FedBizOpps – Procurements
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — The Voice of America (VOA) Storefront BBG50-Q-13-0024 080713 Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov General Information
Document Type: Combined Synopsis/Solicitation
Solicitation Number: BBG50-Q-13-0024
Posted Date: July 25, 2013
Original Response Date: August 7, 2013
Contracting Officer Address:
Broadcasting Board of Governors (BBG)
Attn: Alisa Martine, Contract Specialist
Room 4032A
330 C Street, S.W.
Washington, DC 20237
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 separate WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number BBG50-Q-13-0024 is issued as a request for proposal (RFP) for the acquisition of Broadcasting Services, in support of the Broadcasting Board of Governors (Voice of America) 330 Independence Avenue, Washington, D.C., 20237. The period of performance shall consist of a Base period of one (1) year, with four, twelve (12) month option periods.
This acquisition is being solicited as Full and Open Competition. The associated NAICS code for this procurement is 454111. The Government intends to award a Single Firm-Fixed Price contract but reserves the right to make multiple awards as a result of this solicitation.
APPLICABILITY OF FAR PROVISIONS:
52.212-1 Instructions to Offerors-Commercial Items.
As prescribed in 12.301(b)(1), insert the following provision:
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 (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://www.assistdocs.com/search/search_basic.cfm).
(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 (https://assist.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)
The provision at 52.212-2, Evaluation Commercial Items (JAN 1999) applies to this solicitation.
FAR Clause 52.212-2 EVALUATION-COMMERCIAL ITEMS (January 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the services to be provided; (ii) price (iii) past performance (See FAR 15.304).
(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 price are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
Offerors must include a copy of 52.212-3 (APR 2012) with the proposal. The Clause 52.212-4, Contract Terms and Conditions – Commercial Items (FEB 2012) applies to this solicitation. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (MAY 2012), applies to the acquisition. Provision at 52.204-6, Data Universal Numbering System (DUNS Number) (APR 2008) applies. All offers must be signed. Offers shall include: Company Name; Company Address, Tax Payer ID Number, DUNS Number, valid SAM.gov registration, a list of three references with telephone numbers.
FAR 52.252.1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); SUBMISSION OF PROPOSALS: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of the solicitation may be accessed electronically at this address(es):http://www.acquisition.gov/far/
52.225-1 Buy American Act- Supplies (FEB 2009)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003)
52.204-7 Central Contractor Registration (FEB 2014) 4.1102 also applies
Documents submitted in response to this solicitation must be fully responsive to and consistent with the requirements of the solicitation. Failure to comply with all the requirements of the solicitation may result in the offer being considered unacceptable for award. Offers are due no later than 4:00 p.m. EDT on Wednesday, August 7, 2013 via FedEx or other mail carriers of delivery to the address shown above or by e-mail to amartine@bbg.gov. NO FAX PROPOSALS WILL BE ACCEPTED.
ADDITIONAL INFORMATION: TELEPHONE INQUIRES WILL NOT BE ACCEPTED.
PAST PERFORMANCE: The offeror shall submit three (3) past performance examples of current or previous contracts within the past three (3) years immediately preceding the issuance of this solicitation to be considered recent. Past performance information must include name of agency serviced or being serviced, name, telephone number and email address of agency point of contact; contract number, value of contract, nature of work performed, and the period of performance. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance. Past Performance will be evaluated as “Favorable or Not Favorable”.
QUESTIONS: If the offeror is uncertain as to any requirements of the specification(s), such questions should be directed to the Contracting Specialist. Questions should be submitted via email to amartine@bbg.gov. Questions must be received no later than 12:00 p.m. (EDT) on Wednesday, July 31, 2013. Questions which are not submitted in writing or are submitted after 12:00 p.m. (EDT) on Wednesday, July 31, 2013, will not be addressed. Responses to the questions submitted, if/as appropriate, will be responded to via an amendment to the solicitation only, which will be posted to FEDBIZOPPS.
SPECIFICATION/STATEMENT OF WORK:
Creation of a Fulfillment Store for the direct purchase of Voice of America “VOA” branded
merchandise by Agency employees and the general public.
HISTORY:
The Voice of America began broadcasting in February 1941. Now in its 71st year, it has become one of the most recognized brands around the world in the field of international broadcasting. VOA uses three major platforms for the distribution of its content: radio, television, and the Internet. Its program content is produced in 43 languages. Over the past years, Agency employees have frequently expressed great interest in obtaining branded items for their personal use to demonstrate their pride in the organization where they work.
OPERATION:
Contractor shall have the ability to produce and sell various promotional items bearing the official Voice of America (VOA) name and logos (“Licensed Marks”). The use of the Licensed Marks shall be outlined in a trademark licensing agreement to be entered into between the Agency and the Contractor. Any other use of the Licensed Marks is prohibited without express written permission by the Agency. The Agency reserves the right to review Contractor’s use of the Licensed Marks on the promotional items at its discretion.
The promotional items shall be available for sale to current and former Agency employees as well as the public at large via an online store.
The fulfillment store will specialize in merchandise bearing the Licensed Marks and shall be
created, hosted, and operated by Contractor. Contractor shall provide a customer service telephone number and email address and shall respond to customer questions in a timely fashion. The Agency will not be responsible for responding to customer requests, complaints, etc.
