and dramatic real life stories, and shows how the US Army’s history is also our nation’s history. The SOA story lines are historical accounts taken directly from Soldiers’ letters and diaries to create this powerful drama, designed to entertain while presenting the history and development of the US Army from its origins through the wars, conflicts and missions that have molded the Army and the nation. Whenever the SOA is produced, the public is invited to join the Army in celebrating the Strength of the Nation and experience free SOA performances. The MDW Soldiers are the face of the Army within the National Capital Region (NCR). This distinguished group of active duty Army professionals is another example of the Army’s diversity and excellent talent performing dramatic, entertaining and historical reenactments with production guidance from MDW’s Office of Ceremonies and Special Events. Live, stage productions are a distinctive way for the Army’s elite ceremonial units to express their talents through collaborative efforts, careful planning, and flawless execution. It also brings together the Army’s SOA showcase events by telling the Army’s global story to the public to honor the past and present sacrifices of American Soldiers, while at the same time presenting the Army of today and the Army’s future by enhancing Army recruiting efforts. For information about the Army’s SOA go to: http://spiritofamerica.mdw.army.mil.
EXAMPLES OF FUTURE VENUES:
SOA 2014-2015: Washington, DC (DC Armory/Rehearsals Only); Boston, Massachusetts (TD Garden); Albany, NY (Times-Union Center); Hershey, PA (Giant Center)
SOA 2015-2016 & SOA 2016-2017: To be determined (TBD)
EXAMPLES OF PAST VENUES:
Twilight Tattoo (TLT) incorporated into the SOA (i.e., National Capital Region (NCR) weekly performances between 25 April 2012 and 27 June 2012, Joint Base Myer-Henderson Hall (JBMHH), VA).
SOA 2012: Washington, DC (DC Armory & Convention Center); Greensboro, NC (Greensboro Coliseum Complex); and Columbia, SC (Colonial Life Arena).
SOA 2011: Washington, DC (DC Armory, Convention Center, & Verizon Center); North Charleston, SC (North Charleston Coliseum); and Jacksonville, FL (Jacksonville Veterans Memorial Arena).
SOA 2010: Washington, DC (DC Armory & Convention Center); Grand Rapids, MI (Van Andel Center);
Highland Heights, KY (Bank of KY Arena); and Pittsburgh, PA (Consol Arena).
SOA 2009: Washington, DC (DC Armory & Convention Center); Columbus, OH (Nationwide Arena);
Fairfax, VA (Patriot Center); and Providence, RI (Dunkin Donuts Center).
SOA 2008: Washington, DC (DC Armory & Convention Center); Rochester, NY (Blue Cross Arena); and
Worcester, MA (Digital Credit Union).
SOA 2007: Washington, DC (DC Armory & Convention Center); Manchester, NH (Verizon Wireless Arena); and Pittsburgh, PA (Mellon Arena).
PRIOR CONTRACTS: W9124D-11-C-0004 & W91QF7-10-C-0007-View One, Inc.; and W91QV1-08-C-0032-Eggs and Bacon, Inc.
CONTRACTOR MANPOWER REPORTING: Required
CITIZENSHIP: US Citizenship required.
GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES
CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES
DOL’S SERVICE CONTRACT ACT: APPLICABLE FOR EACH LOCATION.
Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. FONT: 10-pitch (Arial or Times New Roman. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EDT-Fort Knox Time), WEDNESDAY, 31 July 2013:
1. Company’s: name (i.e., legal name to include DBA); Contractor and Government Entity (CAGE) Code as cited within its active profiles in System for Award Management (SAM: https://www.sam.gov)
and SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include location’s county); and point of contact’s full name, title, e-mail address, and telephone number.
2. Company type and socioeconomic factors (e.g., small business data as cited within its active SBA DSBS profile).
3. Capabilities Statement:
a. Ability to manage, plan, staff, budget, schedule, and provide quality control for live, stage productions services in support of government story lines. For example:
(1) Pre-Production includes: Planning, coordinating and scheduling; Designing technical, logistical and theatrical components (venue screening, reconnaissance, specifications, and logistics); and Developing all scene designs and technical system designs for lighting, audio, video display and production sets. Developing government-provided story line into a viable, professionally written script with all appropriate stage directions incorporated.
(2) Production includes: Executing plans and designs required to assemble and construct the physical components of SOA productions (set pieces and props, image display programming, assembly of cast and crew); and Integrating all production elements through personnel and equipment rehearsals.
(3) Event Production includes: Technical, logistical, and theatrical services provided on-site at each performance venue. The load-in, set-up rehearsals, performances, teardown, and load-out from all SOA productionvenues.
b. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than $2 million per year) and nature of work/scope to SOA-related services; and recency-ongoing services or must have been performed during the past three years). For example:
(1) How many live, stage productions did source manage as the prime contractor?
(2) What was the duration of the source’s three most successful live, stage productions?
(a) Who was the audience (i.e., academic, industry, public, or government groups)?
(b) What was each one’s audience size?
(c) What was the venue?
(d) What was each one’s price range (i.e., greater than or equal to $2M per year)?
(e) If quality awards received, include title and date received.
(f) If certifications required, include description, date received, and expiration date.
(g) References for cited examples should include: company’s full, legal name and address; and point of contact’s name, title, e-mail address, and telephone number).
Questions regarding this notice may be submitted by e-mail to teresa.a.simpson.civ@mail.mil on or before 5 PM (EDT-Fort Knox time), Wednesday, 17 July 2013. Verbal, telephonic, and FAX inquiries will neither be accepted nor answered.
This sources sought notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB) nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose.
Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/5471b21c6d5f36aaea33b367db318922
OutreachSystems Article Number: 130716/PROCURE/0521
Matching Key Words: video*; produc*; site?; page?; business*; entertain*; documentation; event?; produce?; production?; commercial?; age:state!ky; state!ky; writ*; script?; technical;
Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123
U–PEER SUPPORT CERTIFICATION TRAINING SEEKING RESPONSES FROM NOT-FOR PROFIT ORGANIZATIONS IN ACCORDANCE WITH PUBLIC LAW 111-63 VA77713Q0114 071713 WANAKEE STRICKLAND WANAKEE.STRICKLAND@VA.GOV questions by 07-16-2013 @10am. Wanakee.Strickland@va.gov
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The provisions and clauses incorporated herein are those in effect through Federal Acquisition Circular 2005-23, effective December 26, 2007.
This requirement is being synopsized under standard industrial classification code 8093, only seeking not-for profit organizations.
The Department of Veterans Affairs Medical Center/Employee Education Resource Center, St. Louis, MO proposes to enter into a competitive commercial item contract with a not-for profit organization: (1) This solicitation is restricted and The North American Industry Classification System (NAICS) is 621420. Public Law 111-163 authorizes VHA to develop a contract for peer support services with a not-for profit organization.
Interested persons may identify their interest and capability to respond to the requirement or submit proposals by 15 July 2013 by 1:00pm CST to Wanakee Strickland, wanakee.strickland@va.gov,.
The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far (FAR) andhttp://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: 1. Past Performance; 2. Price. 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with his/her proposal; FAR 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c) (2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and VAAR 852.270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers.
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) have 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 contractor shall provide VA employed peer support apprentices or technicians with training and certification. The training must result in employees being fully prepared to take and pass a certification examination administered by the award vendor. 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 shall provide the required labor and materials to develop and present a peer support specialist training and certification program for VA employees nationwide,. Classes will be up to 20 students per class and for a total of 18 classes per year. 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 that 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 shall 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 shall 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 July to December 2013, at St. Louis VA Medical Center training room.
5.4 Task Four: The Contractor shall 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
Deliverable 5.4.2: A written template of letter to inform participants of testing results
Deliverable 5.4.3: A written plan for participants who have not passed the exam on the first attempt.
5.5 Task Five: The Contractor shall provide a response to VA staff inquiries about VA peer specialist certification training within one working day of the inquiry.
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 shall 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. Application forms will be approved by MHS and EES to approve for privacy issues.
Deliverable 5.6.1: A template of the application form.
5.7 Task Seven: The Contractor shall provide VA staff with a template for a letter of acceptance with specific details of for trainings, VA/EES staff will distriubute to attendees.
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. To be reviewed and approved by EES evaluation team.
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 for a period of 12 months or until all 18 classes completed. 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 prepare for the training location in St. Louis, Missouri at the Jefferson Barracks VA Medical Center training room. Projected trainings – 2 to 3 trainings for month of July, August, September, October, November and December, with 20 participants per training ( 40-60 per month) total of 360 potential participants that VHA will determine need to be trained. After December training will be scheduled as need until the 18 classes are exhausted.
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. Training Coordination Meeting. The Contracting officer may hold a face to face post award meeting for the contractor and trainers to attend with OMHS Peer Support staff and Employee Education Staff. This will occur soon after contract is awarded to discuss details and answer questions. This contracting offer may valve this requirement or hold the meeting virtually.
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 PM will 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.
13. Security Requirements
The C&A requirements do not apply, and a Security Accreditation Package is not required:
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
?
ATTACHMENT A
KNOWLEDGE DOMAIN SKILLS & COMPETENCIES
Check if Covered Minimum Adequate time for Covering Comp
If Asterisked Includes Experiential Element
Offers Intern-ship
Teaches the Comp Adequately**
Recovery Principles Overview of Psychosocial Rehabilitation (1)
Components of Recovery (1)
Stages of Recovery (.5)
Peer Support Role in PSR (1)
Peer Support Principles *Being a role model (.5)
*Instilling hope (.5)
*Being an Advocate (1)
Principal Duties of Peer Support Staff (.5)
Cultural Competence *Understanding how roles of ethnicity, race, spirituality, gender, local community, military and other sub-cultures may influence recovery. (1.5)
Communications Skills *Effective Listening & Asking Questions Skills (1)
*Communication styles (pass/agg/assert.), and Verbal and Nonverbal communication (1)
*Conflict resolution skills (1)
Group Facilitation Skills *Basic Understanding of Group Dynamics and interactions (1.5)
How to Use Support Groups (1)
Addressing Stigma *Managing Internalized Stigma (2)
*Managing Environmental Stigma (2)
KNOWLEDGE DOMAIN SKILLS & COMPETENCIES Check if Covered Adequate time for Covering Comp If Asterisked Includes Experiential Element Offers Intern-ship Teaches the Comp Adequately
Comprehending the Illness
Major Psychiatric Conditions in DSM IV (1.5)
Addictive Disorders (1)
Co-Occurring Disorders (1)
Medications and side effects (2)
Recovery Tools *Using recovery workbooks and other self help instruments (1.5)
*Problem solving, using solution focused strategies (2)
*Telling your personal recovery story, being mindful of who you’re addressing (1.5)
Self-help Groups (.5)
Teaching how to manage self-talk and combating negative self-talk (1)
Professional Development & Workplace Skills *Ethics (1)
*Boundary Issues and Dual Relationships (2)
*Working effectively with professionals on an interdisciplinary team. (1)
Managing Crisis and Emergency Situations Early Warning Signs of Illness’ Symptoms Worsening (1)
*Crisis Prevention, Using Resources Early (1)
*Crisis Interventions (1)
*Understanding Suicide Prevention (2)
*Challenging situations with Veterans who are under the influence of substances, angry, in psychosis or non-verbal state. (1)
Personal Safety Issues (1)
Suggested instructions for VA Reviewers for completing sheet:
Review the Excel spreadsheet the agency completed and the materials that they submitted. *Asterisked Items must have an experiential element and be taught during the face-to-face training.
Column 1 Check if the competency is covered.
Column 2 The minimum amount of time that is barely adequate for training in all the competencies is 40 hours, but more is preferred. In the column for adequate time is an estimated minimum number of hours that would barely cover that competency in parenthesis. As total time increases, the time for each specific competency should be proportional to these guidelines. Time element may include face-to-face, manual reading, on-line learning or computerized learning from CD or DVDs. Proposals that are creative and combine a mix of face-to-face sessions with on-line and remote learning opportunities will receive higher preference.
Column 3 Certain competencies (those asterisked) should have some role-playing opportunities during the training or internship. If there is no opportunity noted in the agency’s spread sheet, say N, otherwise Y.
Last Column ** Rate adequacy on a 10-point scale as follows: 1 Inadequate (none or only cursory mention of competency area with no reinforcing learning opportunity); 5 Mostly Adequate (dedicates section of training to competency area, but does not include reinforcing learning opportunity for those areas asterisked); 10 Adequate (dedicates section of training to competency area and includes reinforcing learning opportunity for those areas asterisked). Reinforcing learning includes experiential exercises, video viewing and/or embedded quizzing of material covered during training course.
URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713Q0114/listing.html
OutreachSystems Article Number: 130713/PROCURE/0101
Matching Key Words: writ*; copy; technical; standard;
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, SRRPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460USA
R–RFQ-DC-13-00087 Student Services Contract RFQ-DC-13-00087 072913 Percy Jones Jones.Percy@epa.gov REQUEST FOR QUOTE # RFQ-DC-13-00087 ANNOUNCEMENT FOR STUDENT SERVICES CONTRACTS U.S. Environmental Protection Agency Office of Research and Development National Exposure Research Laboratory
SECTION I: GENERAL INFORMATION
This solicitation is being issued pursuant to the personal services contracting authority granted by Congress in the Consolidated Appropriation Resolution for 2003 (P.L. 108-7). A firm-fixed-price purchase order will be issued to the successful student or recent graduate selected for the position. The base period of performance for this purchase order is for a period of twelve months with the option to extend the contract for two periods. Each option period is for a period of twelve consecutive months.
This solicitation includes the following four attachments:
ATTACHMENT 1 – Statement of Work (SOW) and Associated Attachments ATTACHMENT 2 – Evaluation Factors ATTACHMENT 3 – Student Proposal Form ATTACHMENT 4- Applicable Clauses ? Additional Terms and Conditions of the Order
In an effort to clarify the terms student and recent graduate, the definitions of each are provided below.
A student is an individual, at least 18 years of age, who is enrolled, in good standing, in a degree program (actively seeking a degree) at a recognized educational institution. A student is not required to carry a full course load, as long as the individual is a bona fide student, not merely someone who signed up for a class in order to work under these contract arrangements.
A recent graduate is an individual, at least 18 years of age, who has graduated with a degree from a college or university within the last year for baccalaureate and master?s degree recipients or two years for post doctoral degree recipients.
The Government will make contract award based on evaluation factors other than price which will consider the following: Number of months of hands on experience with inorganic metal extraction procedures (including preparing chemical stock solutions and dilutions); Number of months of hands on experience with development of methods to assess the potential bioavailability of metals; Number of months of hands on experience with inorganic metals analysis of extracts and samples using analytical equipment such as i) Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), ii) Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), iii) Graphite Furnace Atomic Absorption (AA) and iv) Dynamic Light Scattering (DLS); Number of months experience conducting descriptive statistical analyses (i.e., mean, standard deviation, minimum, maximum, median, etc); Number of months experience assisting in preparation of public presentations, reports, abstracts; and Number of months exper ience using general laboratory skills and keeping laboratory notebooks. (Attachment 2).
Submissions in response to this solicitation must be submitted on or before 4:30 p.m. EST, Monday, July 29, 2013 via e-mail to Contracting Officer Percy Jackson at jackson.percy@epa.gov and Contract Specialist Dionne Wright at wright.dionne@epa.gov. All email submissions must have ?RFQ-DC-13-00087? in the subject line. Late submissions will not be considered eligible for award and incomplete submission may not be considered at the Contracting Officer?s discretion. No telephone inquiries will be accepted in response to this solicitation. All questions must be writing to Contracting Officer Percy Jackson at jackson.percy@epa.gov and Contract Specialist Dionne Wright at wright.dionne@epa.gov.
Prior to applying for this position, applicants are encouraged to visit the following web page to access information related to this announcement: http://www.epa.gov/oam/srpod/. Please follow the link located under the ?Announcements? header, entitled ?RFQ-DC-13-00087??Student Services Contract? and review all of the attached documents. You are encouraged to visit this webpage periodically to check the status of this announcement and to see whether or not any amendments (changes to the requirement of the posted position) have been issued. Foreign national students are required to fulfill all of the requirements outlined in the eligibility section of this announcement.
SPECIAL NOTE:
Upon receipt of the contract award, the student contractor must go immediately to link http://cdx.epa.gov and register with the Central Data Exchange (CDX) and complete the iBoard application. The student contractor must enter the COR as the point on their iBoard application. The student contractor should notify the COR when they have completed their iBoard application. The student must complete iBoard before beginning work. The contract may be terminated if the background check reveals a risk to the interest of the U.S. Environmental Protection Agency and national security.
In addition, the individual(s) selected will be required to register with System for Award Management (SAM) and Dun & Bradstreet to obtain a Data Universal Number System (DUNS number) or DUNS +4 number. To obtain a DUNS number, students or recent graduate contractors can call Dun & Bradstreet 1-866-705-5711 or contact D&B at http://www.dnb.com. To register with SAM, contractors can call 1866-606-8220. There is no charge to register for DUNS or SAM. In addition, students or recent graduates who have been selected for this position will be required to sign an Acknowledgement of Special Terms before work can begin and are subject to these terms as outlined in Attachment 4 of this solicitation.
Application Package Checklist for Applicants
Submissions in response to this announcement MUST include the following:
ü ü Completed Student Proposal Form (refer to Attachment 3) üResume or Statement of Qualification (not to exceed 2 pages) üCopy of college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified) üThree letters of Recommendations (not to exceed 2 pages per letter ) Hourly Rate Certification (refer to Attachment 3)
Failure to submit the required documents may be determined nonresponsive and eliminated from consideration.
SECTION II: ANNOUNCEMENT
DETAILS OF THIS ANNOUNCEMENT
Location: Research Triangle Park, North Carolina Required Level of Education Master of Science in Chemistry, Environmental Science, Toxicology, Chemical Engineering, or a related field of study Anticipated Start Date: August 2013 Rate of Pay: $29.35 Total Hours Per Week: Maximum of 40 hours per week Response Date: July 29th, 2013 4:30 pm EST
The mission of the U.S. Environmental Protection Agency (US EPA) is to protect human health and the environment. This mission is accomplished by conducting leading-edge research and fostering the sound use of science and technology.
The Method Development and Application Branch (MDAB) of Human Exposure and Atmospheric Sciences Division (HEASD), National Exposure Research Laboratory (NERL), Office of Research and Development (ORD) at the U.S. Environmental Protection Agency (EPA) is seeking individuals, at least 18 years of age who have completed a Master of Science (M.S.) degree program in an environmentally related discipline such as chemistry, environmental science, toxicology or chemical engineering to provide services under a contractual agreement to assist in a project, which deals with characterizing inorganic metals and the bioavailability of these metals. The student must have laboratory training and experience including methods development for toxic metals and analysis of extracts and samples using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynami c Light Scattering (DLS).
Note: Students or recent graduates, who are EPA ORD employees, or the spouse or child of an EPA ORD employee, are not eligible to participate.