The resulting contract shall be at no cost to the Agency. Prospective purchasers will bear the full cost for purchase, collection of any applicable taxes, and shipment of the promotional items directly from the Contractor.
The Contractor will advertise the availability and costs for the promotional items through a web based catalogue and order form.
The Contractor will provide one sample of each selected promotional item bearing the Agency’s marks to the Agency for review and approval before making the item available for purchase.
The promotional branded items that shall be made available for purchase for Year One will include, but are not limited to, t-shirts, jackets, sweatshirts, hats, lanyards, mugs, travel mugs, water bottles, pens and pins. New items may be introduced by the vendor upon approval by the Agency.
LENGTH OF CONTRACT:
This agreement will be in force for a period of one year, with four option periods of one year
duration, each exercised at the discretion of the Agency.
STANDARD WEBSITE REQUIREMENTS:
Current standards of acceptable industry practices must be followed in the creation of an Internet sales website.
The Contractor shall use an Internet web based presentation of the items made available under this agreement, and the site needs to be kept simple and customer friendly. Pages on the website shall have photos of the items being offered, a short description, the price of the item and a “shopping cart function.”
When the purchaser “checks out,” the site must require the buyer to fill in customer information, add in all applicable taxes, and shipping costs, displaying the total and final cost to the purchaser.
There should also be an estimated date of delivery, not to exceed 10 business days.
A customer service email address and telephone number must be posted so the buyer can contact the Contractor with any questions about his/her purchase.
EVALUATION CRITERIA: The Offeror shall submit a proposal that delineates its technical ability and relevant expertise to perform the work described in the Statement of Work (SOW). 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:
(i) Quality of the workmanship of items offered. Samples are to be submitted with offer.
(ii) Ability to respond to orders in a timely manner.
(iii) Vendor’s ability to have in place customer service standards to accommodate purchases and resolve any conflicts with orders.
(iv) Vendor’s pricing schedule based on individual unit (QTY-1) for items outlined in the Operation Section of the SOW.
(v) Past performance in the creation and management of a virtual storefront to local, state, Federal Government, or to the private sector. (Please provide links to company stores your company has built. If the stores are not accessible to the general public, please provide screenshots of stores that are password protected. Please also provide a contact name and phone number for the previous clients, and describe the nature of work performed.
(vi) Relevant experience: The Offeror shall list its experience with procuring promotional items and maintaining an Internet sales website to local, state, Federal Government or private sector for a minimum of two (2) years. Please provide a contact name and phone number for the previous clients and describe the relevant experience.
BASIS OF AWARD: The award will be made to the vendor/contractor whose offer is determined to be the best overall value to the Government, price and other non-cost factors will be considered.
Offers submitted shall be valid for 60 days from submission.
BASE PERIOD: Effective date for this procurement shall be September 1, 2013. Duration of this procurement shall be one year, ending August 31, 2014, with an option for four (4) additional one year periods beginning September 1, 2014 and ending October 31, 2018.
Place of Performance: Voice of America Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-13-0024/listing.html
OutreachSystems Article Number: 130726/PROCURE/0092
Matching Key Words: documentar*;
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W. Washington DC 20005
T — Blanket Purchase Agreement for Freelance Multimedia Photojournalism/Videography Services for Millennium Challenge Corporation (MCC) MCC-13-RFQ-0124 080813 MERLE PHILLIPS, Sr. Contract Specialist, PSC Rep. MCC, Phone 2027726319, Email phillipsmc2@mcc.gov Photojournalism/Videography
MCC-13-RFQ-0124
1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information including in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number is MCC-13-RFQ-0124 and is issued as a Request for Quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through the most recent Federal Acquisition Regulation amendments which can be found athttp://www.acquisition.gov/far/index.html
2) The North American Industrial Classification Systems (NAICS) code is 711510 and the small business size standard is $7 million.
3) FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. The exact text and wording of clauses and provisions may be obtained from the Internet at http://acquisition.gov/far/index.html. The Government contemplates the award of a Firm Fixed Price Blanket Purchase Agreement (BPA) resulting from this solicitation.
4) The Millennium Challenge Corporation (MCC) is a U.S. Government corporation whose mission is to provide assistance that will support economic growth and poverty reduction in carefully selected countries that demonstrate a commitment to just and democratic governance economic freedom, and investments in their citizenry. For more information on the MCC, please visit http://www.mcc.gov.
5) This combined synopsis and solicitation notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ close date will be considered.
6) Statement of Need: MCC is in need of a freelance multimedia professional with expertise in photojournalism and documentary videography to provide striking imagery to effectively tell the stories of our beneficiaries and impact. The professional will provide those services for international organizations, with writing and editorial skills, and must be capable of operating in unfamiliar environments with minimal supervision. Please see Section C of MCC-13-RFQ-0124 for more detail.
7) The Government may award the BPA to multiple responsible companies/consultants whose quote conforming to this notice represents the best value in terms of technical criteria, past performance and price. All non-price factors (technical criteria and past performance) are more important than price. If options are included, quotes will be evaluated by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the options(s).
8) Evaluation Factors. Only quotes which meet the technical evaluation criteria will be considered.
9) Evaluation Methodology. The Government will perform a comparative analysis of quotes and will assess the advantages and disadvantages of each quote as related to the Evaluation Factors. Multiple awards may be made from this notice and all quotes will be retained and may be utilized for requirements for a period of 6 months.