1. Project Description
EPA is conducting research on bioavailability approaches to better characterize human exposures to inorganic metals and metalloids. Once these methods have been developed and applied appropriately, these methods can provide reliable data needed to evaluate exposure to these elements. This work will broadly include laboratory work, data reduction and interpretation, literature review, and interfacing with experts in the respective technical specialties. More specifically, the tasks associated with this position include methods development for inorganic metals and analysis of extracts using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS). Resulting data will be entered into laboratory database and reports generated. Data generation will also include performing literature researches for scientific jou rnals and entering these journal articles into an Endnote database.
2. Required Knowledge, Skills, Work Experience/Education
The student must have completed a Master of Science (M.S.) degree program in chemistry, environmental science, toxicology, chemical engineering, or a related field of study. The student contractor is required to have laboratory training and experience including methods development for inorganic metals and metalloids, analysis of extracts and samples using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS), and development of data to assess the potential bioavailability of inorganic metals. For Statements of Work involving work in a laboratory, the student contractor will need to know basic safety requirements in the laboratory and will be given additional safety training at the laboratory.
3. Estimated Number of Work Hours
This initial contract will be for 12 month. The student contractor will work no more than 40 per week. This contract will not exceed 1,928 hours for the period of performance of 12 months. There will be two options for the work to continue an additional 12 months each, at 1,928 hours each. The US EPA reserves the full right to exercise these options. If the Government elects to exercise this option, it will do so no more than 60 prior to the expiration of the current period of performance.
4. Approximate Start and End Dates
This contract is to begin on or about August 2013. The contract duration will be for 12 consecutive months. There will be two options for the work to continue an additional 12 months each at 1,928 hours each. The US EPA reserves the full right to exercise each option.
5. Evaluation Factors to be Used to Evaluate Resumes
The Government will make the contract award based on the following items; Number of months of hands on experience with inorganic metal extraction procedures (including preparing chemical stock solutions and dilutions); Number of months of hands on experience with development of methods to assess the potential bioavailability of metals; Number of months of hands on experience with inorganic metals analysis of extracts and samples using analytical equipment such as i) Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), ii) Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), iii) Graphite Furnace Atomic Absorption (AA) and iv) Dynamic Light Scattering (DLS); Number of months experience conducting descriptive statistical analyses (i.e., mean, standard deviation, minimum, maximum, median, etc); Number of months experience assisting in preparation of public presentations, reports, abstracts; and Number of months experience using general laboratory skills and keep ing laboratory notebooks. (Attachment 2).
6. Hourly Rates Applicable
The hourly rate for this position is $29.35, which is commensurate with the minimum required level of education and experience. Student contractors will be paid the basic hourly rate only for the number of hours worked and do not receive overtime premium. Working hours are Monday through Friday 8 am to 5:00 pm. Student contractors are not permitted to work on Federal holidays or weekends. Student contractors do not accrue leave or holiday benefits and are not paid for any non-work days, regardless of the reason. Federal, State, Local, and Social Security taxes will not be withheld; student contractors are responsible for reporting income to authorities and paying all taxes. Student contractors are responsible for all costs of transportation to and from the principal duty station location. EPA does not provide housing, meals or other living expenses while working at the principal duty station.
7. Principal Duty Location
The primary duty location is U.S. EPA, 109 T.W. Alexander Drive, North Carolina, 27711.
8. Resume and Other Application Requirements
Interested students and recent graduates shall provide a one or two page resume or statement of qualifications, including a copy of the transcripts and documentary evidence from USCIS, if applicable.
In addition to the resume and transcripts, individuals applying to this announcement must complete Attachment 3 of this solicitation, entitled ?Student Proposal Form? and submit as a part of their application package. Students must also submit a statement certifying the student accepts hourly rate of is acceptable for the duration of their employment.
A student or recent graduate is strongly encouraged to submit three letters of recommendation however only two are required. These letters may be from an academic advisor, major professor, or other professional associate familiar with the applicant?s skills and performance.
Foreign National students must submit the required documents outlined in the eligibility section of this announcement.
9. Deadline and Address for Submission of Resume and Application Materials
The deadline for submission is 4:30p.m.EST, July 29th, 2013.
10. Number of Awards Projected
This is only for a single student position. Only one position will be awarded.
11. Eligibility
Eligible student contractors must be a student or recent graduate (within the past year for baccalaureate and master?s degree graduates and within two years for postdoctoral graduates) The student or recent graduate shall have completed all requirements for a Master of Science in chemistry, environmental science, toxicology, chemical engineering, or a related field of study.
Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the Bureau of Citizenship and Immigration Service (BIS), formerly known as the Immigration and Naturalization Service. All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current U.S. Visa and be able to obtain U.S. work authorization in a timely manner if offered a contract. Students without a current valid U.S. Visa are not eligible.
Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site at http://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.html. If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools? credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted.
12. Required Background Investigation and Suitability Determination:
Student contractors awarded a contract must undergo a background investigation, a check of FBI fingerprint files, and a suitability determination by the Environmental Protection Agency. Using the HPSD-12 “Contract People Template” found at http://epa.gov/oam, student contractor will electronically submit information to the Contracting Officer’s Representative immediately upon contract award. In addition, the student contractor must review and complete the requirements outlined in Attachment 1 to Work Statement before beginning work on-site at the EPA. The student may begin work once the background investigation has commenced. If a background check reveals information to indicate the student contractor represents a risk to the interests of EPA and the national security, the contract may be terminated.
URL: https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-13-00087/listing.html
OutreachSystems Article Number: 130712/PROCURE/0107
Matching Key Words: documentar*;
General Services Administration, Office of Government-wide Policy, Office of Acquisition Policy, 1800 F Street NW Room 4006 Washington DC 20405
R — RFI to provide access to a commercial search engine’s application program interfaces (APIs) HEIAA-1-13-0006 083013 Vivian M. Fields, Contract Specialist, Phone 2025011741, Email vivian.fields@gsa.gov Request for Information
Office of Citizen Services and Innovative Technologies (OCSIT)
U.S. General Services Administration
USASearch Access to a Commercial Search Engine’ s APIs
Request For Information HEIAA-1-13-0006
1.0 SUBJECT
Request for Information (RFI) to provide access to a commercial search engine’s application program interfaces (APIs).
2.0 SUMMARY
The General Services Administration’s Office of Citizen Services and Innovative Technologies (OCSIT) invites interested parties to submit a written response to the attached RFI. The RFI’s intent is to obtain the rights for the USASearch application to use a commercial search engine’ s application program interfaces (API) to help searchers on federal, state, local, territorial and tribal government websites find relevant information.
3.0 BACKGROUND INFORMATION
OCSIT is the sponsoring organization for USASearch. For over ten years, USASearch has transformed the public’s search experience and saved government agencies valuable resources and money by providing site search services for government websites.
The USASearch application powers the search box on over 1,500 federal, state, local, tribal, and territorial government websites including the following sites, among others:
● Federal—USA.gov and its Spanish-language counterpart GobiernoUSA.gov, Social Security Administration, U.S. Courts, White House, and the departments of Agriculture, Commerce, Defense, Homeland Security, HUD, Interior, and Labor;
● State—The state websites of Hawaii, Kansas, Kentucky, Louisiana, Maine, Michigan, North Carolina, Rhode Island, South Carolina, and Washington; and
● Local— Broward County, FL, and the cities of Bloomington, MN, Boulder, CO, and Reno, NV.
The USASearch application delivers search results on agency websites using one of three methods.
● Most search results are hosted at search.usa.gov/search?affiliate-agency. Example: Defense.gov .
● Some agencies use the hosted results, but opt to mask their domains for search.agency.gov. Example: WhiteHouse.gov .
● A few agencies opt to use an API. JSON, JSON-P, and XML are supported. Example: RI.gov .
4.0 OBJECTIVES
The USASearch application requires access to a commercial search engine’ s search results via an API, including but not limited to a web index.
The following capabilities must be supported.
● The provider must:
○ Allow USASearch to append results from its own indexes of government-centric content to the commercial search engine’s results.
○ Allow USASearch to cache search results for at least one hour.
○ Not place any advertising in the API search results nor require USASearch to place it on the search results pages. (A logo can be placed on the search results page for attribution.)
● The provider’ s web index must:
○ Contain standard web file formats, including HTML, PDF, Microsoft Office (Word, Excel, and PowerPoint), rich text, text, and XML files, among others.
○ Conform to and support web crawling and indexing standards and protocols, including UTF-8 encoding, meta elements, robots.txt, and XML sitemaps.
○ Be updated frequently (that is, hourly, daily, or weekly depending on the site’s popularity and update cycle) and provide a high level of both recall and precision.
○ Retrieve semantically similar results, including but not limited to, singular/plural variants, synonyms, abbreviations and acronyms, compound words, and punctuation and diacritics.
● The provider’ s API must:
○ Provide search results in a standard endpoint (currently JSON) and support a HTTP GET request length of at least 2000 bytes.
○ Provide access to the following data in multiple languages, including but not limited to, English and Spanish.
■ Result counts
■ Spelling suggestions
■ Query overrides
■ Keyword in context highlighting
■ Search results with a title, description, and URL
○ Provide the ability to limit results by the following input parameters and operators.
■ Sites, domains, URLs, or roll-ups of multiple sites or domains (both to include and exclude)
■ Language, including but not limited to, English and Spanish
○ Be able to support the following performance metrics.
■ Support submission of at least 100 million queries per month with bursts of 100 queries per second by USASearch
■ Return results in under 400 milliseconds for 95% latency
■ Maintain at least a 99.95% uptime
The following capabilities are desired, but not required.
● Provide the ability to page through the complete set of results for each query (that is, the API should not have a cap
on a number of results).
● Support a search across all *.gov, *.fed.us, and *.mil web pages plus the more than 10,000 local, state, and federal government web pages from other top-level domains (TLDs), such as .com, .edu, and.org (see, for example, search results on USA.gov and GobiernoUSA.gov). And, support updates to USASearch’s list of government websites with other TLDs on a quarterly or more frequent basis.
● Provide access to additional indexes such as images, videos, news, and maps, among others.
● Provide the ability to add newly published URLs to the web index on demand and assure that these URLs stay in the web index.
● Support searches over three directory levels deep (that is, return results for a search on site:agency.gov/folder1/folder2/folder3 )
● Provide timestamps for search results.
● Provide suggestions for related search and type-ahead search terms on a per-site basis.
● Provide the ability to limit results by the following input parameters and operators.
○ Index (if there are multiple indexes)
○ File type
○ Boolean, wildcards, and exact phrases
○ Safe search (that is, the ability to filter sexually explicit or other adult content)
● Provide a point of contact for technical support.
● Support integration of USASearch with webmaster tools. That is, USASearch can use webmaster tools on behalf of government sites that use USASearch without each site explicitly granting USASearch this permission or signing up itself.
● If there is a cap on the number of transactions, allow USASearch to configure quotas based on the number of queries on a per user. And, allow agencies to purchase additional queries directly from the provider when they exceed the established quotas.
5.0 SAMPLE RESPONSE OUTLINE
Following is a suggested outline and page counts for a response to this RFI. This outline is intended to minimize the respondent’ s effort and structure responses to facilitate analysis by the government. Respondents are free to develop their responses as they see fit.
5.1 Company Information and Expertise (1-4 pages)
● Briefly describe your company, headquarters location, products and services, history, ownership, leadership, financial information, and any other facts and figures you deem relevant.
● Provide company name and address, and two points of contact, including name, title, phone, fax, and e-mail address.
● Describe any projects that you’ve been involved with that are similar in scope and concept to what is described in this RFI, and any relevant lessons learned.
5.2 The Offering (5-12 pages)
The government is seeking responses from qualified providers that address the (a) required and (b) desired capabilities described in the objectives. You are invited to answer each of the bullets. You may answer each question individually or provide a consolidated answer to related questions. Also, you may provide references to any information accessible to the government that address these directed topics (such as links to web pages or additional materials).
5.3 Pricing Information
The respondent should provide detailed pricing information. Ideally, it will be no cost or low cost with a flat fee for an unlimited number of monthly transactions. Any discount applied to the rates should be clearly identified. Pricing should be broken out, as needed, for each index or API (such as web, images, videos, news, or maps). You should describe exactly what it is you are offering the government at this cost.
The total written response should not exceed 15 pages.
6.0 PERIOD OF PERFORMANCE
The period of performance shall be comprised of a Base Period and four (4) one year options as follows:
Base Period: Date of award – 12 months
Option One 12 months
Option Two 12 months
Option Three 12 months
Option Four 12 months
7.0 CONTACT INFORMATION & INFORMATION EXCHANGE
All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated with responding to this RFI.
The due date of the RFI is August 30, 2013 by 5:00 PM. Responses should be sent electronically to the Contracting Ofifcer via email at vivian.fields@gsa.gov using Microsoft Word and PDF attachments. You may also submit supplemental hardcopy materials such as brochures, etc. to the point of contact.
Questions regarding the RFI are to be submitted to the Contracting Officer, via email above, no later than August 9, 2013.
The Contracting Officer Representative (COR) for this RFI will provide all assistance and clarification in meeting the requirements of the RFI is:
Ammie Farraj Feijoo
Program Manager
1800 F ST NW
Washington, DC 20405
ammie.farrajfeijoo@gsa.gov
CONTRACTING OFFICER
Vivian Fields
Contracting Officer
GSA
1800 F St NW
Washington, DC 20405
Vivian.Fields@gsa.gov
If GSA is interested in the solution you offer, we will contact you. You may be requested to provide additional information or details based on your initial submittals. GSA will consider meeting individually about this RFI with respondents based on the information submitted in response to this RFI. If GSA engages in such meetings, it will provide that opportunity equally to all respondents. GSA reserves the right to move forward with one solution, more than one solution, or no solution at all, in response to this RFI.
Place of Performance: 1800 F Street NW Washington, DC 20405 US URL: https://www.fbo.gov/spg/GSA/OGP/OAP/HEIAA-1-13-0006/listing.html
OutreachSystems Article Number: 130712/PROCURE/0108
Matching Key Words: state!ky;
Department of the Army, National Guard Bureau, 123 AW BASE CONTRACTING OFFICE, 123 AW Base/MSC Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679
R–KYANG STS HPP PHYSICAL THERAPY AND STRENGTH CONDITIONING F7H1ST3174A001 081213 Alan Wade, 502-413-4439 123 AW Base/MSC Contracting Office This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This is a synopsis for commercial services prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information in this notice. The reference Solicitation number is F7H1ST3174A001. The North American Industry Classification System (NAICS) code is 611621. LINE ITEM: 0001: STRENGTH AND CONDITIONING COACH PER THE ATTACHED PWS, quantity: 12 months. LINE ITEM: 0002: PHYSICAL THERAPIST PER THE ATTACHED, quantity: 12 months PWS. Location of the services will be at the Kentucky Air National Guard, 1101 Grade Lane, Louisville, KY 40213. Appropriate Service Contract Act Wage Determinations will be applied at the time of contract award. The following clauses apply: 52.203-3 Gratuities, 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government – Alternate I, 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity of Verification of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-1 Instruction to Offerors-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-5 Pollution Prevention and Right to Know Information, 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance – Work on a Government Installation, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Governmental Buildings, Equipment and Vegetation, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, 252.201-7000 Contracting Officer’s Representative, 252.203-7000 Requirements to Compensation of Former DoD Officials, 252.204-7004 Alternate A, 252.232-7010 Levies on Contract Payments, 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Request for payment must be submitted electronically through the Wide Area Workflow system at http://wawf.eb.mil. Vendors must be actively registered with the System for Award Management (SAM). The SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 123rd Contracting Office, no later than 10:00am EST on August 12th, 2013. Quotes may be transmitted by e-mail to alan.wade@ang.af.mil or faxed to (502)413-4665. The point of contact for this solicitation is Alan Wade, (502)413-4439.
Set-Aside: Total Small Business Place of Performance: 123 AW Base/MSC Contracting Office 1101 Grade Lane, Louisville KY 40213-2679 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA15-1/F7H1ST3174A001/listing.html
OutreachSystems Article Number: 130712/PROCURE/0117
Matching Key Words: age:state!ky; state!ky;
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Navy Crane Center, N62470 NAVFAC Atlantic, Navy Crane Center Norfolk Naval Shipyard Bldg 491 Portsmouth, VA
R–Engineering Services to Evaluate Ship-to-Shore Container Cranes’ Condition, Military Ocean Terminal, Concord, California N6247013T4012 080813 Barbara Spruill 757-967-3819 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N62470-13-T-4012 and is being issued as an RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-68 and DFARS Change Notice 20130626.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: http://www.acquisition.gov/far/ andhttp://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541330 and the Small Business Standard is $14M. This solicitation is set-aside 100% for small business concerns and will result in a Firm Fixed Price contract.
Naval Facilities Engineering Command (NAVFAC) Atlantic requests responses from qualified sources capable of providing CLIN 0001: Condition Inspection, 2-Container Cranes at Military Ocean Terminal Concord, in Concord, CA in accordance with the attached Section C – Descriptions and Specifications, Statement of Work.
Time for completion is 135 days after award.
The following FAR provision and clauses are applicable to this procurement:
52.203-3 Gratuities
52.204-7 Central Contractor Registration
52.212-1 Instructions to Offerors – Commercial Items
52.212-3 Alt I Offeror Representations & Certifications – Commercial Items
52.212-4 Contract Terms and Conditions – Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items including:
52.203-6 Alt I Restrictions on Subcontractor Sales to the Government
52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards
52.219-6 Notice of Total Small Business Set-Aside
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration
52.239-1 Privacy or Security Standards
52.222-22 Previous Contracts and Compliance Reports
52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation
52.222-25 Affirmative Action Compliance
The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country
252.212-7000 Offeror Representations and Certifications – Commercial Items
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executed Orders Applicable to Defense Acquisitions of Commercial Items Including:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.205-7000 Provision of Information to Cooperative Agreement Holders
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.243-7002 Requests for Equitable Adjustment
252.232-7010 Levies on Contract Payments
CONTRACTOR RESPONSIBILITY:
In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors.
No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility.
To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor’s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel.
Consideration of a prime contractor’s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award.
Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s).
In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility.
As a minimum requirement, all vendors are requested to submit, as part of the original quote, the following:
(1) Company’s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business.
The Contracting officer reserves the right to request additional information if needed.
INVOICING:
An Invoice shall be submitted after contract completion in accordance with DFAS 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013).
INSTRUCTIONS FOR SUBMITTAL OF QUOTES—COMMERCIAL ITEMS
Vendors shall submit their quotation so that it is received by the Navy no later than the time of closing. Interested Vendors may submit the quotation to the Navy in any of the following ways:
(a) by e-mail to barbara.t.spruill@navy.mil
(b) by mail or commercial courier (i.e. FEDEX or UPS) to the following address:
Commander NAVFAC Atlantic
Navy Crane Center, Attention: Barbara T.
Spruill
Norfolk Naval Shipyard, Bldg. 491
Portsmouth, VA 23709-5000
I. Written Technical Submission:
Each vendor shall provide one (1) original and one (1) copy in hard copy or an electronic version (PDF) of the following: A written narrative demonstrating experience that is similar in size, scope and complexity to meet the minimum requirements listed Section C–Descriptions and Specifications, Statement of Work (Attachment A). The submission shall consist of a minimum of two (2) and a maximum of up to five (5) specific project examples to include: contracts where the vendor has performed similar services to this solicitation that include crane condition evaluation to include identification of recommended repairs and budgetary estimate for two ship-to-shore container cranes.