10) Quote Deadline. Independent Consultants are invited to submit their quotations in response to this notice by 2:00 pm Eastern Standard Time (EST), August 8, 2013. Only e-mailed requests for additional information will be accepted at MCCConsultants@mcc.gov by 12:00 pm eastern standard time on August 1, 2013. Quotations submitted in response to this notice shall include the solicitation number AND description in the subject line and be signed, dated and submitted via email to MCCConsultants@mcc.gov. The maximum file size is 10mb.
11) FAR 52.212.3, Offeror Representations and Certifications – Commercial Items shall be required from the selected company/consultant, prior to the time of award.
12) There are no additional contract requirements(s) necessary for this acquisition other than those consistent with customary commercial practices.
13) See attached MCC-13-RFQ-0124 for more detailed information.
URL: https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-13-RFQ-0124/listing.html
OutreachSystems Article Number: 130726/PROCURE/0116
Matching Key Words: documentar*; naics!711510;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road Norfolk VA 23521
U — PROVIDE SQUADRON EXERCISE SUPPORT H92240-13-T-JH23 082613 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-JH23 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 611699 and the Small Business Size Standard is 7.0 M.
This requirement is 100% set aside for small business.
Line item 0001: Naval Special Warfare Command has a requirement for support of Squadron Interoperability Exercise to be held at Stennis Space Center near Hancock, MS from 9-20 September 2013 as per the attached Performance Work Statement (PWS). Provide breakdown by Labor Category. Direct Labor 1 LOT
Line item 0002: Travel as per the attached PWS 1 LOT
Line item 0003: Other Direct Costs as per the attached PWS 1 LOT
FAR 52.212-2 – EVALUATION--COMMERCIAL ITEMS
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate offers: Technical capability, past performance and price. Award will be based on lowest price technically acceptable.
Provide two (2) examples of orders where same/similar work has been performed or being performed by your company within the past three (3) years.
FAR 52.212-3 Alt A – Reps and Certs ORCA
Note that you must be registered in SAM to be considered for an award. Registration is free and can be completed online at https ://SAM.gov .
Representations and Certifications shall be completed via the SAM web site at https://SAM.gov.
Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted by 13 August 2013, 11:00 a.m. to allow time for responses to be returned.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, effective 26 Jun 2013.
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.
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)
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. 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 52.219-6 – 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
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
5652.237-9000 Contractor Personnel Changes (1998)
•(a) The contractor shall have the right to remove his personnel assigned to perform the tasks hereunder and to substitute other qualified personnel provided that the Contracting Officer is notified of such removal and replacement. The contractor shall notify the Contracting Officer prior to such change, giving the new employee’s name, security clearance and technical qualifications.
•(b) Any removals or replacements for the convenience of the contractor shall be at no additional cost to the Government. Cost to be borne by the contractor include but are not limited to time of travel, travel and trainingcosts for replacement personnel.
•(c) Removals or replacements of contractor personnel shall be considered for the convenience of the contractor except when such removal is for:
•(1) employees removed as a result of cancellation or completion of the contract,
(2) employees replaced due to death or incapacitating illness or injury,
(3) or employees removed or replaced at the Government’s request.
•(d) If any employee removes him/herself from the employ of the contractor, such removal will be at no additional cost to the Government .
Set-Aside: Total Small Business Place of Performance: STENNIS SPACE CENTER STENNIS , MS 39552 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-JH23/listing.html
OutreachSystems Article Number: 130726/PROCURE/0125
Matching Key Words: film?; produc*; train*; you; website; web; site?; business*; instruct*; commercial?;
Department of Veterans Affairs, VA Center for Acquisition Innovation (Washington), VA CAI Washington, Department of Veterans Affairs;Acquisition Service DC; Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420
U–Robert W. Carey Examier Consensus Training VA10113Q0190 073113 Joan Dixon Contract Specialist 202-756-1339 joan.dixon@va.gov This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in the Federal Acquisition Regulation (FAR) 12.603, Streamlined Solicitation for Commercial Items and FAR Subpart, 13.106, Simplified Acquisition Procedure. This announcement constitutes the only solicitation; a written solicitation will not be issued. This announcement replaces solicitation number VA101-13-Q-0178.
The Department of Veteran Affairs (VA) RFQ solicitation number VA101-13-Q-0190 is solicited for Full and Open competition. This solicitation document incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 2005-67; effective July 22, 2013 and VA Acquisition Regulation (VAAR). 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 these addresses: http://www.acqnet.gov/far and http://www.va.gov/oal/library/vaar. The associated North American Industrial Classification System (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. The Product Service Code of this category is X1AB: Lease/Rental of Conference Space and Facilities. This requirement is being solicited unrestricted. All Offerors that provide a quotation agree that the requirement and services can be provided in its entirety, for the specified performance period. Offerors that cannot provide the complete requirement and services during the performance period of August 19 through 23, 2013(week 1) and August 26 through 30, 2013 (week 2) should not provide a quotation, as the quotation will not be considered.
The Offeror shall provide the following requirements: The VA’s Office of Policy Planning requires conference meeting rooms and audiovisual services and training facility accommodations in support of the upcoming Robert W. Carey Performance Excellence Program Training. The place of performance shall be at the Offeror’s facility. The period of performance is August 19 to 30, 2013. No work will be performed on Saturday August 24, 2013 and Sunday August 25, 2013. Hours of operation: 8:00 AM to 5:00 PM Eastern Daylight Time (EDT) Location: The venue must be located in the National Capitol Region (District of Columbia). The Washington DC area is defined as near Capitol Hill or the DC Convention Center. The hotel meeting space shall be within (3) walking blocks (or 0.5 mile transport miles) of a Washington Metropolitan Area Transit Authority (WMATA) Station.
See attached Statement of Work (SOW) for facility and audiovisual requirements. Do not include lodging pricing in offer, as participants will be responsible for respective payment). There is no commitment to sleeping room requests.
The VA intends to award one Firm Fixed Price purchase order on the basis of lowest price, technically acceptable (LPTA). Award will be made to the Offeror having the lowest evaluated price meeting or exceeding the technical acceptability standards for non cost factors. Technical factors will be rated as acceptable or unacceptable. Technical and price evaluation factors are of equal importance. In order to determine that the Offeror’s offer is technically acceptable, the Offeror shall meet or exceed all the specified requirements explained in the SOW.
Factors to Evaluate
Factor 1- Technically Acceptability (acceptable/unacceptable)
Factor 2- Price – Reviewed for completeness and reasonableness.
Factor 1- Technically Acceptable: In order to be considered technical acceptable the Offeror’s
quotation shall be evaluated on whether the requirements specified in the solicitation have been
completely considered, fully addressed and satisfied.
Factor 2- Price: The Offeror shall complete the Schedule of Supplies/Services of the solicitation
and proposed a price for all functional areas within the schedule. The Offeror shall also provide
a total costs that combines all requirements.
Solicitation Provisions / Clauses: This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-67, effective July 22, 2013.
The following FAR provisions/clauses and supplemental agency VAAR provisions/clauses apply to this acquisition and are incorporated by reference:
FAR 52.212-1, Instructions to Offerors Commercial Items (FEB 2012)
FAR 52.212-2, Evaluation- Commercial Items (JAN 1999)
FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (DEC 2012). Offeror must submit a completed copy of the listed representations and certifications.
FAR 52.212-4, Contract Terms and Conditions – Commercial Items (JUN 2013)
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders – Commercial Items (JAN 2013); paragraph (a) and the following clauses in paragraph (b): (23), (26), (27), (28), (29), (38), (39), (42).
FAR 52.223-18 Encouraging Contractor Polices Ban Text Messaging While Driving (AUG 2011)
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013)
FAR 52.239-99 -Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (AUG 2012)
VAAR 852.232-70 Electronic Submission of Payment Request (NOV 2012)
VAAR 852.237-70 Contractor Responsibilities (APR 1984)
VAAR 852.252-71, Representatives of Contracting Officers (JAN 2008)
VAAR 852.273-70, Late Offers (JAN 2003)
VAAR 852.273-74 Award without Exchange (JAN 2013)
OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTES, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS WHICH ARE AVAILABLE ELECTRONICALLY AT:http://www.acquisition.gov/far/
Offeror s not registered in the System for Award Management (SAM) at the time the requirement is anticipated to be awarded will not be considered. Offeror s may register with SAM by accessing http://www.sam.gov or by calling 1-866-606-8220.
Quotation Submission: Questions and submissions will be accepted in only in electronic form to Joan Dixon, Contract Specialist at email Joan.Dixon@va.gov. All offers shall include prices(s) (unit price, extended price, total price) a point of contact: name, phone number & e-mail, Cage Code, Duns Number, business size, and payment terms. The Offeror’s offer shall consist of the following information which is divided into two parts: Technical Offer, and Price Offer. The Technical Offer shall include title page, solicitation number, detail table of contents, preface and shall not exceed 10 pages, utilize Times New Romans and size 12 fonts. The Offerors must be specified in responses to this requirement.
Questions: Questions shall be submitted by Monday July 29, 2013 by 5:00 PM EDT.
Quotation Submission Deadline: Quotations must be received by July 31, 2013 by12:00 PM EDT. Any responses received after July 31, 2013 will not be considered.
The points of contact: Joan Dixon, Contract Specialist, Phone:E-mail:Joan.Dixon@va.gov) or Christian Fowler, Team Lead Phone: (Email: Christian.Fowler@va.gov).
NOTE: Communication with other officials may compromise the integrity and competitiveness of this acquisition, which could result in the cancellation of the solicitation and/or exclusion of your quotation.
URL: https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10113Q0190/listing.html
OutreachSystems Article Number: 130726/PROCURE/0127
Matching Key Words: audiovisual; produc*; serv*;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — MILITARY BLOW OUT KITS H92244-13-T-0269 081213 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0269, 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 2005-67 effective 22 July 2013.
This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9E.
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B Schedule of Supplies and Services
BRAND NAME OR EQUAL. IF QUOTING EQUAL, VENDOR MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.
CLIN 0001 Military Blow Out Kit with Combat Pill Pack to include one each of the following (unless annotated otherwise): Nasopharyngeal Airway 28fr, Surgilube 3gr, QuikClot Combat Gauze, Foxseal Occlusive Dressing (2 pack), 14G x 3.25″ Decompression Catheter, Primed Compressed Gauze (2), 4″ Emergency (Israeli) Dressing, 4″ Elastic Bandage (non-latex), Red Mechanical Wax Pencil, Casualty Assistance Card, 5mil poly/COEX vacuum & heat seal bag. Sealed aluminum Combat Pill Pack to include Moxifloxacin 400mg, Meloxicam 15mg & Acetaminophen bi-layer 625 mg (2)
MFR: TQS
P/N: TQS-20FS
QTY: 400 each
FOB Destination
Section I Clauses
Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-7 Central Contractor Registration Feb-12
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan-13
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar-12
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items May-13
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun-12
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec-12
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec-12
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil
FAR 52.212-2 Evaluation – Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Dec-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.