Projects submitted by vendors shall collectively demonstrate experience in all of the following areas: structural evaluation including the crane structure, boom and paint system, electrical evaluation including drive systems, mechanical evaluation including drive component wear and condition, and future maintainability and wire rope condition. Failure to provide projects which collectively demonstrate experience in all of the above areas will be assessed. The information provided should be presented in such a manner as to enable the Government to make a thorough and complete evaluation and arrive at a sound determination as to whether experience is similar in scope and complexity to the requirements of the Government as stated in the solicitation.
II. Past Performance Information Submission:
IF A COMPLETED CONTRACTOR PERFORMANCE ASSESSMENT RETRIEVAL SYSTEM (CPARS) EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE QUOTE. IF THERE IS NOT A COMPLETED CPARS EVALUATION, the Past Performance Questionnaire (PPQ) included as Attachment B is provided for the vendor to submit to the client for each project the vendor includes in I. Written Technical Submission. A VENDOR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. The blank Past Performance Questionnaire (PPQ) (Attachment B) is provided and the completed PPQs should be submitted with their quote. If the vendor is unable to obtain a completed PPQ from a client for a project(s) before the solicitation closing date, the vendor should complete and submit with the quote the first page of the PPQ, which will provide contract and client information for the respective project(s).
The Government may make reasonable attempts to contact the client noted for that project(s) to obtain the PPQ information requested. However, vendors should follow-up with clients/references to help ensure timely submittal of questionnaires. Note: Clients are highly encouraged to submit questionnaires directly to the vendor. However, if the client requests questionnaires may be submitted directly to the Government’s point of contact, Barbara T. Spruill via email at barbara.t.spruill@navy.mil.
III. Price Submission:
Vendor shall submit a price for the requirements identified in the Specification on the cover sheet of Attachment (A), RFQ -SF18. Price quotes shall be held firm for sixty (60) days after the closing of the combined synopsis/solicitation.
ADDITIONAL:
Vendors are also reminded that they must: (1) Complete and submit any applicable representations and certifications as required by 52.212-3, Offeror Representations and Certifications- Commercial Items, and DFARS 252.212-7000; (2) Acknowledge in their submittal, if applicable, all amendments to this combined synopsis/solicitation.
SELECTION
The Government intends to evaluate quotes and award a contract using the simplified acquisition procedures of FAR Subpart 13.1.
The Government shall select the vendor whose quote is most advantageous to the Government, considering price and other factors (technical submission and past performance) when compared to the criteria. The Government reserves the right to award to other than the lowest priced vendor. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. This announcement will close at 2:00 p.m. ET on 8 August 2013. Please direct questions to Barbara Spruill at (757) 967-3819 or barbara.t.spruill@navy.mil. Oral communications are not acceptable in response to this notice.
Vendor(s) must be registered in the System for Award Management (SAM) database https://www.sam.gov to be considered for award.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVFAC/N3258B/N6247013T4012/listing.html
OutreachSystems Article Number: 130712/PROCURE/0119
Matching Key Words: writ*; copy; technical; standard;
National Aeronautics and Space Administration, George C. Marshall Space Flight Center, Procurement Office, NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
T–HIGH SPEED CAMERA NNM13479997Q 071813 Artra C House, Contract Specialist, Phone 256-544-3507, Fax 256-544-6560, Email artra.c.house@nasa.gov – Jeannette S. Swearingen, Contract Specialist, Phone 256-544-1395, Fax 256-544-5028, Email jeannette.s.swearingen@nasa.gov Artra C House ***SEND ALL CORRESPONDANCE INCLUDING TECHNICAL QUESTIONS AND QUOTES IN WRITING TO PAMELA JACKSON/ARCS ONLY AT PAMELA.L.JACKSON@NASA.GOV OR FAX 256-961-9604*** This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a (RFQ)] for a High Speed Camera per attached specifications. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement is 423410. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified within the Online System for Award management (SAM) at http://www.sam.gov database prior to award. Delivery shall be FOB Destination, to MSFC, Central Receiving Bldg. 4631, Saturn Rd, MSFC, AL 35812. Delivery date TBD. Offers for the items described above are due by July 18, 2013 by 4:00 P.M. CST to Pamela Jackson/ARCS Inc at pamela.l.jackson@nasa.gov or faxed to (256)961-9604 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product offered is other than a domestic end product as defined in the clause entitled “Buy American Act — Supplies,” the offeror shall so state and shall list the country of origin. FAR 52.212-4(FEB 2012), Contract Terms and Conditions-Commercial Items are applicable. FAR 52.212-5(JAN 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and are attached to this solicitation. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Pamela Jackson at pamela.l.jackson@nasa.gov or faxed to (256)961-9604 no later than July 15, 2013 by 4:00 P.M. CST. Telephone questions shall not be accepted. All technical questions shall be answered as a modification to this solicitation. Selection and award shall be made to the lowest priced, technically acceptable offeror. Technical acceptability shall be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement. NASA Clause 1852.215-84(NOV 2011), Ombudsman, is applicable. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr-D&pin-62. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM13479997Q/listing.html
OutreachSystems Article Number: 130712/PROCURE/0140
Matching Key Words: writ*; copy; technical; standard;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–SPIRIT OF AMERICA FY 2014-2017, JOINT BASE MYER-HENDERSON HALL (US ARMY MILITARY DISTRICT OF WASHINGTON) W9124D13Q5527 073113 Teresa Simpson, (502) 624-6838 MICC Center – Fort KnoxDESCRIPTION: Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation being issued for a firm-fixed-price (FFP) contract with a base with two, one-year option periods. The base period of performance is 2/17/2014 through 2/16/2015. The purpose of this synopsis is to gain knowledge of interest, capabilities, and past performance (i.e., relevant and recent experience) of existing small business concerns who can support requirements for live, stage productions as a prime contractor. Each contract period may include the following functional tasks: Phase I-Pre-production (February – March time frame); Phase II-Production (April – May time frame);
Phase III-Rehearsals (June – August time frame); Phase IV-Scheduled Performances (September – October time frame); and Phase V-After Action Reviews and Lessons Learned Reports (November – December time frame).
BACKGROUND: The Spirit of America (SOA) is truly an unforgettable experience that for more than 30 years has taken thousands of audience members through an action-packed timeline of American history. The SOA brings together more than 300 active duty Army Soldiers from U.S. Army Military District of Washington (MDW) to various cities throughout the USA, presents the nation’s history through breathtaking ceremonial and precision military drills, historical reenactments, soul-stirring music and dramatic real life stories, and shows how the US Army’s history is also our nation’s history. The SOA story lines are historical accounts taken directly from Soldiers’ letters and diaries to create this powerful drama, designed to entertain while presenting the history and development of the US Army from its origins through the wars, conflicts and missions that have molded the Army and the nation. Whenever the SOA is produced, the public is invited to join the Army in celebrating the Strength of the Nation and experience free SOA performances. The MDW Soldiers are the face of the Army within the National Capital Region (NCR). This distinguished group of active duty Army professionals is another example of the Army’s diversity and excellent talent performing dramatic, entertaining and historical reenactments with production guidance from MDW’s Office of Ceremonies and Special Events. Live, stage productions are a distinctive way for the Army’s elite ceremonial units to express their talents through collaborative efforts, careful planning, and flawless execution. It also brings together the Army’s SOA showcase events by telling the Army’s global story to the public to honor the past and present sacrifices of American Soldiers, while at the same time presenting the Army of today and the Army’s future by enhancing Army recruiting efforts. For information about the Army’s SOA go to: http://spiritofamerica.mdw.army.mil.
EXAMPLES OF FUTURE VENUES:
SOA 2014-2015: Washington, DC (DC Armory/Rehearsals Only); Boston, Massachusetts (TD Garden); Albany, NY (Times-Union Center); Hershey, PA (Giant Center)
SOA 2015-2016 & SOA 2016-2017: To be determined (TBD)
EXAMPLES OF PAST VENUES:
Twilight Tattoo (TLT) incorporated into the SOA (i.e., National Capital Region (NCR) weekly performances between 25 April 2012 and 27 June 2012, Joint Base Myer-Henderson Hall (JBMHH), VA).
SOA 2012: Washington, DC (DC Armory & Convention Center); Greensboro, NC (Greensboro Coliseum Complex); and Columbia, SC (Colonial Life Arena).
SOA 2011: Washington, DC (DC Armory, Convention Center, & Verizon Center); North Charleston, SC (North Charleston Coliseum); and Jacksonville, FL (Jacksonville Veterans Memorial Arena).
SOA 2010: Washington, DC (DC Armory & Convention Center); Grand Rapids, MI (Van Andel Center);
Highland Heights, KY (Bank of KY Arena); and Pittsburgh, PA (Consol Arena).
SOA 2009: Washington, DC (DC Armory & Convention Center); Columbus, OH (Nationwide Arena);
Fairfax, VA (Patriot Center); and Providence, RI (Dunkin Donuts Center).
SOA 2008: Washington, DC (DC Armory & Convention Center); Rochester, NY (Blue Cross Arena); and
Worcester, MA (Digital Credit Union).
SOA 2007: Washington, DC (DC Armory & Convention Center); Manchester, NH (Verizon Wireless Arena); and Pittsburgh, PA (Mellon Arena).
PRIOR CONTRACTS: W9124D-11-C-0004 & W91QF7-10-C-0007-View One, Inc.; and W91QV1-08-C-0032-Eggs and Bacon, Inc.
CONTRACTOR MANPOWER REPORTING: Required
CITIZENSHIP: US Citizenship required.
GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES
CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES
DOL’S SERVICE CONTRACT ACT: APPLICABLE FOR EACH LOCATION.
Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. FONT: 10-pitch (Arial or Times New Roman. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EDT-Fort Knox Time), Thursday, 31 July 2013:
1. Company’s: name (i.e., legal name to include DBA); Contractor and Government Entity (CAGE) Code as cited within its active profiles in System for Award Management (SAM: https://www.sam.gov)
and SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include location’s county); and point of contact’s full name, title, e-mail address, and telephone number.
2. Company type and socioeconomic factors (e.g., small business data as cited within its active SBA DSBS profile).
3. Capabilities Statement:
a. Ability to manage, plan, staff, budget, schedule, and provide quality control for live, stage productions services in support of government story lines. For example:
(1) Pre-Production includes: Planning, coordinating and scheduling; Designing technical, logistical and theatrical components (venue screening, reconnaissance, specifications, and logistics); and Developing all scene designs and technical system designs for lighting, audio, video display and production sets. Developing government-provided story line into a viable, professionally written script with all appropriate stage directions incorporated.
(2) Production includes: Executing plans and designs required to assemble and construct the physical components of SOA productions (set pieces and props, image display programming, assembly of cast and crew); and Integrating all production elements through personnel and equipment rehearsals.
(3) Event Production includes: Technical, logistical, and theatrical services provided on-site at each performance venue. The load-in, set-up rehearsals, performances, teardown, and load-out from all SOA productionvenues.
b. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than $2 million per year) and nature of work/scope to SOA-related services; and recency-ongoing services or must have been performed during the past three years). For example:
(1) How many live, stage productions did source manage as the prime contractor?
(2) What was the duration of the source’s three most successful live, stage productions?
(a) Who was the audience (i.e., academic, industry, public, or government groups)?
(b) What was each one’s audience size?
(c) What was the venue?
(d) What was each one’s price range (i.e., greater than or equal to $2M per year)?
(e) If quality awards received, include title and date received.
(f) If certifications required, include description, date received, and expiration date.
(g) References for cited examples should include: company’s full, legal name and address; and point of contact’s name, title, e-mail address, and telephone number).
Questions regarding this notice may be submitted by e-mail to teresa.a.simpson.civ@mail.mil on or before 5 PM (EDT-Fort Knox time), Wednesday, 17 July 2013. Verbal, telephonic, and FAX inquiries will neither be accepted nor answered.
This sources sought notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB) nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose.
Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/84e6316d155897ea2ce981f1b6d81aa0
OutreachSystems Article Number: 130712/PROCURE/0618
Matching Key Words: video*; produc*; site?; page?; business*; entertain*; documentation; event?; produce?; production?; commercial?; age:state!ky; state!ky; writ*; script?; technical;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Trainers for International Broadcasters BBG50-R-12-0100 101512 Myria Carpenter, Fax 2023827870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Division of Training and Development are seeking qualified trainers to teach Radio, Television, Internet, and/or Multi-Media news broadcasting courses in Washington, DC. Courses will be taught in the following subject matter areas:
Television Journalism
Delivering Effective Stand-ups and Live Shots
Hosting a Show: Becoming an Interesting, Effective Interviewer
Studio Skills Practicum for Anchors and Hosts: Using the TelePrompter
Television Makeup and Wardrobe for Anchors and Reporters
On-Camera Studio Skills: Sounding Conversational
Covering Traumatic Events
Covering conferences
Reporting with new technology such as Skype, Iphone, Ipad, etc
Live streaming with new media
Backpack journalism
Final Cut X
Radio Journalism
Hosting a Show: Becoming an Interesting, Effective Interviewer
Radio On-Air Skills: Sounding Conversational
Radio clocks, run-downs
Advanced Radio Production
Audio editing
Radio studio procedures and coordination
Radio team leadership skills
Radio studio communication and cues
Internet Journalism
Internet Headline Writing
Journalism on the Internet
Web Content Writing
Integration of audio, video to internet stories
Reporting/Developing content for mobile devices
Broadcast Journalism Writing Skills
Broadcast Journalism Refresher Workshop
Writing Effective Radio Scripts
Writing Effective Television Scripts
Media Writing
Writing to Video
Storytelling
Photography
Basic shooting:
Framing and composition
Shutter speed and aperture
Natural lighting and basic flash
Photoshop
Intermediate photography
Advance photography
Photography for Journalists
Photography using new media such as Iphone and Ipads
New Media/Web for Editors and Developers
Website development
Basic HTML
CCS
Dreamweaver
Flash
HTML 5
Actionscript
Facebook and Journalism
Twitter and Journalism
Social Media integration and Journalism
Developing Mobile Apps and Distribution
The VOA broadcasts in English and 44 other languages. The languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Greek, Hausa, Hindi, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese.
• Courses will be taught in English to International Broadcasters who speak English and the native language.
The following general information pertains to the above-listed courses:
1) Courses are taught on a contract basis at IBB headquarters in Washington, DC.
2) Contractor candidates may be required to undergo a background security investigation and successfully pass the IBB’s security clearance process in order to receive course assignments.
3) Contractor candidates must be willing to work on an “as-required” basis, depending on when the Division of Training and Development needs to present a particular course.
4) Courses are contracted for strictly on an “as needed” basis. The IBB, Division of Training and Development makes no guarantees on the number of courses that contractors can expect to teach.
5) The Government is obligated to inspect all contractor performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.
6) The contractor shall supply all personnel, materials, equipment, and transportation etc. required to perform work.
7) Courses are generally 2-3 hours in length.
The following technical evaluation factors are used by the IBB, Division of Training and Development to evaluate prospective contractors:
(1) Past experience in training professional broadcasters to be effective on-air and multi-media presenters.
(2) Demonstrated ability to work with participants from diverse cultural and ethnic backgrounds and experience with international broadcasting.
(3) Newspaper, wire service, radio, television, and new media experience at least within the last 5 years.
(4) Ability to explain complex issues in clear, logical terms that can be understood by a variety of International Broadcasters;
(5) Documented (i.e., education/training and/or practical experience) knowledge of the principles and practices of journalistic writing, editing, website development and publishing, and social media.
Blanket Purchase Agreements:
Prospective contractors are advised that this is a total small business set-aside. The small business size standard is $7.0M. It is the Agency’s intent to issue Blanket Purchase Agreements, subject to the availability of Fiscal Year 2013 funding, as a result of this notice. The resulting Blanket Purchase Agreement will be in effect for one year from the date of award.
Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors being more important than the prospective contractor’s proposed hourly price.
Prospective contractors must submit a price proposal based on a hourly or course basis and the price proposal must be submitted in a separate envelope from the resume and other supporting technical materials submitted. In addition, the price proposal must clearly indicate that pricing is valid for one year.
Individuals who are interested in and believe that they have the experience and capabilities to teach one or more of the above-stated course may submit written inquiries for additional information and/or submit theirwritten statement(s) of interest, technical qualifications.
Prospective contractors should submit their cost estimates based on the following options for presentation length;
1) mini-sessions of 2-hours or less,
2) half day sessions of 2.5 to 4 hours
3) full day sessions of 6 to 8 hours in length.
Courses can be made up of multiple sessions of a particular length, e.g., a writing class may be 4 2-hour sessions over a 4 week period. Contractors should provide a per session cost for each of these three length options.
Prospective contractors should submit their cost information and pertinent experience for proposing to contract for one or more of the above-listed courses with the IBB, Division of Training and Development to the point of contact (POC) listed below:
Myria Carpenter
Contract Specialist
Broadcasting Board of Governors
International Broadcasting Bureau
Room 4007 Switzer Building
330 C Street, SW Washington, DC 20237
mecarpen@bbg.gov
FAX (202) 382-7870
Any written inquiries and/or contract proposals responding to this Public Notice may be submitted to the above-listed POC at any time up to the October 15, 2012 expiration date of this Solicitation.
Set-Aside: Total Small Business Place of Performance: 330 C Street SW Washington , DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0100/listing.html
OutreachSystems Article Number: 130711/PROCURE/0103
Matching Key Words: broadcast*; event?; education*; train*; writ*; script?; technical; standard;
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640
R — Afghanistan Building Business Networks Program AFG_ABBNP 071213 Monica Brown, Phone 2024820932, Email monica.brown@trade.gov This notice is for market research and planning purpose only and does not obligate the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this Request for Information (RFI) will be utilized as market research for consideration in development of the Acquisition Strategy and Acquisition Plan for this requirement. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.
The Commerce Department’s Iraq and Afghanistan Investment & Reconstruction Task Force (Task Force) supports the Government of Afghanistan’s efforts to develop its private sector as cited in the Afghanistan National Development Strategy. The Task Force’s vision for Afghanistan is a market conducive to trade, investment, commercial development and a prosperous and sustainable private sector. This Statement of Work is designed to increase the availability of real time information on the local Afghan business environment, provide opportunities for increased U.S.-Afghan business communications and showcase success stories in the Afghan business context. The program is intended also to deepen Afghan business networks relationships nationwide by expanding opportunities through the use of media (including print, news stories, blogs, etc.) to increase awareness about Afghanistan’s business environment as well as foster cross border business dialogue. Afghanistan is a country where business relationships are primarily built through direct person to person interaction. Due to the security situation nationwide along with the limited capacity of both local and international business people to travel throughout the country, Afghan business people lack the opportunities to build on the relationships established at conferences, during international trade shows, or during business travel. This program seeks to create and promote the use of business centers in cooperation with localbusiness organizations including chambers of commerce to provide local employment, business skills capacity building opportunities, technology and technology training. The primary goal of this program is to expand U.S.-Afghan business networking opportunities and to provide timely information regarding the business environment in Afghanistan.
During 2006-2012, the number of internet users in Afghanistan has grown from about 200,000 persons to over 1 million persons. Furthermore the number of active telephone subscribers has increased from less than total 2 million subscribers in 2006 to over 17.4 million persons. This growth in telecommunications capacities creates an environment which is increasingly conducive to conducting business virtually. It also provides an opportunity to overcome one of the top ten barriers to trade in Afghanistan which is the lack of good transportation systems. Increasingly, Afghan business people are integrating their export capacity with their capacity to communicate virtually with partners globally. Afghanistan’s business people have created websites such as khaama.com and wadsam.com to communicate with the global community on successes in Afghanistan’sbusiness community and opportunities for trade with Afghanistan. The vision of this program is to further expand access to reliable business news from all parts of Afghanistan to a global market and to create or promote business center hubs that can serve as economic growth engine centers.
The objectives of the Afghan Building Business Networks Program are:
a. Develop real-time information on the local business environment in Afghanistan using multi-media tools (print, electronic and digital) to support and promote trade and investment in Afghanistan.
b. Equip Afghan businesses and business people with the capacity to attract foreign interest in their market through media technologies and outreach that highlight success stories, showcase new opportunities for developing relationships and advertise opportunities for businesses.
c. Develop communications networks that strengthen Afghan business climate and capacity for inter-province and international business dialogue through working with business groups that are strategically located in Afghanistan and abroad.
The contractor shall help participating Afghan firms develop viable relationships that can produce opportunities for inter-Afghanistan and international trade to occur. Furthermore, the contractor will focus on creating a cadre of specialists in business journalism and statistical data collection making the resources developed by these sources available online as well as in other media sources freely in order to promote better awareness of Afghan sectors. The program scope will include three key elements:
I. The development of widely distributed and utilized trade promotion resources such as DVD videos and video segments showing current and ongoing opportunities with a focus on Afghan companies and international trade; and the generation of print and other media on the success stories captured in these resources. These resources would portray the variety of existing opportunities and still available opportunities for Afghan business successes (in particular in partnership with American businesses).
II. The production of a website with capacity to provide news updates in English and Dari or Pashtu. A website to provide international and US businesses with reliable and verifiable business news, statistical information, Afghan and US business opportunities for cooperation through tenders, listing of company profiles, opportunities for networking, listing by sector, etc.
III. Identification of business center hubs in a minimum of 5 Afghan cities that provide technology support (such as video-conferencing capability and associated technology) and training for local chambers of commerce to create opportunities for Afghan businesses to conduct business virtually with counterparts in international markets including Pakistan, India, U.A.E, Kazakhstan, Turkey and the USA.
Throughout the program the contractor will provide participating Afghan firms with written training materials in English and Dari or Pashtu that the Afghan firms can utilize during the program. The project mentioned herein is not all-inclusive, but rather is representative of the project directed by Commerce at this time.
The contractor shall accomplish the following tasks:
1. Design a Project Work Plan, Detailed program budget including any sub-contractors, Human Resource plan (including resumes and safety of staff plan), Project Timeline, and Project Monitoring & Evaluation Plan for the Afghanistan Building Business program.
2. Create a monthly Project Management (PM) Tasking plan to be submitted on the 10th day of the previous month (i.e. Month 4 activities will be due on 10th day of Month 3) with the first two months anticipated activities submitted within 10 days of the start of the contract. This PM tasking plan would include a detailed breakdown of specific program milestones, anticipated outcomes and program outputs. Furthermore, it should indicate specifically, items that would require pre-approval or review by Department of Commerce staff in order to meet specific deadlines and requirements of the program. The purpose of this document is to serve as a coordination tool between the U.S. government and the program implementer. Therefore this will serve as a working document to assist in the achievement of program activities.
3. Develop and execute a plan for how to use multi-media tools to promote U.S.-Afghan business cooperation and highlight Afghan business successes. Contractor shall provide a multi-media production, promotion and strategy outreach, and closeout of project plan. The plan would include a usage strategy as well as reference all legal matters relating to the production, distribution and ownership rights of the video segments (DVDs).
4. Create specifications, standards and design plan for the videos for review and approval
5. by Department of Commerce’s Program Manager and COR for review and guidance.
5. Develop a series of 7-14 trade promotion DVD video segments, news articles, blogs, etc.
to attract investment. Any news articles that address DoC or U.S. government involvement must be reviewed and pre-approved by Department of Commerce staff.
6. Develop a minimum of 7 business success videos (promotional DVDs) highlighting success stories on Afghan companies with a focus on international trade in partnership with an Afghan business organization. Develop a series of growing business success video segments and news articles, blogs, Facebook or Twitter and other multi-use social network postings, etc. to portray growing commercial successes in Kabul, Herat, Kandahar, Mazar-e-Sharif, Kunduz, Jalalabad, and Lashkar Gah.
7. Develop a delivery marketing plan methodology for the business success videos as well as the trade promotion video segments through various organizations, chambers of commerce, governmental and non-governmental organizations as well as media outlets.
8. Ensure quality of media products and track number of airings of video segments, feedback, numbers of viewers etc.
9. Create or promote business center hubs by identifying appropriate technologies, setting up a space and utilizing technologies to conduct business to business meetings. The implementer may meet with and evaluate the feasibility of working to set these up at business organizations throughout Afghanistan or suggest other appropriate partners and provide relevant background information to be included in a businesscenter design plan for review by DoC prior to plan execution.
10. Provide Afghan business people with at least one training of trainer program per
center (5 total) to be empowered to design and run training programs for local Afghan businesses on how to utilize technology to that allow them to market their goods and services.
11. Develop a training program to equip a minimum of 100 Afghan citizens including women in technology usage, maintenance and management; video and marketing production; and business journalism and other such topics as determined by an assessment of local business needs by each local chamber of commerce or business organization in cooperation with the program implementer and the U.S. Department of Commerce’s staff. Ensure this program is well-staffed, sustainable beyond the lifetime of the project and includes technical expertise key subject matters addressed.
12. Develop resources including training materials; networking sessions, internet based forums, etc. that can be used to facilitate knowledge sharing and communication with potential international partners for Afghan companies.
13. Develop beta website specifications, design, intended marketing plan, outcomes, sustainability plan and list of sponsors to be ongoing supporters of the website.
14. Develop and create a beta website to serve as an online repository of local Afghan business news, Afghan tenders, and Afghan companies advertisements for products they would like to sell or buy from international sources, video segments, e-newsletter, etc.
15. Create a list of potential editors, writers and suppliers of business news.
16. Develop a website governance plan to include a post launch website sustainability and marketing outreach plan.
17. Create a network of contributors to the website in Afghanistan as well as potential international content contributors.
18. Develop a website launch event to include international media, local and international business organizations and chambers of commerce.
19. Produce a monthly e-newsletter to include information on U.S.-Afghan business projects, opportunities for Afghan businesses to grow their businesses, and other business relevant news regarding Afghanistan.
20. Collect evaluations of training workshops from workshop participants.
21. Solicit and collect feedback from Afghan viewers or recipients of the quality of videos, video segments, beta website and e-newsletter.
22. Program success would be measured based on the following criteria:
a) Number of Afghan program participants (defined as those who receive direct benefit through program funds being spent on their behalf such as training participants, Afghan persons employed as contractors by program implementer, participants in website launch event and other website contributors, DVD production participants etc.) to be a minimum of 200 persons.
b) Number of viewings and viewers of video segments and videos and number of persons who sign up to receive e-newsletter; number of news articles and multi-media produced as well as potential audience size.
c) Quality and timeliness of Quarterly reports (narrative and financial).
d) Quality and timeliness of Final report and Demobilization plan.
The Contractor shall be responsible for providing all Life Support functions for all their employees within Afghanistan. Life Support includes, but is not limited to living accommodations, potable water, electricity, Internet access, trash removal, and related support services. The government is not responsible for providing Life Support for the Contractor within Afghanistan.
The Department of Commerce anticipates Contractor personnel will primarily be working in Afghanistan, with additional work performed in the United States, the Middle East and South Asia. The Contractor will have discretion on where to locate its personnel to best perform its obligations under the Contract. For all personnel deploying into the theater of operation, the contractor is authorized to conduct contractor-performed theater admission processing.
The period of performance is twelve (12) months from date of award.
The U.S. Department of Commerce is requesting that interested contractors provide a brief capability/information statement demonstrating their ability to provide this service and provide the following information:
The statement of capabilities should include:
1. Firm name, address, e-mail, telephone and fax numbers
2. Small business certification – 8(a), HubZone, Service Disabled Veteran or Women-owned.
3. Applicable contract vehicles (i.e. DOC, GSA, NASA SEWP) available for Government-wide
use.
4. Past Experience – describe your experience of similar type, size and complexity to that which
is the subject of this Sources Sought.
5. Provide a listing of three (3) most recent projects your firm has performed.
6. Your firms Data Universal Numbering System (DUNS)
7. System for Award Management (SAM) registered NAICS Codes.
Interested parties should submit their responses in either a .doc or .pdf compatible format via email. Submissions should be no more than five (5) pages plus cover sheet. The DOC does not intend to respond to questions concerning this requirement at this time.
Responses should be submitted to Monica.Brown@trade.gov
URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/AFG_ABBNP/listing.html
OutreachSystems Article Number: 130711/PROCURE/0655
Matching Key Words: video*; edit*; produc*; train*; conference?; website; page?; business*; event?; produce?; production?; distribut*; commercial?;
Government Printing Office, Customer Services Department, Chicago Regional Printing Procurement Office, 200 North La Salle Street, Suite 810 Chicago IL 60601-1055
T — Two-Color Highlighted Training Manuals Program5543S(2013) 071913 Felicia McGurren, Printing Services Specialist, Phone 3123533916, Fax 3128863163, Email fmcgurren@gpo.gov Single award contract for the period August 1, 2013 to July 31, 2014, plus up to 4 option year extensions for the IRS/NDC, Bloomington, IL. Anticipate approximately 34 orders per year, in a time critical schedule where most order will be placed between October and January, for approximately 10 to 800 copies per order, with approximately 40 to 600 pages per order. Trim size 8-1/2 x 11″. Prints black ink and an additional PMS color. Operations include electronic prepress, printing, drilling, binding, shrink film wrapping, packing, and distribution. Quality level III. Bid opening July 19, 2013. Complete specifications available online viahttp://www.gpo.gov/gpo/bidopps/bidopps.action?region-chicago or from the Point of Contact above.
URL: https://www.fbo.gov/spg/GPO/PPD/ChicagoIL/Program5543S(2013)/listing.html
OutreachSystems Article Number: 130710/PROCURE/0099
Matching Key Words: film?; train*; page?; distribut*;
Government Printing Office, Customer Services Department, Chicago Regional Printing Procurement Office, 200 North La Salle Street, Suite 810 Chicago IL 60601-1055
T — Training Manuals in Black Ink Only, Over 400 Copies Program5546S(2013) 071913 Felicia McGurren, Printing Services Specialist, Phone 3123533916, Fax 3128863163, Email fmcgurren@gpo.gov Single award contract for the period August 1, 2013 to July 31, 2014, plus up to 4 option year extensions for the IRS/NDC, Bloomington, IL. Anticipate approximately 37 orders per year, in a time critical schedule where most orders will be placed between October and January, for approximately 400 to 2,000 copies per order, with approximately 4 to 1,000 pages per order. Trim size 8-1/2 x 11″. Prints black ink only. Operations include electronic prepress, printing, drilling, binding, shrink film wrapping, packing, and distribution. Quality level III. Bid opening July 19, 2013. Complete specifications available online viahttp://www.gpo.gov/gpo/bidopps/bidopps.action?region-chicago or from the Point of Contact above.
URL: https://www.fbo.gov/spg/GPO/PPD/ChicagoIL/Program5546S(2013)/listing.html
OutreachSystems Article Number: 130710/PROCURE/0100
Matching Key Words: film?; train*; page?; distribut*;
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Scrap Ammunition Containers QRP13-0013a 071213 Bridgette Caico, Shipping Sales and Receiving clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, Chief QRP Branch, Phone 502-624-5026, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for non-exclusive sale of scrap ammunition containers. Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time. Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome. The contract performance location is bldg 2951 Frasier Rd. Fort Knox Ky 40121 Bridgette Caico Shipping, Sales, and Receiving Clerk Fort Knox Qualified Recycle Program Phone- 502-624-5026 Fax- 502-624-5672
Place of Performance: 2951 Frasier Rd. Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP13-0013a/listing.html
OutreachSystems Article Number: 130710/PROCURE/0816
Matching Key Words: state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Voice Coaching and On-Air Presentation Skills Coaching BBG50-R-13-0003 031413 Myria Carpenter, Fax 2023827870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
(i)THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG50-R-13-0003 is issued as a request for proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-065, dated January 29, 2013.
(iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 611430 and the small business size standard is $10.0 M
(v) The contractor shall be required to provide the following Contract Line Item: conduct voice coaching and on0air presentation skills in coaching professional broadcasters.
(vi.) The Broadcasting Board of Governors/International Bureau of Broadcasting, (BBG/IBB) has a requirement for a contractor to conduct voice coaching and on-air presentation skills coaching for Voice of America (VOA) and other international broadcasters at IBB headquarters in Washington, DC.
The requirement is for an expert consultant to develop, implement, and evaluate one-on-one and small group coaching sessions for international broadcasters on voicing and on-air presentation skills. The selected contractor shall have demonstrated experience in coaching professional broadcasters on voicing techniques, vocal health, and vocal quality improvement exercises as well as on-air presence and presentation skills for radio and television. The desired contractor will have experience working with a widely diverse ethnic population and dealing with the accents and idiosyncrasies of broadcasters whose broadcast language is other than English.
The contractor shall:
1) Design a protocol for one-on-one and small group coaching sessions on broadcast voicing and on-air presentation skills.
2) Implement and evaluate one-on-one and small group coaching sessions on broadcast voicing and presentation skills and on-air presentation and appearance for audio and video reporting.
3) Prepare and present to the Training Development Division a report on the progress of the one-on-one sessions and group workshops.
The development and delivery of the coaching sessions shall be coordinated with in-house BBG/IBB training specialists. The Training and Development Division will monitor all work under resultant contract. The Contractor shall supply all personnel, materials, equipment, and transportation, etc. required to perform work described herein. The Contractor shall prepare an overall plan of performance for the services to be delivered. The plan shall include how the Contractor shall provide the one-on-one and small group sessions, including assessment and corrective feedback plans. The plan shall outline how internationalbroadcasters will learn to improve on-air delivery skills.
The coaching sessions shall focus on improving the person’s on-air presentation skills with emphasis on effectively using the voice in broadcast presentations and/or appearance, style, and reading technique on camera. The Contractor shall analyze each participant’s vocal ability to determine if they have problems with or need to improve their vocal abilities, or on air presence. The Contractor shall identify areas for improvement and develop a strategy to coach the participant on how to improve their deficiencies and maximize their best qualities in voicing and on-air presentation. After identifying the areas of improvement, the Contractor shall provide the participant with exercises, advice, practice drills, techniques, and routines that will assist the participant in improving their vocal abilities and/or how to appear as a news reporter, anchor, talk show host, or other on-air talent. The Contractor shall also provide handouts and other material that the participant may use for future reference.
The typical requirement, for comparative purposes, is for the vendor to deliver 3 days of coaching sessions a month. A day of coaching sessions is defined as four, one hour sessions conducted at IBB’s Washington, DC headquarters during normal business hours. Please note that there is the possibility that the contractor may possibly be requested to providing coaching session after normal business hours. Occasionally, the vendor may be asked to conduct sessions via the telephone, Skype©, video conferencing, or other electronic means. Delivery of services is always at the discretion of the agency and is based on need for the services and availability of funds.
Reporting Requirements
The following reports shall be prepared and submitted to the Training and Development Division in accordance with each specified requirement below:
1. Contractor shall submit a draft Report Format within two weeks after award of the contract by the Government. The Training and Development Division will review and recommend changes to the draft format. After the requested modifications have been made, the Training and Development Division will approve the report format for use during the performance of the contract.
2. A formal quarterly report shall be submitted within ten days after each quarterly period following the effective date of the contract. Using the approved report format, the quarterly progress report shall state the progress made, difficulties encountered during the reporting period and remedial action taken.
(vii) The period of performance will be for one year from the date of award. The Contractor shall submit an invoice electronically, for services provided the preceding month.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below . The contractor shall demonstrate the ability and experience in providing the required services. Interested contractors must provide in their proposal a resume from all prospective coaches which demonstrates their education and experience in providing the services needed under this requirement. The selected contractor shall have qualifications for and experience in providing professional broadcast voice training and video presence lessons to on-air talent at professional news organizations. This includes an in depth understanding of professional voicing standards and practices as well as overcoming learned patterns and physical barriers to effective speech. Experience is accent reduction is also important in helping foreign broadcasters transitioning to English. The ideal contractor shall have experience in working with talent that broadcast in languages other than English and who speak English as a second language. The ideal contractor shall be able to work with clients on technical aspects of voice, breathing techniques, delivery pace, enunciation, and techniques for developing an interesting and effective vocal delivery. The contractor should also have experience working on the visual aspects of presence for television on-air talent. Offerors responding to this solicitation shall submit the following items to the contracting officer :[1] Narrative describing their process for evaluating and determining a client’s specific vocal and on-air needs. Describe how strategies for improvement are determined and if self-directed exercises are provided. This section should include a description of their strategy for facilitating improvement when only occasional (once or twice a month) sessions are possible . [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all of the listed CLINS must be provided in English and United States dollars
(ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. Contractors will be evaluated on 1) education andtraining in professional broadcast voice training and/or the component aspects of voice coaching. (Education); 2) actual experience providing voice lessons to professional news originations on-air talent, with special emphasis working with multi-cultural groups, multilingual news organizations, and work with speakers of English as a second language. (Experience – Voice Coaching); 3) Evaluation of contractors will also includetraining and experience in coaching visual on-air presence including appearance, presentation style, and prompter reading technique on camera. (Experience – On-Air Presence); 4) Detailed information on past performance and relevant contracts for similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information (Past Performance); and 5) A separate Price Proposal showing a breakdown of the price for the above CLIN (Price). Prices for the listed CLIN must be provided in English and United States dollars. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the System for Award Management (SAMS) Web site at:https://www.sam.gov/portal/public/SAM/. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative of the (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012); 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.219-6 Notice of Total SmallBusiness Set Aside (Nov 2011); 52.219-28 Post Award Small Business Program Representation (Apr 2012); 52.222-3 Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.237-3 Continuity of Services. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the contract specialist at the email address provided at the end of this notice. Please note that the deadline for submission of questions is March 6, 2013, by 12:00PM, Eastern Time. Questions must be submitted in writing via email to: mecarpen@bbg.gov. Proposals shall be submitted is an original and one copy must be sent via courier or overnight delivery prior to the deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 on March 14, 2013, at 12:00PM, Eastern Time.