Quotes must be received no later than 8:00 AM Eastern Standard Time (EST) on 12 August 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0269/listing.html
OutreachSystems Article Number: 130726/PROCURE/0651
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of the Air Force, Air Force Materiel Command, ESG – Enterprise Sourcing Group, Building 1 1940 Allbrook Dr Wright Patterson AFB OH 45433-5006
R — ESG AFCEC Environmental Services RFI#2 FA8903-13-R-0071 080813 Tracy E Harris, Contract Specialist, Phone 2103958738, Email tracy.harris.8@us.af.mil – Beatrice Torres, Contracting Officer, Phone 2103958120, Email beatrice.torres@us.af.mil THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government’s requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm’s ability to submit an offer if, or when, a solicitation is released. The requested information is for market research and planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
GENERAL INFORMATION:
The 772d Enterprise Sourcing Squadron/Environmental Services Contracting (772 ESS/PKS) at Joint Base San Antonio (JBSA), Lackland, TX, is planning to contract with firms to perform environmental services to address environmental needs at Air Force installation locations within the East Regional Support Team (RST) (includes EPA regions 1, 2, 3 and 4) in accordance with technical and regulatory requirements.
772 ESS/PKS anticipates the award of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to multiple firms using North American Industry Classification System (NAICS) code 562910. The business size standard associated with this NAICS code is 500 employees. All sub-categories of small businesses are being looked at during our market research phase.
772 ESS/PKS is considering the inclusion of Firm Fixed Price (FFP) pricing arrangements in each contract. Additionally, we currently anticipate that each contract will have a 4-year basic ordering period with performance continuing up to 24 months after the end of the ordering period. Registration in the System for Award Management (SAM) will be mandatory for these contracts (see SAM website athttps://www.sam.gov/portal/public/SAM/.
772 ESS/PKS request comments from interested parties to the following five attachments:
Attachment 1: Information to Offeror(s) (ITO-Section L) dated 22 Jul 2013
Attachment 1a: Section L, Attachment L-6 Price Model
Attachment 1b: Section L, Attachment L-5 Fully Burdened Labor Rates Tables
Attachment 2: Information to Offeror(s) (ITO-Section M) dated 22 Jul 2013
Attachment 3: Draft Performance Work Statement (PWS) dated 15 Jul 2013
Please submit your comments before 10:00 AM CDT, 8 Aug 2013. All information provided will become the property of the United States Air Force and will be kept as confidential information.
Since this is an RFI to be used in market research and planning a possible future acquisition, please do not send in any proposals. Request for proposals, if or when issued, will be available on the Internet at FedBizOpps.gov. As such, it is the potential offeror’s responsibility to monitor these sites for the release of any additional information.
THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
Please note that official information will be provided only by the Contracting Officer or the Buyer. Any information received from other sources should not be relied upon as official.
Set-Aside: Total Small Business Place of Performance: Eastern United States Region to include: Maine, New Hampshire, Vermont, Connecticut, Delaware, New York, Massachusetts, Rhode Island, District of Columbia, New Jersey, Maryland, Pennsylvania, West Virginia, Virginia, North Carolina, South Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, and Florida (includes EPA regions 1, 2, 3 and 4). US URL:https://www.fbo.gov/notices/76ff6be733433105ea487984a448b2fc
OutreachSystems Article Number: 130725/PROCURE/0098
Matching Key Words: state!ky;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — Spill and Heat Protection Supplies H92244-13-T-0243 062813 Josephine Ocampo, Phone 757-862-9470, Fax 757-862-0809, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation forCommercial 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-0243, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 Apr’13.
This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9.
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B Schedule of Supplies and Services
Brand name or equal item, for equal item/s please provide specifications along with your quote in order to be considered for award
CLIN 0001 Various Spill Mitigation and Heat Protection Supplies – See Section C for Extended Description and Specifications Qty – 1 lot
F O B Destination
Section C Specifications
Please see attached Extended Description and Specifications for Spill Mitigation and Heat Protection Supplies.
Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012
FAR 52.211-6 Brand Name or Equal Aug 1999
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Deviation) Jan 2013
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
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 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006
FAR 52.222-50 Combating Trafficking in 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 Oct 2003
Contractor Registration
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes – Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
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 Mar 2012
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun 2012
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jun 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Jun 2012
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 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 https://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 capability and price. Government will award this contract based on best value to the government.
(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.
FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Dec 2012
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
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. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 862-9469.
SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 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.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil
Quotes must be received no later than 09:00 AM. Eastern Standard Time (EST) on 28 Jun’13. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 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 Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
Set-Aside: Total Small Business Place of Performance: 1636 Regulus Ave Virginia Beach , VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0243/listing.html
OutreachSystems Article Number: 130725/PROCURE/0573
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13 Washington DC 20219
T — Audio-Visual Services – RFI Re-Release RFI07242013 080213 Azita Mamdouhi, Phone 2026496614, Email azita.mamdouhi@occ.treas.gov REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE
The Office of the Comptroller of the Currency (OCC) charters, regulates, and supervises all United States national banks and federal thrifts. OCC also supervises the federal branches and agencies of foreign banks. Headquartered in Washington, DC, the OCC has four district offices plus an office in London to supervise the international activities of national banks. Bank supervision is the core activity of the agency.
The contractor shall provide all management, tools, equipment, supplies, and labor necessary to ensure that audiovisual maintenance services are performed for the Office of the Comptroller Headquarters and HQ extended location. The contractor shall accomplish all preventative maintenance, repair and firmware upgrades to meet the requirements of this PWS. OCC headquarters has approximately 110 meeting spaces with standard equipment consisting of LCD monitor, multimedia projector and screen with Crestron equipment control system. Two of the rooms are more specialized larger capacity rooms (100 + participants) which contains three multimedia projectors each, with more advanced audio and video capability.
OCC’s Learning Center location consists of four specialized learning rooms with Crestron control systems and ceiling mounted projection systems.
The contractor shall:
• Perform preventive and corrective maintenance of audio-visual equipment and associated control systems;
• Ensure timely and cost effective maintenance is performed in accordance with customer requirements;
• Complete surveys of existing maintenance systems and recommendations for improvement;
• Have knowledge and use of maintenance software and related equipment.
In order to facilitate this endeavor, the OCC is seeking industry sources with demonstrated capabilities to provide innovative solutions and approaches for achieving the requirements outlined in the attached DRAFT Performance Work Statement (PWS) and attachments. The DRAFT PWS in its current form provides respondents the minimum requirements of the OCC. It is the OCC’s intent to use the information gathered in response to this Sources Sought Notice to assist the Government in its market research to determine whether to, in accordance with applicable law, set- aside, restrict competition, or solicit offers from all responsible sources. Furthermore, the responses obtained will enable the OCC to refine the strategy for the development of this requirement in order to structure a program that will mitigate cost, schedule, and performance risks.
To assist the OCC in identifying potential sources that possess the specific expertise, capabilities and experience to meet the requirements of the PWS, the attached Capabilities Questionnaire has been developed. Respondents to this notice shall provide a written capabilities statement, which includes and addresses the questions outlined in the questionnaire and any relevant information that specifically addresses the company’s capabilities to provide the services outlined. Capabilities Statements shall be no longer than 10 pages (not including a price estimate).
It is particularly important for the government to understand the cost model for an entity to provide the support as described in this Notice. Therefore, respondents are encouraged to provide a rough order of magnitude (ROM) for the requirements described.
The Government believes industry feedback is important, and is receptive to any and all ideas from industry, which would result in sound requirements, realizing cost savings, or highlighting potential technical, or contractual problem areas associated with this effort. The Government reserves the right to reject in whole or in part, any industry input as a result of this Notice.
Failure to provide sufficient documentation may result in the Government being unable to adequately assess your capabilities. When submitting responses, vendors shall clearly identify any information it considers sensitive or proprietary. All information received in response to this Notice that is marked ‘proprietary’ will be handled accordingly. Responses to this Notice will not be returned. Responders are solely responsible for all expenses associated and incurred by submitting a response. Eligibility to participate in a future acquisition is not predicated on a response to this Notice.
Please submit responses via email to Azita Mamdouhi, Contract Specialist, at Azita.Mamdouhi@occ.treas.gov no later than 10:00 A.M. EST on August 2, 2013.
DISCLAIMER AND IMPORTANT NOTES : This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
Place of Performance: 400 7th Street, SW Washington, DC 20219 US URL: https://www.fbo.gov/spg/TREAS/OCC/ASDMS413/RFI07242013/listing.html
OutreachSystems Article Number: 130725/PROCURE/0617
Matching Key Words: video; audiovisual; serv*;
Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula Missoula MT 59804
T — Youth and Wilderness Film Project AG-03R6-S-13-0086 080613 Tami L Mitchell, Purchasing Agent , Phone 406-329-1009, Fax 406-329-3876, Email tlmitchell@fs.fed.us The purpose of this contract is to provide high definition filming and post production services that results in one 15-20 minute feature film and ten to twelve 1-2 minute podcasts, featuring youth and wilderness, for upcoming celebrations in 2014 of the 50th Anniversary of the Wilderness Act. The intent of the film is to show the transformative power of wilderness on youth, and to inspire youth who will become the future stewardship of this incredible wilderness legacy.
Set-Aside: Total Small Business Place of Performance: Flathead and Helena National Forests Regional Office 200 E. Broadway Missoula, MT 59801 US URL: https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-13-0086/listing.html
OutreachSystems Article Number: 130723/PROCURE/0082
Matching Key Words: filming; naics!512110;
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
T–Video Inspection of Spillways at Eagle Island Dredge Disposal Area, Brunswick County, North Carolina W912PM-13-T-0029 072613 Carol Brock, 9102514110 USACE District, Wilmington 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 notice is being posted as an avenue to provide Request for Quotes, W912PM-13-T-0029. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action.
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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is reserved exclusively for small business concerns. The solicitation number is W912PM-13-T-0029, and the solicitation is issued as a Request for Quote (RFQ).
This procurement is 100% set-aside for small business. The North Atlantic Industry Classification System (NAICS) code is 541370 with a small business size standard of $14 million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-68.