(xvi) Contact: Myria Carpenter, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
Place of Performance: Washington , DC US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-13-0003/listing.html
OutreachSystems Article Number: 130709/PROCURE/0068
Matching Key Words: video*; train*; web; site?; education*; business*; instruct*; commercial?; broadcast*; program?;
Department of the Air Force, Air Force Materiel Command, PK/PZ – Robins AFB, 215 Page Rd Robins AFB GA 31098-1611
99 — Determinator Kits F3QCCL3016A001 071113 Mellissa A. Dominick, Phone 4789265126, Email mellissa.dominick@robins.af.mil ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 1 Each
PM – CSLS 600 Determinator
FFP
The contractor shall deliver and install Part Number 104-118-HAZ in accordance with the attached Preventative Maintenance Agreement in CS/CSHS600 Carbon/Sulfur Determinator located in Bldg 323 at RAFB.
Government POC: Bruce Hunnicutt/802 MXSS/MXDTA/478-327-4139
FOB: Destination
PURCHASE REQUEST NUMBER: F3QCCL3016A001
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 1 Each
PM – TC600 Series Determinator
FFP
The contractor shall deliver and install Part Number 104-113-HAZ in accordance with the attached Preventative Maintenance Agreement in TC600 Series Nitrogen/Oxygen Determinator located in Bldg 323 at RAFB.
Government POC: Bruce Hunnicutt/802 MXSS/MXDTA/478-327-4139
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003
CDRL A001-A003
FFP
Data IAW attached DD1423
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AA 1 Lot
CDRL A001 – Status Report
FFP
The contractor shall furnish a Status Report when the repair and P.M. Service is completed IAW the DD1423 A001.
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AB 1 Lot
CDRL A002 – Std Operating Procedure
FFP
Prior to contract award, the contractor shall provide a copy of their company Standard Operating Procedure IAW with DD1423 A002.
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AC 1 Lot
CDRL A003 – Accident/Incident Report
FFP
The contractor shall provide an Accident/Incident Report IAW DD1423 A003.
FOB: Destination
NET AMT
INSPECTION AND ACCEPTANCE TERMS
Supplies/services will be inspected/accepted at:
CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 Destination Government Destination Government
0002 Destination Government Destination Government
0003 Destination Government Destination Government
0003AA Destination Government Destination Government
0003AB Destination Government Destination Government
0003AC Destination Government Destination Government
DELIVERY INFORMATION
CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC
0001 POP 22-JUL-2013 TO
05-AUG-2013 N/A SEE SCHEDULE – F3QCCL
SEE SCHEDULE
ROBINS AFB GA 31098
FOB: Destination F3QCCL
0002 POP 22-JUL-2013 TO
05-AUG-2013 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination F3QCCL
0003 N/A N/A N/A N/A
0003AA POP 22-JUL-2013 TO
05-AUG-2013 N/A N/A
FOB: Destination
0003AB POP 22-JUL-2013 TO
05-AUG-2013 N/A N/A
FOB: Destination
0003AC N/A N/A N/A N/A
CLAUSES INCORPORATED BY REFERENCE
52.222-3 Convict Labor JUN 2003
52.222-21 Prohibition Of Segregated Facilities FEB 1999
52.222-50 Combating Trafficking in Persons FEB 2009
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer–Central Contractor Registration OCT 2003
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.247-34 F.O.B. Destination NOV 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7004 Alt A Central Contractor Registration Alternate A FEB 2013
252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.246-7000 Material Inspection And Receiving Report MAR 2008
252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002
CLAUSES INCORPORATED BY FULL TEXT
52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (FEB 2012)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show–
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers:
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and–
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L’Enfant Plaza, SW, Washington, DC
20407, Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
(i) ASSIST (http://assist.daps.dla.mil).
(ii) Quick Search (http://assist.daps.dla.mil/quicksearch).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by–
(i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror’s name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of provision)
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS (DEC 2012) ALTERNATE I (APR 2011)
An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.
(a) Definitions. As used in this provision:
“Emerging small business” means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated.
“Forced or indentured child labor” means all work or service-
(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties.
Inverted domestic corporation, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874.
“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except-
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate–
(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;
(5) Consist of providing goods or services that are used only to promote health or education; or
(6) Have been voluntarily suspended.
Sensitive technology–
(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically–
(i) To restrict the free flow of unbiased information in Iran; or
(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and
(2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)).
Service-disabled veteran-owned small business concern–
(1) Means a small business concern–
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
“Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.
Subsidiary means an entity in which more than 50 percent of the entity is owned–
(1) Directly by a parent corporation; or
(2) Through another subsidiary of a parent corporation.
Veteran-owned small business concern means a small business concern–
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
“Women-owned small business concern” means a small business concern–
(1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or
(2) Whose management and daily business operations are controlled by one or more women.
“Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women.
(b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted electronically on the Online Representations and Certifications Application (ORCA) website.
(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications–Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ———-.
(Offeror to identify the applicable paragraphs at (c) through (n) of this provision that the offeror has completed for the purposes of this solicitation only, if any.)
These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.]
(c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern.
(2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern.
(3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern.
(4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002.
(5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern.
Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold.
(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that–
(i) It * is, * is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It [ballot] is, [ballot] is not a joint venture that complies with the requirements of 13 CFR part 127, and the
representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ———-.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.
(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that–
(i) It [ballot] is, [ballot] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It [ballot] is, [ballot] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ———-.] Each EDWOSB concern participating in the joint venture
shall submit a separate signed copy of the EDWOSB representation.
(8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, a women-owned business concern.
(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:
_____________________________________________
(10) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.)
(i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business.
(ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows:
(A) Offeror’s number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or
(B) Offeror’s average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts).
(Check one of the following):
Average Annual
Number of Employees Gross Revenues
___ 50 or fewer ___ $1 million or less
___ 51 – 100 ___ $1,000,001 – $2 million
___ 101 – 250 ___ $2,000,001 – $3.5 million
___ 251 – 500 ___ $3,500,001 – $5 million
___ 501 – 750 ___ $5, 000,001 – $10 million
___ 751 – 1,000 ___ $10,000,001 – $17 million
___ Over 1,000 ___ Over $17 million
(11) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.)
(i) General. The offeror represents that either–
(A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search Database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or
(B) It ( ) has, ( )( has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted.
(ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.)
(12) Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.)
(The offeror shall check the category in which its ownership falls):
____Black American.
____Hispanic American.
____Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
____Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
____Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
____Individual/concern, other than one of the preceding.
(d) Certifications and representations required to implement provisions of Executive Order 11246–
(1) Previous Contracts and Compliance. The offeror represents that–
(i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and
(ii) It ( ) has, ( ) has not, filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that–
(i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or
(ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.
(f) Buy American Act–Balance of Payments Program Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act–Balance of Payments Program–Supplies, is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product, ” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act–Supplies.”
(2) Foreign End Products:
LINE ITEM NO. COUNTRY OF ORIGIN
(List as necessary)
(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(g)(1) Buy American Act — Free Trade Agreements — Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act — Free Trade Agreements — Israeli Trade Act, is included in this solicitation.)
The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product, ” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product, ” and “United States” are defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.”
(ii) ) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:
LINE ITEM NO. COUNTRY OF ORIGIN
[List as necessary]
(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.”
Other Foreign End Products:
LINE ITEM NO. COUNTRY OF ORIGIN
[List as necessary]
(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Canadian End Products:
Line Item No.:
___________________________________________
[List as necessary]
(3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act”:
Canadian or Israeli End Products:
Line Item No.: Country of Origin:
[List as necessary]
(4) Buy American Act–Free Trade Agreements–Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:
Line Item No.: Country of Origin:
[List as necessary]
(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product as defined in the clause of this solicitation entitled “Trade Agreements.”
(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products.
Other End Products
Line Item No.: Country of Origin:
[List as necessary]
(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals–
(1) ( ) Are, ( ) are not presently debarred, suspended, proposed for debarment,
Place of Performance: RAFB Warner Robins, GA 31098 US URL: https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL3016A001/listing.html
OutreachSystems Article Number: 130709/PROCURE/0372
Matching Key Words: documentar*;
Department of the Navy, United States Marine Corps, Marine Corps Community Services Iwakuni,
99 — Inventory & Sales Tracking System FDC-13-0048 071913 Richard F. Courtemanche , Contracting Officer, Phone 81827794028, Fax 818827796729, Email courtemancherf@usmc-mccs.org – Alex S. Adame, Contract Administrator, Phone 81827793504, Email adameas@usmc-mccs.org ;
p;
Statement of Work: Inventory and Sales Tracking System
We are searching for an Inventory tracking system for The Food Court, Club, School Lunch, Strike Zone, Sakura Theater and Warehouse. The following functionalities are needed. A software administrative ability, recipe and menu tracking capability, Inventory Control Management, Sales tracking software, Production / Cost Card function, Nutritional Analysis, Ability to Interface with multiple vendors and multiple internal unit level systems , Mobile code reading or scanner capability, and set up technical training package. This inventory system must be able to Interface with multiple POS systems / software.
Software Administrator
This inventory system should allow us to centralize our inventories into one data base. It needs to employ internet technology to communicate between Software being used by our vendors. Software must be flexible and can be configured to meet the specialized needs of many different foodservice operations, such as Military Clubs, Fast Food Franchises, Theater Snack Bar, Bowling Snack Bar and Lounge operations. System needs to be able to send specific information to an individual profit center / unit, as well as multiple profit centers. Software needs to be able to decipher specific information when communicating with a specific Vendors / Client. Software should be able to allow Vendor / Client communications / information sharing for items like recipes, instructional video, PLU’s / code reading, automated pricing updates, inventory / invoices tracking, transfers and requisitions.
Recipe & Menu Costing
Should be able to store, scale, and size an unlimited number of recipes / Production Cards. Instantly analyze recipes and menu costs by portion or yield. Update price changes from the vendors automatically. The software should allow for changes to ingredients in every recipe. Software should allow for effective costing for an entire function or individual item. Software should be able to auto-populate / generate recipe ingredient pull lists.
Inventory Control
Software must be able to track food cost and inventory values. Software should be able to track multiple invoices from different vendors and read individual vendor identification / item codes. System needs to have scanner code reading capability for physical inventory, be able to prepare orders and maintain par levels, track activity inventory movement through purchases and sales. Software needs to calculate inventory on-hand for multiple locations. System should be able to compare theoretical and actual usage and identify conflicts. Software needs to calculate overall food cost percentage for individual items and recipes / production card. System should have unlimited capacity for adding additional inventory items.
Sales
The system needs to track sales by hour, by day or period and rank sales by contribution to profit or number sold. Software needs to interface with multiple POS systems. System should have to the ability to print out sales data reports by profit center / unit for any period of time.
Production
The system should be able to create production cards for any recipe automatically based on par levels and desired quantity of product being prepared. Inventory should show automatic depletion once productioncards show completion. System should be able to produce labels with production date and expiration date.
Purchasing & Ordering
Generate orders / requisitions based on preset par levels. Generate orders / requisitions for multi-vendors or single vendor. System should be able to generate requisitions sheets to be used in verifying / receiving of goods. System should generate customized reports for purchases, price variances, and credits. System needs to have the ability to analyze by inventory category, account category, profit center, location, etc. System needs to be able identify any price increases and decreases.
Nutritional Analysis
System should be able to accurately give analysis of nutritional values for commonly used ingredients. Allow end user to add specialty items and calculates nutritional values for recipes and menu items.
Additional Requirements
We would require a training package that would train our current staff and link us to our primary vendors through this system. The training needs to be customized to focus on the specific areas of the software that most apply to our operations.
POS Interface
Current POS systems in place are HSI, Micros and Subshop.
Place of Performance: MCCS Iwakuni Purchasing & Contracting MCAS Iwakuni, 1 96310 JP URL: https://www.fbo.gov/notices/10d83c7ed92e8fef406acd75c6ceac55
OutreachSystems Article Number: 130709/PROCURE/0427
Matching Key Words: video*; produc*; train*; produce?; production?; instruct*;
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 071713 Michael D. Kreacic kreacic.michael@epa.gov A. Submission of Proposals 1. Do not submit proposals through Fed connect. 2. All proposals shall be submitted as described in Clause L-15 LOCAL CLAUSES EPA-L-36-101 PROPOSAL INSTRUCTIONS.
B. Solicitation and Amendments 1. Solicitation SOL-CI-13-00022 and all amendments will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for the solicitation and amendments 2. It is the responsibility of interested offerors to frequently check FedBizOpps and the EPA website address for updates or changes. (end amendment 3 text)
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 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: 130709/PROCURE/0461
Matching Key Words: writ*; technical; standard;
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway – MC3 Boulder CO 80305-3328
R — OLYMPIC COAST NATIONAL MARINE SANCTUARY GRAPHIC ARTS & WEB DESIGN SERVICES NCND6026-13-01159SRG 071713 Suzanne A Romberg-Garrett, Phone 303-497-5110, Email suzanne.garrett@noaa.gov – Doris P Turner, Purchasing Agent, Phone 303-497-3872, Fax 303-497-3163, Email doris.p.turner@noaa.gov COMBINED SYNOPSIS/SOLICITATION
OLYMPIC COAST NATIONAL MARINE SANCTUARY GRAPHIC ARTS & WEB DESIGN SERVICES
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCND6026-13-01159SRG.
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68.
(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541430. The small business size standard is $7.0 MILLION.
(V) This combined solicitation/synopsis is for purchase of the following commercial services:
CLIN 0001 – BASE PERIOD 8/1/2013-7/31/2014 – HOURLY LABOR RATES tiny_mce_marker__________ PER MONTH EXTENDED FOR YEAR tiny_mce_marker__________
CLIN 1001 – OPTION PERIOD ONE 8/1/2014-7/31/2015 – HOURLY LABOR RATES tiny_mce_marker__________ PER MONTH EXTENDED FOR YEAR tiny_mce_marker__________
CLIN 2001 – OPTION PERIOD TWO 8/1/2015-7/31/2016 – HOURLY LABOR RATES tiny_mce_marker__________ PER MONTH EXTENDED FOR YEAR tiny_mce_marker__________
CLIN 3001 – OPTION PERIOD THREE 8/1/2016-7/31/2017 – HOURLY LABOR RATES tiny_mce_marker__________ PER MONTH EXTENDED FOR YEAR tiny_mce_marker__________
TOTAL FOR ALL YEARS tiny_mce_marker___________________
(VI) Description of requirements is as follows: See the attached statement of work which applies to Base Year and all Option Years 1 through 4, and Department of Labor Wage Rates: WD 05-2559, Revision No. 16, dated 6/19/2012, which can be found on: http://www.wdol.gov.
SEE THE SCOPE AT THE END OF THE FEDBIZOPS POSTING.
(VII) Period of performance shall be:
Base Year for a twelve month period 8/1/2013 through 7/31/2014.
Option Period 1 for a twelve month period 8/1/2014 through 7/31/2015.
Option Period 2 for a twelve month period 8/1/2015 through 7/31/2016.
Option Period 3 for a twelve month period 8/1/2016 through 7/31/2017.
(VIII) FAR 52.212-1, Instructions to Offerors — Commercial Items (FEB 2012), applies to this acquisition.
Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email suzanne.garrett@noaa.gov or faxed at 303-497-3163 no later than 4:00 p.m. MST, July 12, 2013.
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
(IX) FAR 52.212-2, Evaluation – Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: The Government intends to award a firm-fixed price purchase order on an all or none basis. Evaluation will be based on the following:
(1) Meeting all the requirements listed in the scope including, but not limited to the following.
1. Proficiency with a variety of graphics hardware including Macintosh computers, scanners, storage media devices, digital cameras, printers and plotters;
2. Professional experience utilizing a variety of graphics software including Adobe PageMaker, InDesign, Adobe Illustrator, Adobe Photoshop, Flash, and others;
3. Professional experience in design, production, maintenance and management of web pages and their content utilizing BBEdit, Fetch, and Macromedia Dreamweaver software;
4. Minimum 10 years professional experience with digital video editing for educational and research purposes using Final Cut Studio
5. Minimum 10 years professional experience as a Graphic Designer/Web Illustrator;
6. Experience identifying key species of flora and fauna of the outer coast of Washington;
7. Ability to communicate sanctuary related information clearly and effectively to a wide variety of audiences in visual/graphic formats;
8. Experience in management of photographic archives in both digital and film forms, utilizing Extensis Portfolio software;
9. Minimum Associates degree in Applied Arts, Digital Design or related subject;
10. Special Conditions: Applicants are subject to a background check. This is a non-smoking work environment. Valid Washington state driver’s license is required. Applicants must be able to work a flexible schedule, including occasional weekends and evenings.
11. Knowledge of NOAA/NOS/ONMS website standards;
12. Knowledge of ONMS “Best Practices” standards for sanctuary messaging;
13. Knowledge of Government Printing Office paperwork and procedures;
14. Proficiency with PowerPoint, Excel, Word, and other Microsoft Office applications;
15. Previous experience with OCNMS is greatly desired. Due to the specific requirements for web design and ONMS messaging, familiarity with the website design standards of NOAA/NOS/ONMS and the “Best Practice” standards for ONMS messaging would reduce the time it takes to train a contractor.
16. Provide a resume.
17. Provide 2 references for similar or same work. Include the contact name of the person, their email, phone, and company name.
18. Price:
(X) FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (DEC 2012)
An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.
(a) Definitions. As used in this provision-
“Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and dailybusiness operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.
“Forced or indentured child labor” means all work or service-
(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties.
“Inverted domestic corporation”, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874.
“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except-
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
“Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-
(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;
(5) Consist of providing goods or services that are used only to promote health or education; or
(6) Have been voluntarily suspended.
“Sensitive technology”-
(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-
(i) To restrict the free flow of unbiased information in Iran; or
(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and
(2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)).
“Service-disabled veteran-owned small business concern”-
(1) Means a small business concern-
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
“Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.
“Subsidiary” means an entity in which more than 50 percent of the entity is owned-
(1) Directly by a parent corporation; or
(2) Through another subsidiary of a parent corporation.
“Veteran-owned small business concern” means a small business concern-
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
“Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women.
“Women-owned small business concern” means a small business concern-
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
“Women-owned small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.
(b)
(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.
(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________.
[Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any.
These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.]
(c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern.
(2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern.
(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it ___ is, ___ is not a service-disabled veteran-owned small business concern.
(4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002.
(5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-owned small business concern.
(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-
(i) It ___ is, ___ is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It ___ is, ___ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.
(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that-
(i) It ___ is, ___ is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It ___ is, ___ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.
Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold.
(8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern.
(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________
(10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged BusinessParticipation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.]
(i) General. The offeror represents that either-
(A) It ___ is, ___ is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or
(B) It ___ is, ___ is not has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted.
(ii) ___ is, ___ is not Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.]
(11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-
(i) It ___ is, ___ is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and
(ii) It ___ is, ___ is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small businessconcern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone smallbusiness concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.
(d) Representations required to implement provisions of Executive Order 11246-
(1) Previous contracts and compliance. The offeror represents that-
(i) It ___ has, ___ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and
(ii) It __ has, ___ has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that-
(i) It ___ has developed and has on file, ___ has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or
(ii) It ___ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.