Description of Requirement:
The Wilmington District, of the US Army Corps of Engineers requests the transportation, labor, equipment, supplies and materials to completely documentary, color video inspection inside each 30-inch pipe at Spillways 1, 4, 5, and 6, from the upstream (inside of dike) to the connection with the HDPE pipe, at the Eagle Island Dredge Disposal Area, located approximately three miles southwest of downtown Wilmington, North Carolina. Each inspection shall be recorded digitally on a DVD (Digital Versatile Disk) and provided to the Government for later viewing and analysis. The video inspection equipment shall be capable of performing pan and tilt video inspection of the inside surface of the spillway pipe. In the performance of this contract, the Contractor shall comply with the requirements of the U.S. Department of Labor Wage Determination 2005-2393, Revision 14, dated 06/19/2013, in Brunswick County, North Carolina.
Background checks will be required for all Contractor personnel. See the Statement of Work for details and requirements regarding this standard procedure.
To view the specifications for this requirement:
Scroll toward the bottom of this solicitation
Click the quote mark Additional documentation quote mark link below the Additional Information Heading
Open ALL the Attached pdf documents
This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil.
52.204-7, Central Contractor Registration
52.204-9, Personal Identity Verification of Contractor Personnel
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
52.219-1, Alternate I, Small Business Program Representations
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor–Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-25, Affirmative Action Compliance
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.222-41, Service Contract Act of 1965
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-43, Statement of Equivalent Rates for Federal Hires
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-1, Buy American Act-Supplies
52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act
52.225-13, Restrictions on Certain Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification
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
52.236-1, Performance of Work by the Contractor
52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements
52.247-34, F.O.B. Destination
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference
52.252-5 Authorized Deviations In Provisions
52.252-6 Authorized Deviations In Clauses
252.201-7000, Contracting Officer’s Representative
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7003, Agency Office of the Inspector General
252.204-7004 Alt A, System for Award Management
252.204-7005, Representation Relating to Compensation of Former DOD Officials
252.204-7006, Billing Instructions
252.204-7008, Export-Controlled Items
252.211-7003, Item Identification and Valuation
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer.
PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror’s complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NO LATER THAN 1:00 PM, EASTERN DAYLIGHT TIME, 26 JULY 2013. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on US Mail, courier service, or hand-delivered to the attention of the Contract Specialist, Carol Brock at 910-251-4110.
The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote.
The government reserves the right to cancel this solicitation.
This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement.
Electronic Quotes are now being accepted via email; Jessie.C.Brock@usace.army.mil or fax; 910-251-4454.
Set-Aside: Total Small Business Place of Performance: USACE District, Wilmington CESAW-CT, 69 Darlington Ave, Wilmington NC 28403-1343 US URL:https://www.fbo.gov/notices/cc507772ea095c89718e4d779a91559c
OutreachSystems Article Number: 130723/PROCURE/0084
Matching Key Words: documentar*;
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
R–Housing Market Analysis, US Army Installations Worldwide W912QR-13-R-0069 090413 Lauren Minzenberger, 502-315-6202 USACE District, Louisville Requirement to provide a variety of Housing Market Analysis services for Army projects worldwide. This will be an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. A seed project will be awarded along with the base contract. Contract duration is estimated at 5 (five) Years from date of award, with a 3 (three) year base and two (2) year option period. The minimum guarantee is $10,000.00 for the three year base contract and $10,000.00 for the option. This solicitation is a Request for Proposal (RFP). The North American Industry Classification (NAICS) code is 541611, with a size standard of $14,000,000. The estimated cost range is $600, 000 per year. Proposals will be evaluated using a Best Value Tradeoff Source Selection Process. Proposals will be evaluated based on technical factors such as: Prime Contractor Past Performance, Key Personnel, and Price. All evaluation factors, other than cost or price, when combined, are more important than cost or price. Approximate issue date for the solicitation is 01 August 2013 and approximate closing date is 04 September 2013. This project will be available by download from the Internet only. The project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. In order to download the files for this project, registration at the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov is required. Downloads are available only through the FedBizOpps website. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY. Further details will be issued with the solicitation. General questions may be addressed to Lauren.O.Minzenberger@usace.army.mil.
Set-Aside: Total Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL:https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-13-R-0069/listing.html
OutreachSystems Article Number: 130720/PROCURE/0070
Matching Key Words: age:state!ky; state!ky;
Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030
R — USPSC Development Transition Specialist, USAID/Kyrgyz Republic, Bishkek 39-2013 080513 Tatiana P Rossova, Personnel Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE: 07/18/2013
CLOSING DATE: 08/05/2013
Gentlemen/Ladies:
SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 39-2013
USPSC Development Transition Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the PSC services described in the attached.
Submissions shall be in accordance with the attached information at the place and time specified.
Any questions may be directed to Samuel Matthews, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34, or e-mail almaexo_hr@usaid.gov.
Offerors should retain for their records copies of all enclosures which accompany their proposals.