(f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act-Supplies, is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic endproducts, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act-Supplies.”
(2) Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.”
(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.”
Other Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Canadian End Products:
Line Item No.
_______________________________________
_______________________________________
_______________________________________
[List as necessary]
(3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Canadian or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(4) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, or Peruvian End Products) or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements.”
(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products.
Other End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-
(1) ___ Are, ___ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;
(2) ___ Have, ___ have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property;
(3) ___ Are, ___ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and
(4) ___ Have, ___ have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
(A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.
(ii) Examples.
(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]
(1) Listed end products.
Listed End Product Listed Countries of Origin
___________________ ___________________
___________________ ___________________
(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]
[ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product.
[ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-
(1) ___ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or
(2) ___ Outside the United States.
(k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]
[ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that-
(i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations;
(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and
(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers.
[ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that-
(i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations;
(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii));
(iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and
(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercialcustomers.
(3) If paragraph (k)(1) or (k)(2) of this clause applies-
(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and
(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.)
(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN.
(3) Taxpayer Identification Number (TIN).
___ TIN: ________________________________.
___ TIN has been applied for.
___ TIN is not required because:
___ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States;
___ Offeror is an agency or instrumentality of a foreign government;
___ Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
___ Sole proprietorship;
___ Partnership;
___ Corporate entity (not tax-exempt);
___ Corporate entity (tax-exempt);
___ Government entity (Federal, State, or local);
___ Foreign government;
___ International organization per 26 CFR 1.6049-4;
___ Other ________________________________.
(5) Common parent.
___ Offeror is not owned or controlled by a common parent;
___ Name and TIN of common parent:
Name ________________________________.
TIN _________________________________.
(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.
(n) Prohibition on Contracting with Inverted Domestic Corporations.
(1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874.
(2) Representation. By submission of its offer, the offeror represents that-
(i) It is not an inverted domestic corporation; and
(ii) It is not a subsidiary of an inverted domestic corporation.
(o) Sanctioned activities relating to Iran.
(1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at CISADA106@state.gov.
(2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror-
(i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and
(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act.
(3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if-
(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and
(ii) The offeror has certified that all the offered products to be supplied are designated country end products.
(End of provision)
Alternate I (Apr 2011). As prescribed in 12.301(b)(2), add the following paragraph (c)(12) to the basic provision:
(12) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.)
[The offeror shall check the category in which its ownership falls]:
____ Black American.
____ Hispanic American.
____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
____ Individual/concern, other than one of the preceding.
Alternate II (Jan 2012). As prescribed in 12.301(b)(2), add the following paragraph (c)(10)(iii) to the basic provision:
(iii) Address. The offeror represents that its address o is, o is not in a region for which a small disadvantaged business procurement mechanism is authorized and its address has not changed since its certification as a small disadvantaged business concern or submission of its application for certification. The list of authorized small disadvantaged business procurement mechanisms and regions is posted athttp://www.acquisition.gov/References/sdbadjustments.htm. The offeror shall use the list in effect on the date of this solicitation. “Address,” as used in this provision, means the address of the offeror as listed on the Small Business Administration’s register of small disadvantaged business concerns or the address on the completed application that the concern has submitted to the Small Business Administration or a Private Certifier in accordance with 13 CFR Part 124, subpart B. For joint ventures, “address” refers to the address of the small disadvantaged business concern that is participating in the joint venture.
The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/.
(XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (JUNE 2013), applies to this acquisition.
(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2013) applies to this acquisition. The following clauses under subparagraph (b) apply:
(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note.
282) (31 U.S.C. 6101 note.
(6) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note).
(23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)).
(26) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126).
(28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
(29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
(38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
(39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d).
(40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).
(42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
The following clauses under subparagraph (c) apply:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
(3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
(XIII) The following clauses are also applicable to this acquisition:
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:
The following additional FAR terms and conditions apply:
52.214-34, Submission of Offers in the English Language (Apr 1991)
52.214-35, Submission of Offer in U.S. Currency (Apr 1991)
52.242-15, Stop-Work Order (Aug 1989)
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days.
(End of clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
(End of clause)
52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond July 31, 2014. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond July 31, 2014, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
(End of clause)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the provision.
(b) The use in this solicitation of any Commerce Acquisition Regulation provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.
(End of provision)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the clause.
(b) The use in this solicitation or contract of Commerce Acquisition Regulation clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.
(End of clause)
DEPARTMENT OF COMMERCE CLAUSES:
System for Award Management Registration (September 2012) (DEVIATION)
(a) Definitions. As used in this clause-
“Central Contractor Registration (CCR) database” means the primary Government repository for Contractor information required for the conduct of business with the Government.
“Commercial and Government Entity (CAGE) code” means-
(1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or
(2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an “NCAGE code.”
“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.
“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.
“Registered in the SAM database” means that-
(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14) into the SAM database;
(2) The Contractor’s CAGE code is in the SAM database; and
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record “Active”. The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.
“System for Award Management (SAM)” means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes-
(1) Data collected from prospective federal awardees required for the conduct of business with the Government;
(2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and
(3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office.
(b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
(2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4.
(3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM.
(c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.
(1) A Contractor may obtain a DUNS number-
(i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office.
(2) The Contractor should be prepared to provide the following information:
(i) Company legal business name.
(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.
(iii) Company physical street address, city, state and Zip Code.
(iv) Company mailing address, city, state and Zip Code (if separate from physical).
(v) Company telephone number.
(vi) Date the company was started.
(vii) Number of employees at your location.
(viii) Chief executive officer/key manager.
(ix) Line of business (industry).
(x) Company Headquarters name and address (reporting relationship within your entity).
(d) Reserved.
(e) Processing time, for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing.
(f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(g)(1)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name of its intention to–
(A) Change the name in the SAM database;
(B) Comply with the requirements of subpart 42.12 of the FAR; and
(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer.
(ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor’s SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.
(h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 1-866-606-8220 or 334-206-7828 for international calls.
(End of Clause)
Providing Accelerated Payment to Small Business Subcontractors (August 2012) (DEVIATION)
This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.
(a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor.
(b) Include the substance of this clause, including paragraph (b), in all subcontracts with small business concerns.
(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
(End of clause)
Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)
(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) and the FY2013 Continuing Appropriations Resolution
(Pub.L. 112-175, September 28,2012,126 Stat. 1313), none of the funds made available by Fiscal Year 2013 Continuing Resolution funding may be used to enter into a contract with any corporation that-
(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that i
OutreachSystems Article Number: 130704/PROCURE/0220
Matching Key Words: video*; film?; edit*; produc*; train*; website; web; page?; education*; business*; documentation; produce?; production?; instruct*; commercial?;
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894
R — Conservator NIHLM2013743 071813 Kimberly Pringle, Phone 301-496-6546, Fax 301-402-0642, Email kp271m@nih.gov This is a combined synopsis/solicitation for a commercial service prepared in accordance with FAR Part 13.5 – Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) NIHLM2013743. This solicitation document incorporates provisions and clauses that are in effect through FAC 2005-66 FAR Revision effective April 1, 2013, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Total Small Business Set-Aside and the North American Industry Classification System (NAICS) code is 519120, Libraries and Archives.
This is a labor hour contract and it is anticipated that an award will be made for a base year and two option years.
BACKGROUND
The History of Medicine Division (HMD) of the National Library of Medicine (NLM) located on the National Institutes of Health (NIH) campus in Bethesda, MD maintains a pre-eminent collection of the world’s published medical literature, including books, journal volumes, pamphlets, and theses, printed from the 15th through the early 20th century; manuscripts ranging in date from the 11th century to the present; fine prints, and other graphic materials from the 15th century to the present; and historical audiovisuals up through 1970. The collection consists of more than 600,000 printed works, 4,000 linear feet of modern manuscripts, 3,000 historical audiovisuals, and 60,000 historical prints and photographs. Certain items in its collection are in a deteriorated condition and require conservation treatment or rehousing.
PURPOSE AND OBJECTIVE OF THE PROCUREMENT
This contract shall provide the services of a professional book conservator, working on-site at the National Library of Medicine, who will perform repairs to bound and flat paper collection items, design and construct housings and exhibit mounts, prepare books for scanning, write condition and treatments reports, and provide collection maintenance to the book and manuscript collections. The contractor may also provide technical guidance to NLM staff engaged in book and paper repair and participate in training sessions on book preservation for NLM staff.
PROJECT REQUIREMENTS
Most of the work will be performed in the NLM’s Conservation Lab, which is equipped with a well-lighted work bench, conservation lab equipment, and general office supplies. The contractor will be supplied with an NIH ID card and parking permit. Additional conservation supplies and small equipment, as needed, shall be supplied by the Government.
The Government estimates that during each month of the contract a minimum of 40 hours of work to a maximum of 150hours shall be required. It is anticipated that a base year award will be made for up to 1834 hours with an option to add 222 hours. The first option year is expected to be awarded for 638 hours with an option to increase the number of hours to 1170. The second option year is expected to be awarded for 612 hours with an option to increase the number of hours to 1122. These estimates are subject to change based on funding constraints and the hourly rates of the quotations received.
Normally work will be performed during at least two weeks of every month. The hours will be on a regular schedule to be arranged with the project officer with some room for flexibility. All work shall be performed in accordance with accepted principles of rare book conservation and in adherence to the American Institute for Conservation (AIC) “Code of Ethics and Guidelines for Practice” (available athttp://palimpsest.stanford.edu/aic/pubs/ethics.html).
The work shall be performed by a single individual conservator working at the NLM. The tasks the conservator may be asked to complete include, but are not limited to, the following:
A. Maintenance of historic collection of books and manuscripts, including:
1.Performing repairs to bound volumes and manuscripts, using appropriate conservation materials and techniques.
2.Writing condition reports including digital photo documentation for bound and flat paper items using an online database.
3.Constructing custom-fitted protective housings for all repaired items and other individual collections as needed using appropriate materials and structures.
4.Performing preservation assessments of collections including surveys.
5.Carrying out regular maintenance of the collection, such as cleaning shelved books.
6.Identifying the need for ordering supplies required for treatments.
7.Applying NLM property stamp and bookplate to volumes.
8.Writing accurate condition and treatment reports including photo documentation and compiling American Research Libraries statistics for all treatments using an online database. Contractor must know how to search computer database for bibliographic information.
9.Participating in research with conservation librarian.
10.Participating in disaster recovery of collections as needed.
B.Preparation of volumes for reformatting including scanning, filming, or photography such as:
1.Writing a condition report using an online database with digital photo documentation for all items to be reformatted after repair is completed.
2.Surveying collections before scanning or photography to determine need for disbinding or minor repairs or other factors which may necessitate special handling in scanning or photography.
3.Disbinding or loosening sewing of tightly-bound volumes, performing minor paper repairs, repairing or detaching foldout plates.
4.Handling and setting up books for scanning and photography.
5.Packing items for shipment and inspecting items returned after reformatting complete.
C.Providing input in the design and set-up of exhibits, including:
1.Inspecting conditions for exhibition including light levels, temperature, and humidity, etc.
2.Designing and constructing exhibit mounts.
3.Creating facsimiles for exhibit using scanner and software.
4.Affixing collections items or facsimiles to mounts.
D.Advising and training of NLM staff including:
1.Providing technical guidance to NLM staff and contractors engaged in book and flat paper repair.
2.Holding training sessions for NLM staff on handling, housing, identifying problems, etc.
3.Holding demonstration sessions or tours for visitors.
REPORTING REQUIREMENTS
Within five (5) working days after the end of each month, the contractor shall prepare and submit the following:
1.Invoice in the format provided by the Government
2.Written report which shall include, at a minimum:
– number of hours worked
– type of work performed
– number of volumes and/or leaves repaired
– number of housings constructed
QUOTATION REQUIREMENTS
Offerors shall submit:
•A detailed ré sumé identifying the names of educational institutions or other academic background and prior relevant work experience, as well as dates of attendance/employment and descriptions of the courses or job responsibilities; Resume should also demonstrate the length and variety of other relevant experience in similar tasks and relevant training.
•The names and current telephone numbers for three references who (i) are experienced conservators, and (ii) with recent knowledge of the proposed individual’s work.
•A narrative describing the techniques, materials, principles, practices, and ethics that the offeror would employ to accomplish the goals of this contract, addressing the offeror’s commitment to customer satisfaction and timely delivery of high quality products and services, and description of past experience with similar activities. The narrative should also describe (i) the availability (i.e., number of hours and days the individual is available to work) of the proposed individual, and (ii) 1-2 paragraphs describing the portfolio of the individual and location of the portfolio for the site visit.
EVALUATION CRITERIA
Technical factors are of paramount consideration; however, cost is also important to the overall award decision. All evaluation factors other than cost, when combined, are significantly more important than cost. The Government can make tradeoffs among cost and technical factors in determining which offeror provides the best value by awarding to other than the lowest cost offeror or other than the highest technically rated offeror. Award will be made to that offeror whose quote provides the best overall value to the Government.
The Government shall evaluate quotes using the following technical evaluation criteria, which are listed in the order of relative importance:
Criteria A: Personnel
Resume demonstrates that staff is competent and experienced in the skills outlined in this solicitation. Offerors should clearly demonstrate:
•A Master’s or Bachelor’s degree
•At least five years of combined training and experience
•Training from a qualified conservator, apprenticeship, or formal library conservation training program as verified by examples of various book treatments and housings as seen in the portfolio
•Knowledge and experience in the ethics, principles, practices, and techniques employed in the conservation of printed and manuscript materials, both bound and manuscript materials, using conservation materials and techniques, and in the construction of protective housings and exhibit supports, using conservation materials and structures
•Proven ability to work independently
•Experience making sound decisions concerning conservation treatments and techniques
•Continued interest in new conservation techniques, materials, and theory, as evidenced by professional activities, publications, and continuing education
•Strong written and oral communication skills and the ability to work well with others in a collegial atmosphere
•Knowledge of how to search computer database(s) for bibliographic information
Criteria B: Past Performance
Past performance will be evaluated based upon:
•References
•A site visit to review a portfolio of the proposed individual’s current work. During the site visit, the individual will be asked to explain the treatments and show written and photo documentation of all treatments, mounts, and housing in the portfolio. The portfolio should include multiple examples of various repairs to manuscripts and bound books, exhibit mounts, and protective housings.
•Narrative demonstration that the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of high quality products and services.
•Narrative description of past experience with similar activities.
Criteria C: Narrative That Demonstrates an Understanding of the Requirements
The narrative demonstrates in a detailed manner the approach and ability to perform all tasks and deliverables in the statement of work. The narrative details the manner in which the project will be carried out and conveys an understanding of the information to be compiled and delivered. The percentage of time the proposed individual will contribute to the on-site only project is adequately identified.
QUOTATION SUBMISSION
The quotation shall not exceed 10 pages. The page limitation includes the cover letter, table of contents (if any), resume, and narrative.
Quotations shall be submitted in an electronic mail format no later than 12 p.m., local prevailing time, on Thursday, July 18, 2013 to the Contract Specialist at: pringlek@mail.nih.gov. In addition to the electronic copy, one original and three (3) hard copies shall be provided to the address below:
Attn: Kimberly Pringle
Office of Acquisitions
NIH/National Library of Medicine
6707 Democracy Boulevard, Suite 105
Bethesda MD 20817
Hard copies must be received within one business day from the time designed for receipt of the electronic copy.
QUOTATIONS SUBMITTED BY WAY OF FACSIMILE WILL NOT BE ACCEPTED. Offerors responding to this notice must be able to provide the services as requested by NLM. Offerors shall include all information which documents and/or supports the quotation requirements and evaluation criteria in clearly marked section(s) of the quotation. All responses from responsible sources will be considered.
Inquiries regarding this procurement must be made in writing no later than, Wednesday, July 10, 2013 to Kimberly D. Pringle, Contract Specialist at pringlek@mail.nih.gov.
Vendor shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at htm://www.amet.gov/far/. The following clauses and provisions shall apply to this acquisition and maybe obtained from the web sites: FAR 52.212-1, Instructions to Offerors – Commercial Items (February 2012); FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (December 2012) – with DUNS Number Addendum [52.204-6 (December 2012)]; FAR 52.212-4, Contract Terms and Conditions – Commercial Items) (June 2013); FAR 52.212-4, Addendum to Clause for Year 2000 Compliance (July 1997); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (January 2013).
Set-Aside: Total Small Business Place of Performance: 8600 Rockvile Pike Bethesda, MD US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013743/listing.html
OutreachSystems Article Number: 130704/PROCURE/0246
Matching Key Words: filming;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road Norfolk VA 23521
U — ADVANCED TACTICAL SWIM COURSE H92240-13-T-JH18 070913 Jackie D Handley, Phone 757-763-2441, Fax 757-462-2434, Email jacqueline.handley@navsoc.socom.mil ;
p;
This is a combined synopsis solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-13-T-JH18 is issued as a request for quotation (RFQ). This is notice Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract.
The associated NAICS code is 611620 and the Small Business Size Standard is $7.0 M.
This requirement is 100% set aside for small business.
Clin 1001: Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO). Anticipated dates: 22-26 July 2013 1 GP
Clin 2001:OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO)Date to be determined, Nov 2013 1 GP
Clin 2002: OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO) Date to be determined, Feb 2014 1 GP
Clin 2003: OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO)Date to be determined, Jul 2014 1 GP
Clin 3001:OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO)Date to be determined, Nov 2014 1 GP
Clin 3002: OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined Feb 2015 1 GP
Clin 3003: OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined Jul 2015 1 GP
Clin 4001:OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined Nov 2015 1 GP
Clin 4002: OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined Feb 2016 1 GP
Clin 4003: OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined, Jul 2016 1 GP
Clin 5001:OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined, Nov 2016 1 GP
Clin 5002: OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined, Feb 2017 1 GP
Clin 5003: OPTION Provide FIVE DAY Advanced Tactical Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined, Jul 2017 1 GP
Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, effective 26 Jun 2013.
NOTE: THE ATTACHED TWO CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. (See attached PDF file)
DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012)
DFAR CLAUSE 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012)
Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed on line at http://www.sam.gov
Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://sam.gov
The above registrations can be completed through the System for Award Management (SAM) @www.sam.gov. The System for Award Management (SAM) is a free web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS.
FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on the lowest priced technically acceptable proposal.
The following factors shall be used to evaluate offers: Technical capability, past performance and price. Price quotes should detail contractor’s ability to meet the required training specifications as detailed in SOO.
Provide two (2) examples of orders where same/similar training has been performed or being performed by your company within the past three (3) years.
The following provisions and clauses apply to this acquisition: It is the offeror’s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-99 – System for Award Management Registration (August 2012) (Deviation)
FAR 52.209-6 – Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
FAR 52.212-1- Instructions to Offerors – Commercial Items (FEB 2012)
FAR 52.212-3 Offeror Representations and Certification Commercial Items Alt 1 (DEC 2012)
FAR 52.212-4 – Contract Terms and Conditions — Commercial Items
FAR 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation)
FAR 52.217-8 Option to Extend Services- Notice of the government’s intent to exercise the option shall be given to the contractor 60 days prior to exercise of the option
FAR 52.217-9 Option to Extend the Term of the Contract
Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
FAR 52.219-6 – Small Business Set-Aside
FAR 52.222-3 — Convict Labor
FAR 52.222-19 – Child Labor, Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (Mar 2007)
FAR 52.222-36 – Affirmative Action for Workers with Disabilities (Oct 2010)
FAR 52.222-50; Combating Trafficking in Persons (FEB 2009)
FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messages
FAR 52.225-13 – Restrictions on Certain Foreign Purchases
FAR 52.232-18 Availability of Funds
FAR 52.232-33 Payment by Electronic Funds Transfer Central System for Award Management (Oct 2003)
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.247-34 – F.O.B. Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 – Clauses Incorporated By Reference FAR 52.252-5 (DEV) – Terms and Conditions Statues
FAR 52.252-6 – Authorized Deviations in Clauses
FAR 52.217-5 – Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)
DFARS 252.203-7000 – Requirements Relating to Compensation
DFARS 252.203-7002 – Requirement to Inform Employees
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A – Central Contractor Registration
DFARS 252.204-7008 – Export Controlled Item
DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders
DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009)
DFARS 252.225-7001-Buy American Act and Balance of Payments Program
DFAR 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 — Levies on Contract Payments and
DFARS 252.243-7001– Pricing of Contract Modifications
SOFAR 5652.204-9003 Disclosure of Unclassified Information (2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
SOFAR 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer.
SOFAR 5652.233-9000 Independent Review of Agency Protest
Set-Aside: Total Small Business Place of Performance: 1300 HELICOPTER RD, BLDG 3854 VIRGINIA BEACH, VA 23459 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-JH18/listing.html
OutreachSystems Article Number: 130704/PROCURE/0298
Matching Key Words: film?; produc*; train*; you; website; web; site?; business*; instruct*; commercial?;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — TACTICAL GEAR H92244-13-T-0252 071913 Catherine A. Prestipino, Phone 7578629467, Email catherine.prestipino@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0252, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 effective 26 June 2013, and DFARS 20130625.
This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500. The DPAS rating for this procurement is DO-C9
This requirement is brand name or equal. If quoting equal, vendor must provide specifications in order to be considered for award.
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
CLIN LINE ITEM NUMBER (CLIN) 0001- S&S Precision NavBoard Single, Mounts in Magazine Pouch or Parachute Chest Strap; Model #: NB-SP01, QTY: Sixty-five (65) each.
CLIN LINE ITEM NUMBER (CLIN) 0002- S&S Precision WeaponLink (Belt Version); Model #: WL-B001, QTY: Sixty-five (65) each.
CLIN LINE ITEM NUMBER (CLIN) 0003- S&S Precision NavBoard Stubby with bungie retention System and Red V-Lite; Model; #: NB-ST01, QTY: Sixty-five (65) each.
OPTIONAL CLINS
OPTION CLIN 1001 – S&S Precision NavBoard Single, Mounts in Magazine Pouch or Parachute Chest Strap; Model #: NB-SP01, QTY: Sixty-five (65) each.
OPTION CLIN 2001 – S&S Precision WeaponLink (Belt Version); Model #: WL-B001, QTY: Sixty-five (65) each.
OPTION CLIN 3001 – S&S Precision NavBoard Stubby with bungie retention System and Red V-Lite; Mode; #: NB-ST01, QTY: Sixty-five (65) each.
Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions
FAR 52.203-3 Gratuities
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government
A lternate I (Oct 1995)
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity
FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, And Energy Program Use (APR 2008)
FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders– Commercial Items (Deviation)(NOV 2012)
FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
FAR 52.222-3 Convict Labor (JUN 2003)
FAR 52.222-18 Encouraing Contractor Policy to Ban Text Messaging
FAR 52.222-19 Child Labor Law Cooperation with Authorities and Remedies (Mar 2012)
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (MAR 2007)
FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
FAR 52.222-50 Combating Trafficking of Persons (Feb 2009)
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011)
FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
(OCT 2003)
FAR 52.232-36 Payment by Third Party (FEB 2010)
FAR 52.233-1 Alt 1 Disputes Alt 1 (DEC 1991) (JUL 2002)
FAR 52.233-3 Protest After Award (AUG 1996)
FAR 52.242-15 Stop Work Order (AUG 1989)
FAR 52.243-1 Changes-Fixed Price (AUG 1987)
FAR 52.244-6 Subcontracts for Commercial Items (DEC 2010)
FAR 52.247-34 F.O.B. Destination (NOV 1991)
FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984)
FAR 52.253-1 Computer Generated Forms (JAN 1991)
DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992)
DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A
DFARS 252.211-7003 Item Identification and Valuation (JUN 2011)
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (OCT 2011)
DFARS 252.225-7000 Buy American Act -Balance of Payments Program
(DEC 2009)
DFARS 252.225-7001 Buy American Act and Balance of Payment Programs (MAR 2012)
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003)
DFARS 252.232-7010 Levies on Contract for Payment (DEC 2006)
DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002)Alt III
SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 2007)
SOFARS 5652.204-9004 Foreign Persons (JAN 2006)
SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2011)
SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998)
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil
All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at http://www.sam.gov
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the trainingprogram details for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items
(Apr 2011) Alternate 1 (NOV 2012)
FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999)
FAR 52.222-25 Affirmative Action Compliance (APR 1984)
FAR 52.252-2 Clauses Incorporated By Reference ( FEB 1998)
FAR 52.252-5 Authorized Deviations in Provisions (APR 1984)
FAR 52.252-6 Authorized Deviations in Clauses (APR 1984)
FAR 52.217-8 Option to Extend Services Nov 1999
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days.
FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000
(a) The Government may extend the term of this contract by written notice to the Contractor within one (1) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twelve (12) months.
52.232-18 Availability of Funds.
Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
5652.204-9003 Disclosure of Unclassified Information (2007) Section H
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Ms. Prestipino, Contract Specialist; Email address: catherine.prestipino@vb.socom.mil.
Quotes must be received no later than 1:00 PM. Eastern Standard Time (EST) on 19 July 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management Registration (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Ms. Prestipino, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
Point of Contact for this solicitation is Ms. Prestipino at catherine.prestipino@vb.socom.mil. or phone (757) 862-9467 or fax to (757) 862-0809.
Set-Aside: Total Small Business Place of Performance: 1636 Regulus Drive Virginia Beach, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0252/listing.html
OutreachSystems Article Number: 130704/PROCURE/1050
Matching Key Words: film?; produc*; train*; you; website; business*; event?; commercial?;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Journalists & Stringers for English and Foreign Language News POV-FY-13-Q4-R 093013 Brenda Dade, Phone 2023827853, Email bdade@bbg.gov – James M McGuirk, Procurement Analyst, Phone (202) 382-7840, Fax (202) 382-7854, Email jmcguirk@ibb.gov ;
p;
U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, video journalism, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers, Writers, Producers, Editors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians,Video Switchers, Audio Technicians, Lighting Directors, TV Technical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, VideotapeRecording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world). Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.
Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default.
The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond.
Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis.
All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their writtenstatement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance radio and/or television assignments with the VOA in Washington, DC or overseas, submit written inquiries for additional information and/or technicalproposals to the Voice of America (VOA), Attention: Ms. Margaret O’Lear, VOA, Room 3137-C, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address, maolear @voanews.com; and (b) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/ortechnical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov . Any written inquiries and/or technical proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the September 30, 2013 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB.
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-13-Q4-R/listing.html
OutreachSystems Article Number: 130704/PROCURE/1115
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
T — Contractors for News Broadcasting Services POV-FY-13-Q4-T 093013 Brenda Dade, Phone 2023827853, Email bdade@bbg.gov – James M McGuirk, Procurement Analyst, Phone (202) 382-7840, Fax (202) 382-7854, Email jmcguirk@ibb.gov ;
p;
The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, technical and production services, photo editing, video journalism, graphic illustrating, producing programming using state of the art multi-media platforms, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers, Writers, Producers, Editors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians, Video Switchers, Audio Technicians, Lighting Directors, TVTechnical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, Videotape Recording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world), and Electronic Graphic Artists. In addition, VOA is also interested in Internet Writers, Editors, Web Designers and Graphic Designers. Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.
Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default.
The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond.
Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis.
All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their writtenstatement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance radio and/or television assignments with the VOA in Washington, DC or overseas, submit written inquiries for additional information and/or technicalproposals to the Voice of America (VOA), Attention: Ms. Margaret O’Lear, VOA, Room 3137-C, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address, maolear@voanews.com ; and (b) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/ortechnical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov . Any written inquiries and/or technical proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the September 30, 2013 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB.
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-13-Q4-T/listing.html
OutreachSystems Article Number: 130704/PROCURE/1121
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical;
Department of Agriculture, Forest Service, WO-AQM JC Support, 740 Simms Street Job Corps Acquisition Support Branch Golden CO 80401
U — Urban Forestry Instructor Services – Great Onyx Job Corps Center AG-82A7-S-13-0073 071213 Jenney Rockman, Contract Specialist, Email jrockman@fs.fed.us Urban Forestry Instructor Services – Great Onyx Job Corps Center. Currently seeking sources for market research purposes that are able to provide urban forestry instructor service as described in the attached request for information.
Place of Performance: Great Onyx Job Corps Center 3115 Ollie Ridge Road Mammoth Cave, KY 42259 US URL: https://www.fbo.gov/notices/30be9326f01b6311f76168f50271ce87
OutreachSystems Article Number: 130704/PROCURE/1122
Matching Key Words: state!ky;
Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
R–Please see the Pre-Solicitation for the ARNG Advertising Single Award ID/IQ attached, and see NOTES below under quote mark DESCRIPTION quote mark
W9133L-13-R-0019 071913 Ellieth Rodriguez, 703-601-4378 National Guard Bureau, Contracting Support Update 1:
NOTES: Although this Pre-Solicitation is in a Draft format, the Government intents to make an award NLT the end of the current fiscal year. This is the best and pre-final copy. we are planning to have the official solicitation in about a week or two. Therefore, should there be any changes/updates should be minor. any updates will be posted as soon as possible. we are still expecting to close this solicitation on/about August 2, 2013. we will have a very short timeline for award and Q&A. Please have your questions ready as soon as possible. we will close for Q&A on/about July 19, 2013.
__________________________________________________________________________
The ARNG National Guard Bureau contracting office intents to issue a commercial solicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.
Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.
The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials
The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and
tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.
An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.
Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA 22204 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0019/listing.html
OutreachSystems Article Number: 130704/PROCURE/1286
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110;
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 071713 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 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 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: 130704/PROCURE/1301
Matching Key Words: writ*; technical; standard;
FedBizOpps – Awards
General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),
R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Rose R. Tucker 817-850-8140 GS07F316AA $125,000 071213 541 4B,541 1000 PYRAMIDE PRODUCTIONS, INC. 4078 148TH AVE NE REDMOND WA USA 98052-5165 No Description Provided
URL: https://www.fbo.gov/notices/797dcbecc42617da1aa0878bf5b24e39
OutreachSystems Article Number: 130713/AWARDS/0554
Matching Key Words: naics!512110;
Department of Veterans Affairs, VA Western New York Health Care System, Department of Veterans Affairs Western New York Health Care System, VISN 2 – NCO;Department of Veterans Affairs;Western New York Healthcare System;2875 Union Road, Suite 3500;Cheektowaga, NY 14227
U–SAW (School at Work) Career Development Program VA52813AP3492 Michelle A. Harsch Contract Specialist Michelle A. Harsch, Contract Specialist VA528-13-C-0120 $140,251.44 070813 n/a CATALYST LEARNING COMPANY;310 W LIBERTY ST STE 403;LOUISVILLE;KY;402023020 No Description Provided
URL: https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/Awards/VA528-13-C-0120.html
OutreachSystems Article Number: 130712/AWARDS/0905
Matching Key Words: state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R –– Trainers for International Broadcasters BBG50-R-12-0100 Myria Carpenter, Fax 2023827870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov SeeBelow $0.00 070813 SeeBelow
The following Contractors were awarded Blanket Purchase Agreements under
Solicitation No. BBG50-R-12-0100.
Contract No.:BBG50-A-13-0423
Contractor Name: McMillon Communications
Contractor Address: 12092 Argyle Circle
Washington DC 20744
Courses: Studio Skills Practicum for Anchors and Hosts; Television Makeup and Wardrobe for Anchors and Reporters and Journalism on the Internet. All courses were accepted to be taught as either mini, half-day and full day.
Contract No.:BBG50-A-13-0523
Contractor Name: Deborah Potter
Contractor Address: 5510 Western Avenue
Chevy Chase MD 20815
Courses: Delivering Effective Stand-Ups and Live Shots; Hosting a Show: Becoming an Interesting, Effective Television Interviewer; On-Camera Studio Skills: Sounding Conversational; Covering Traumatic Events; Hosting a Show: Becoming an Interesting, Effective Radio Interviewer; Radio On-Air Skills: sounding Conversational; Broadcast Journalism Refresher workshop; Writing Effective Radio Scripts; writing Effective Television Scripts; Media Writing; Writing to Video; Storytelling; Facebook and Journalism and Twitter and Journalism. All courses were accepted to be taught as either mini, half-day and full day.
Contract No.:BBG50-A-13-0570
Contractor Name: Oratorio Inc.
Contractor Address: 1126 16th Street NW Suite 250
Washington DC 20036
Courses: Covering Conferences; Radio Clocks, Run-downs; Advanced Radio Production; Audio Editing; Radio Studio Procedures and Coordination; Radio Team Leadership Skills and Radio Studio Communications and Cues. All courses were accepted to be taught as either mini, half-day and full day.
The following classes will not be awarded as this time:
Reporting with new technologies such as Skype I-phone and etc.
Backpack journalism
Final Cut X
Internet headline writing
Web content writing
Integration of audio, video to internet stories
Reporting/developing content for mobile devices
Website development
Basic HTML
CCs
Flash
HTML 5
Basic Shooting: Framing and composition
Basic Shooting: Shutter speed and aperture
Natural lighting and basic flash
Photoshop
Intermediate photography
Advance photography
Photography for Journalists
Photography using new media such as Iphone and Ipads
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0100/listing.html
OutreachSystems Article Number: 130711/AWARDS/0897
Matching Key Words: broadcast*; event?; train*; writ*; script?;
FedBizOpps – Surplus
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Scrap Ammunition Containers QRP13-0013a 071213 Bridgette Caico, Shipping Sales and Receiving clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, Chief QRP Branch, Phone 502-624-5026, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for non-exclusive sale of scrap ammunition containers. The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2951 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 2951 Frasier Rd. Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP13-0013a/listing.html
OutreachSystems Article Number: 130709/SURPLUS/0660
Matching Key Words: state!ky;
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Post Consumer Pallets QRP14-0002 071013 Bridgette R Caico, Shipping, Sales and Receiving clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for a non-exclusive sale of post consumer pallets. The duration of this agreement is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date, and enter all of the required information on your bid. Send your bid to Bridgette Caico or Daniel Pearman at Bridgette.r.caico.naf@mail.mil or by fax 502-624-5672. Respond due date is July 10 2013 at 2pm Eastern Standard Time.
Please call the Fort Knox QRP if you have any questions or concerns. All bids are welcome.
The contract performance location is at bldg 2962 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 2962 Frasier Rd. Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0002/listing.html
OutreachSystems Article Number: 130704/SURPLUS/2063
Matching Key Words: state!ky;
FedBizOpps – Special Notes
Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
R–ARNG TRADITIONAL ADVERTISING PROGRAM W9133L13R0019 Ellieth Rodriguez, 703-601-4378 National Guard Bureau, Contracting Support NOTES: Although this Pre-Solicitation is in a Draft format, the Government intents to make an award NLT the end of the current fiscal year. This is the best and pre-final copy. we are planning to have the official solicitation in about a week or two. Therefore, should there be any changes/updates should be minor. any updates will be posted as soon as possible. we are still expecting to close this solicitation on/about August 2, 2013. we will have a very short timeline for award and Q&A. Please have your questions ready as soon as possible. we will close for Q&A on/about July 19, 2013.
__________________________________________________________________________
The ARNG National Guard Bureau contracting office intents to issue a commercial solicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.
Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.
The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials
The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and
tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.
An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.
Contracting Office Address:
National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
Place of Performance:
National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA
22204
US
Point of Contact(s):
Ellieth Rodriguez, 703-601-4378
URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L13R0019/listing.html
OutreachSystems Article Number: 130704/SPECIAL/2124
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110;
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 — RFQ-DC-13-00087 Student Services Contract SOL RFQ-DC-13-00087 Description REQUEST FOR QUOTE # RFQ-DC-13-00087 ANNOUNCEMENT FOR STUDENT SERVICES CONTRACTS U.S. Environmental Protection Agency Office of Research and Development National Exposure Research Laboratory SECTION I: GENERAL INFORMATION This solicitation is being issued pursuant to the personal services contracting authority granted by Congress in the Consolidated Appropriation Resolution for 2003 (P.L. 108-7). A firm-fixed-price purchase order will be issued to the successful student or recent graduate selected for the position. The base period of performance for this purchase order is for a period of twelve months with the option to extend the contract for two periods. Each option period is for a period of twelve consecutive months. This solicitation includes the following four attachments: ATTACHMENT 1 – Statement of Work (SOW) and Associated Attachments ATTACHMENT 2 – Evaluation Factors ATTACHMENT 3 – Student Proposal Form ATTACHMENT 4- Applicable Clauses ? Additional Terms and Conditions of the Order In an effort to clarify the terms student and recent graduate, the definitions of each are provided below. A student is an individual, at least 18 years of age, who is enrolled, in good standing, in a degree program (actively seeking a degree) at a recognized educational institution. A student is not required to carry a full course load, as long as the individual is a bona fide student, not merely someone who signed up for a class in order to work under these contract arrangements. A recent graduate is an individual, at least 18 years of age, who has graduated with a degree from a college or university within the last year for baccalaureate and master?s degree recipients or two years for post doctoral degree recipients. The Government will make contract award based on evaluation factors other than price which will consider the following: Number of months of hands on experience with inorganic metal extraction procedures (including preparing chemical stock solutions and dilutions); Number of months of hands on experience with development of methods to assess the potential bioavailability of metals; Number of months of hands on experience with inorganic metals analysis of extracts and samples using analytical equipment such as i) Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), ii) Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), iii) Graphite Furnace Atomic Absorption (AA) and iv) Dynamic Light Scattering (DLS); Number of months experience conducting descriptive statistical analyses (i.e., mean, standard deviation, minimum, maximum, median, etc); Number of months experience assisting in preparation of public presentations, reports, abstracts; and Number of months experience using general laboratory skills and keeping laboratory notebooks. (Attachment 2). Submissions in response to this solicitation must be submitted on or before 4:30 p.m. EST, Monday, July 29, 2013 via e-mail to Contracting Officer Percy Jackson at jackson.percy@epa.gov and Contract Specialist Dionne Wright at wright.dionne@epa.gov. All email submissions must have ?RFQ-DC-13-00087? in the subject line. Late submissions will not be considered eligible for award and incomplete submission may not be considered at the Contracting Officer?s discretion. No telephone inquiries will be accepted in response to this solicitation. All questions must be writing to Contracting Officer Percy Jackson at jackson.percy@epa.gov and Contract Specialist Dionne Wright at wright.dionne@epa.gov. Prior to applying for this position, applicants are encouraged to visit the following web page to access information related to this announcement:http://www.epa.gov/oam/srpod/. Please follow the link located under the ?Announcements? header, entitled ?RFQ-DC-13-00087??Student Services Contract? and review all of the attached documents. You are encouraged to visit this webpage periodically to check the status of this announcement and to see whether or not any amendments (changes to the requirement of the posted position) have been issued. Foreign national students are required to fulfill all of the requirements outlined in the eligibility section of this announcement. SPECIAL NOTE: Upon receipt of the contract award, the student contractor must go immediately to link http://cdx.epa.gov and register with the Central Data Exchange (CDX) and complete the iBoard application. The student contractor must enter the COR as the point on their iBoard application. The student contractor should notify the COR when they have completed their iBoard application. The student must complete iBoard before beginning work. The contract may be terminated if the background check reveals a risk to the interest of the U.S. Environmental Protection Agency and national security. In addition, the individual(s) selected will be required to register with System for Award Management (SAM) and Dun & Bradstreet to obtain a Data Universal Number System (DUNS number) or DUNS +4 number. To obtain a DUNS number, students or recent graduate contractors can call Dun & Bradstreet 1-866-705-5711 or contact D&B at http://www.dnb.com. To register with SAM, contractors can call 1866-606-8220. There is no charge to register for DUNS or SAM. In addition, students or recent graduates who have been selected for this position will be required to sign an Acknowledgement of Special Terms before work can begin and are subject to these terms as outlined in Attachment 4 of this solicitation. Application Package Checklist for Applicants Submissions in response to this announcement MUST include the following: ? Resume or Statement of Qualification (not to exceed 2 pages) ? Completed Student Proposal Form (refer to Attachment 3) ? Copy of college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified) ? Three letters of Recommendations (not to exceed 2 pages per letter ) ? Hourly Rate Certification (refer to Attachment 3) Failure to submit the required documents may be determined nonresponsive and eliminated from consideration. SECTION II: ANNOUNCEMENT DETAILS OF THIS ANNOUNCEMENT Location: Research Triangle Park, North Carolina Required Level of Education Master of Science in Chemistry, Environmental Science, Toxicology, Chemical Engineering, or a related field of study Anticipated Start Date: August 2013 Rate of Pay: $29.35 Total Hours Per Week: Maximum of 40 hours per week Response Date: July 29th, 2013 4:30 pm EST The mission of the U.S. Environmental Protection Agency (US EPA) is to protect human health and the environment. This mission is accomplished by conducting leading-edge research and fostering the sound use of science and technology. The Method Development and Application Branch (MDAB) of Human Exposure and Atmospheric Sciences Division (HEASD), National Exposure Research Laboratory (NERL), Office of Research and Development (ORD) at the U.S. Environmental Protection Agency (EPA) is seeking individuals, at least 18 years of age who have completed a Master of Science (M.S.) degree program in an environmentally related discipline such as chemistry, environmental science, toxicology or chemical engineering to provide services under a contractual agreement to assist in a project, which deals with characterizing inorganic metals and the bioavailability of these metals. The student must have laboratory training and experience including methods development for toxic metals and analysis of extracts and samples using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS). Note: Students or recent graduates, who are EPA ORD employees, or the spouse or child of an EPA ORD employee, are not eligible to participate. 1. Project Description EPA is conducting research on bioavailability approaches to better characterize human exposures to inorganic metals and metalloids. Once these methods have been developed and applied appropriately, these methods can pro vide reliable data needed to evaluate exposure to these elements. This work will broadly include laboratory work, data reduction and interpretation, literature review, and interfacing with experts in the respective technical specialties. More specifically, the tasks associated with this position include methods development for inorganic metals and analysis of extracts using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS). Resulting data will be entered into laboratory database and reports generated. Data generation will also include performing literature researches for scientific journals and entering these journal articles into an Endnote database. 2. Required Knowledge, Skills, Work Experience/Education The student must have completed a Master of Science (M.S.) degree program in chemistry, environmental science, toxicology, chemical engineering, or a related field of study. The student contractor is required to have laboratory training and experience including methods development for inorganic metals and metalloids, analysis of extracts and samples using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS), and development of data to assess the potential bioavailability of inorganic metals. For Statements of Work involving work in a laboratory, the student contractor will need to know basic safety requirements in the laboratory and will be given additional safety training at the laboratory. 3. Estimated Number of Work Hours This initial contract will be for 12 month. The student contractor will work no more than 40 per week. This contract will not exceed 1,928 hours for the period of performance of 12 months. There will be two options for the work to continue an additional 12 months each, at 1,928 hours each. The US EPA reserves the full right to exercise these options. If the Government elects to exercise this option, it will do so no more than 60 prior to the expiration of the current period of performance. 4. Approximate Start and End Dates This contract is to begin on or about August 2013. The contract duration will be for 12 consecutive months. There will be two options for the work to continue an additional 12 months each at 1,928 hours each. The US EPA reserves the full right to exercise each option. 5. Evaluation Factors to be Used to Evaluate Resumes The Government will make the contract award based on the following items; Number of months of hands on experience with inorganic metal extraction procedures (including preparing chemical stock solutions and dilutions); Number of months of hands on experience with development of methods to assess the potential bioavailability of metals; Number of months of hands on experience with inorganic metals analysis of extracts and samples using analytical equipment such as i) Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), ii) Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), iii) Graphite Furnace Atomic Absorption (AA) and iv) Dynamic Light Scattering (DLS); Number of months experience conducting descriptive statistical analyses (i.e., mean, standard deviation, minimum, maximum, median, etc); Number of months experience assisting in preparation of public presentations, reports, abstracts; and Number of months experience using general laboratory skills and keeping laboratory notebooks. (Attachment 2). 6. Hourly Rates Applicable The hourly rate for this position is $29.35, which is commensurate with the minimum required level of education and experience. Student contractors will be paid the basic hourly rate only for the number of hours worked and do not receive overtime premium. Working hours are Monday through Friday 8 am to 5:00 pm. Student contractors are not permitted to work on Federal holidays or weekends. Student contractors do not accrue leave or holiday benefits and are not paid for any non-work days, regardless of the reason. Federal, State, Local, and Social Security taxes will not be withheld; student contractors are responsible for reporting income to authorities and paying all taxes. Student contractors are responsible for all costs of transportation to and from the principal duty station location. EPA does not provide housing, meals or other living expenses while working at the principal duty station. 7. Principal Duty Location The primary duty location is U.S. EPA, 109 T.W. Alexander Drive, North Carolina, 27711. 8. Resume and Other Application Requirements Interested students and recent graduates shall provide a one or two page resume or statement of qualifications, including a copy of the transcripts and documentary evidence from USCIS, if applicable. In addition to the resume and transcripts, individuals applying to this announcement must complete Attachment 3 of this solicitation, entitled ?Student Proposal Form? and submit as a part of their application package. Students must also submit a statement certifying the student accepts hourly rate of is acceptable for the duration of their employment. A student or recent graduate is strongly encouraged to submit three letters of recommendation however only two are required. These letters may be from an academic advisor, major professor, or other professional associate familiar with the applicant?s skills and performance. Foreign National students must submit the required documents outlined in the eligibility section of this announcement. 9. Deadline and Address for Submission of Resume and Application Materials The deadline for submission is 4:30p.m.EST, July 29th, 2013. 10. Number of Awards Projected This is only for a single student position. Only one position will be awarded. 11. Eligibility Eligible student contractors must be a student or recent graduate (within the past year for baccalaureate and master?s degree graduates and within two years for postdoctoral graduates) The student or recent graduate shall have completed all requirements for a Master of Science in chemistry, environmental science, toxicology, chemical engineering, or a related field of study. Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the Bureau of Citizenship and Immigration Service (BIS), formerly known as the Immigration and Naturalization Service. All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current U.S. Visa and be able to obtain U.S. work authorization in a timely manner if offered a contract. Students without a current valid U.S. Visa are not eligible. Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site at http://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.html. If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools? credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted. 12. Required Background Investigation and Suitability Determination: Student contractors awarded a contract must undergo a background investigation, a check of FBI fingerprint files, and a suitability determination by the Environmental Protection Agency. Using the HPSD-12 Contract People Template found at http://epa.gov/oam, student contractor will electronically submit information to the Contracting Officer’s Representative immediately upon contract award. In addition, the student contractor must review and complete the requirements outlined in Attachment 1 to Work Statement before beginning work on-site at the EPA. The student may begin work once the background investigation has commenced. If a background check reveals information to indicate the student contractor represents a risk to the interests of EPA and the national security, the contract may be terminated. Overview Reference number: RFQ-DC-13-00087 Issue date: 07/11/2013 Response due: 07/29/2013 04:30 PM ET Set Aside: N/A NAICS: 812990-All Other Personal Services PSC / FSC: R497-SUPPORT- PROFESSIONAL: PERSONAL SERVICES CONTRACTS Agency: EPA Contracting office: SRRPOD US Environmental Protection Agency Ariel Rios Building 1200 Pennsylvania Avenue, N. W. Mail Code: 3805R Washington, DC 20460 Place of Performance: Contact: Percy Jones Phone: Fax: Email: Jones.Percy@epa.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130712/SMALL/5014
Matching Key Words: documentar*;
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.
T — As part of the United States Agency for International Developmen SOL US0344-RFP-2013-07 As part of the United States Agency for International Development’s (USAID) foreign assistance to the Government of Haiti under the Improving Health Infrastructure (IHFI) project, Tetra Tech ES, Inc. (Tt) is soliciting proposals from eligible firms for video production services. The selected firm or consultant will work closely with Tt to develop a video highlighting the IHFI program, including its training program, facility energy installations, institutional support and their impacts. The video should include but not be limited to: footage of the country, backup power systems, laboratories, interviews with hospital administrators and technicians and technician training workshops. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130710/SMALL/2899
Matching Key Words: video*; produc*; train*; production?;
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
R — NCEA-On-Site Information Management Services-Cinci SOL SOL-CI-13-00022 Description A. Submission of Proposals 1. Do not submit proposals through Fed connect. 2. All proposals shall be submitted as described in Clause L-15 LOCAL CLAUSES EPA-L-36-101 PROPOSAL INSTRUCTIONS. B. Solicitation and Amendments 1. Solicitation SOL-CI-13-00022 and all amendments will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for the solicitation and amendments 2. It is the responsibility of interested offerors to frequently check FedBizOpps and the EPA website address for updates or changes. (end amendment 3 text) 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. ProvideTechnical 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 TechnicalInformation 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: 07/08/2013 Response due: 07/17/2013 04:30 PM LT Set Aside: Competitive 8(a) NAICS: 541614-Process, Physical Distribution and Logistics Consulting Services PSC / FSC: R421-TECHNICALASSISTANCE 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: 130709/SMALL/1900
Matching Key Words: writ*; technical; standard;
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
99 — Request for Offers SOL DE-SOL-0005845 Description REQUEST FOR OFFERS FOR THE SALE OF DEPLETED AND OFF-SPECIFICATION URANIUM HEXAFLUORIDE INVENTORIES Overview Reference number: DE-SOL-0005845 Issue date: 07/03/2013 Response due: 08/14/2013 03:00 PM ET Set Aside: N/A NAICS: PSC / FSC: 9999-MISCELLANEOUS ITEMS Agency: DOE Contracting office: EMCBC – Portsmouth-Paducah U.S. Department of Energy Portsmouth-Paducah Project Office 1017 Majestic Drive, Suite 200 Lexington, KY 40513 Place of Performance: Paducah Gaseous Diffusion Plant Paducah, KY Contact: Pamela Thompson Phone: Fax: Email: pam.thompson@lex.doe.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130704/SMALL/9093
Matching Key Words: state!ky;
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.
T — Video Production SOL 13JD05 The National Institute of Corrections (NIC) is soliciting proposals from organizations, groups, or individuals to enter into a cooperative agreement for a 12-month period to begin no later than September 15, 2013. Work under this cooperative agreement will involve the production of a 20- to 25- minute, high-end broadcast-quality DVD that introduces podular direct-supervision to a varied audience. The DVD will illustrate direct supervision through narration, interviews, graphics, and footage shot in jails. This project will be a collaborative venture with the NIC Jails Division. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130704/SMALL/9164
Matching Key Words: video*; produc*; production?;
USABID State and Local Purchases
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Debit Card Services RFP : 1400000007 Office Of The Cont SOL Debit Card Services RFP : 1400000007 Office Of The Controller Jodyi Hall Services NPS Published On : 7/15/13 Amended On : Closing On : 9/4/13 3:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130716/BID/0015
Matching Key Words: age:state!ky; state!ky;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
76 – Library Books/Pre-bound Library Books/E-Books SOL 31-13 Library Books/Pre-bound Library Books/E-Books For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130716/BID/0308
Matching Key Words: age:state!ky; state!ky;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
76 – Library Books/Pre-bound Library Books/E-Books SOL Library Books/Pre-bound Library Books/E-Books For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130716/BID/0309
Matching Key Words: age:state!ky; state!ky;
Virginia – County of Chesterfield http://www.chesterfield.gov/PurchasingBid.aspx?id=12469 Copies of the documents may be requested by phone at (804) 748-1617 or by E-mail to purchasing@co.chesterfield.va.us.
T – Video Production Equipment for Chesterfield County Public School SOL 13-0830 Video Production Equipment for Chesterfield County Public Schools For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130716/BID/0781
Matching Key Words: video*; produc*; production?;
Maine Public Notices http://me.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Maine.
R – Public Notice State of Maine DepartmentPublic Notice State of Ma SOL Public Notice State of Maine DepartmentPublic Notice State of Maine Department of Labor Public Notice for RFP # 201306561 Claimant and Employer Messaging Videos The State of Maine Department of Labor, Bureau of Unemployment Compensation has a requirement for video design and production services which will result in the final production of seven to ten videos (approximately two to three minutes in length) on different aspects of the unemployment program. In accordance with State procurement practices, the Department is hereby announcing the publication of a Request for Proposals (RFP) #201306561 for the purchase of the aforementioned goods and services. A copy of the RFP can be obtained by contacting the Departments RFP Coordinator for this project: Kelsie M. Lee, Labor Program Specialist. The RFP Coordinator can be reached at the following email address: (Kelsie.m.lee@maine. gov) or mailing address: Maine Department of Labor, Bureau of Unemployment Compensation, Attn: Kelsie Lee, 47A State Station, Augusta, ME 04333-0047. The Department encourages all interested vendors to obtain a copy of the RFP and submit a competitive proposal. Proposals must be submitted to the State of Maine Division of Purchases, located at the Burton M. Cross Office Building, 111 Sewall Street, 4th Floor, 9 State House Station, Augusta, Maine, 04333-0009. Proposals must be submitted by 2:00 pm, local time, on August 15, 2013 when they will be opened at the Division of Purchases aforementioned address. Proposals not received at the Division of Purchases aforementioned address by the aforementioned deadline will not be considered for contract award. Appeared in: Kennebec Journal on Saturday, 07/13/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130714/BID/0155
Matching Key Words: video*; produc*; production?;
State of Connecticut http://www.biznet.ct.gov/SCP_Search/Default.aspx?AccLast=2 State of Connecticut Procurement, DAS State Contracting Portal, 165 Capitol Avenue, Hartford, CT 06106. (860) 713-5095, (860) 713-7484 (fax).
T – RFP for “Video Production Services” SOL LP071113 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130712/BID/0186
Matching Key Words: video*; produc*; production?;
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 – NEPA Support Services for the Early-Lead Mini Fischer-Tropsch Re SOL UK-1280-14 NEPA Support Services for the Early-Lead Mini Fischer-Tropsch Refinery (DOE Contract # DE-RP52-08NA28016) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130712/BID/0296
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 – RFP for hearing officers. Multiple contracts will be issued RFP SOL RFP for hearing officers. Multiple contracts will be issued RFP : 1300000318 CHFS – Office Of The Secretary Published On : 7/8/13 Amended On : Closing On : 7/25/13 12:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130710/BID/0006
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – RFB-36-14 Bond Forfeiture-Gr IV PBG 13-Lawrence County RFB : 14 SOL RFB-36-14 Bond Forfeiture-Gr IV PBG 13-Lawrence County RFB : 1400000016 Facilities & Support Services Carolyn Turner Construction Published On : 7/5/13 Amended On : Closing On : 7/25/13 10:30 AM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0029
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – Inspector General Provider Training RFB : 1400000014 Of SOL Inspector General Provider Training RFB : 1400000014 Office Of The Controller Daniel Salvato Published On : 7/5/13 Amended On : Closing On : 7/19/13 1:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0030
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – FY14 KET Distance Learning Mandarin Chinese Teacher RFP : 13000 SOL FY14 KET Distance Learning Mandarin Chinese Teacher RFP : 1300000410 Kentucky Educational Television Published On : 7/5/13 Amended On : Closing On : 7/12/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0033
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – FY14 KET Distance Learning Spanish 1 Teacher RFP : 1300000409 SOL FY14 KET Distance Learning Spanish 1 Teacher RFP : 1300000409 Kentucky Educational Television Published On : 7/5/13 Amended On : Closing On : 7/12/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0034
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Legal Services RFP : 1400000004 Secretary Of State SOL Legal Services RFP : 1400000004 Secretary Of State Published On : 7/5/13 Amended On : Closing On : 7/12/13 3:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0035
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – FY14 KET Distance Learning Spanish 1 Teacher RFP : 1300000409 SOL FY14 KET Distance Learning Spanish 1 Teacher RFP : 1300000409 Kentucky Educational Television Published On : 7/5/13 Amended On : Closing On : 7/12/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130705/BID/0138
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – FY14 KET Distance Learning Spanish Conversation Coach RFP : 130 SOL FY14 KET Distance Learning Spanish Conversation Coach RFP : 1300000411 Kentucky Educational Television Published On : 7/5/13 Amended On : Closing On : 7/12/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130705/BID/0139
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Legal Services RFP : 1400000004 Secretary Of State SOL Legal Services RFP : 1400000004 Secretary Of State Published On : 7/5/13 Amended On : Closing On : 7/12/13 3:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130705/BID/0140
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Sponsorship-Triathlon-E.P Tom Sawyer RFP : 1400000002 K SOL Sponsorship-Triathlon-E.P Tom Sawyer RFP : 1400000002 Kentucky Department Of Parks Published On : 7/2/13 Amended On : Closing On : 7/9/13 2:00 PM EDT Time Left: 6 Days, 02:17:54 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130704/BID/0011
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 – Obsolete Products SOL UK-1279-14 Obsolete Products For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130703/BID/0311
Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Related articles
- Afghanistan signs 30-year gas pipeline deal (upi.com)
- Oil minister faces China’s Jennifer Lopez ‘diplomacy’ (rediff.com)
July 17, 2013
Business / Career, Government