Sincerely,
Samuel Matthews
Contracting Officer
ATTACHMENT TO SOLICITATION NO. 39-2013
1. SOLICITATION NUMBER: 39/2013
2. ISSUANCE DATE: 07/18/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 08/05/2013 (6 p.m. Almaty Time)
4. POSITION TITLE: USPSC Development Transition Specialist
5. MARKET VALUE: $84,697-$110,104 per annum (GS-14 equivalent) with 25% Post Differential (currently)
6. PERIOD OF PERFORMANCE: Two years
7. PLACE OF PERFORMANCE: USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
8. JOB DESCRIPTION:
A) BACKGROUND
The USAID Kyrgyz Republic Mission (USAID/KR) is headquartered in Bishkek, Kyrgyz Republic with a sub-office in Osh, Kyrgyz Republic. The Kyrgyz Republic is bordered by Kazakhstan, Uzbekistan, Tajikistan, and China. The Kyrgyz Republic is an emerging parliamentary democracy still recovering from a violent political transition in 2010. Because it serves as a potential model for democracy in the region, and because of its proximity to South Asia and its potential to contribute to stability in nearby Afghanistan and Pakistan, the Kyrgyz Republic is of considerable geopolitical and strategic interest to the United States.
USAID/KR is responsible for management of a development program of over $50 million, of which approximately $25 million are dedicated to economic development activities spread across several sub-sectors: macro-economic policy, trade and investment, private sector development, agriculture, and clean energy. In addition to the Mission Director, the Mission is staffed with three direct hires, five U.S. Personal Service Contractors (USPSCs), and 17 Foreign Service Nationals (FSNs).
USAID/Kyrgyz Republic (USAID/KR) is seeking highly motivated, highly qualified individuals to manage a complex portfolio of flexible programs designed to assist the continuing transition to a peaceful society with a capable system of governance in the Kyrgyz Republic. USAID/KR works with Kyrgyz partners, and local and international non-governmental organizations (NGOs) supporting the development of the private sector, agriculture, basic and higher education, improved healthcare, rule of law, protecting human rights, combating corruption, strengthening political competition and civil society, the media, and enhancing the quality of governance. The mission is also responsible for management of conflict reduction programs.
The Development Transition Specialist (Specialist) is a member of the USAID/Kyrgyz Republic Mission and reports to the Senior Development Transition Specialist.. S/he serves as a Mission expert and coordinator in providing technical leadership and support for cross-cutting issues related to the ongoing development transition in the Kyrgyz Republic. This cross-cutting program includes elements of Democracy and Governance programming such as civil society, governance, media, rule of law, and human rights as well as economic development and social services activities. The incumbent will provide technical assistance in areas related to improving local and national governance, increasing economic opportunities, increasing the level of inclusiveness within and integration between different regions of the Kyrgyz Republic, and reducing the risk of conflict. The Specialist will be primarily based within the office of a USAID/KR implementing partner and will be responsible for the day-to-day management of this implementing partner’s activities. The incumbent provides substantive input in the design, implementation and monitoring of projects in these areas and in the management of the implementing partner’s key personnel. Working within strategic guidance provided by the upcoming USAID/KR Country Development Cooperation Strategy, the Government of the Kyrgyz Republic’s National Sustainable Development Strategy and other strategic documents, the Specialist assists the Senior Development Transition Specialist in development of the implementing partner’s project-level strategic framework and management plan. Using this framework and management plan as a guide, the Specialist takes the lead in the identification of key partnerships with Kyrgyz Government, private sector, and civil society institutions. The Specialist then guides and manages the implementing partner’s team in the development and management of activities to work with these partner institutions to achieve long-term development goals. These activities include cash and in-kind grants, short and long-term technical assistance, training. The Specialist will frequently be called upon to use her/his technical knowledge and development experience to personally design high profile activities working towards governance, public administration and economic development objectives.
The Specialist is also the primary manager for the USAID/KR implementing partner’s activities in the Southern Kyrgyz Republic, which are largely managed from a sub-office in the city of Osh. The incumbent will travel frequently to the region (30% travel) and works directly from the implementing partner’s office to supervise the design and management of activities in this region.
The range of responsibilities and functions are outlined below.
B) DUTIES AND RESPONSIBILITIES
Under the direct supervision of the Senior Development Transition Specialist, the Specialist has duties and responsibilities including but not limited to the following:
1) Project Technical Management 60%
– Provide day-to-day direction and supervision for a large USAID/KR implementing partner staff in both Bishkek and Osh, oversee management of Chief of Party and other Key Personnel.
– Oversee design of project activities, including designing activities personally. Provide informed, written and oral recommendations to the Senior Development Transition Specialist and Contracting Officer for activity approvals and identification of strategic partnerships.
– Supervise management of project activities, using knowledge from monitoring and activity evaluations to make judgments on progress and recommendations on strategic directions.
– Conduct site visits to evaluate recipient performance and provide advice and programmatic support.
– Monitor local and regional political developments and regularly brief USG and partner staff on their potential programmatic impact.
– Review, update and expand as appropriate the Mission’s analysis of transition-related issues in the Kyrgyz Republic. Advise Mission management on the implications of this analysis for development programming.
– Develop strategies, effective reporting and activity design, including writing scopes of work, program descriptions and assessments.
– Develop lessons learned and best practices on USAID transition programming particularly in situations which may be applicable to the Kyrgyz Republic; also, as needed, keep current on approaches related to cross-cutting issues (e.g. youth, media) and related sectors (e.g. education, economic growth).
– Participate in public outreach function, as needed.
2) Project Administration 25%
– Take the lead on collecting information and drafting/editing regular reporting products.
– Participate in planning, scheduling and control of annual cycles of program and funding activity.
– Perform a wide range of administrative functions (budget preparation, financial management, records management and travel assistance) to help ensure programmatic success.
– Analyze proposals to ensure compliance with USAID and United State Government (USG) policy, technical, cost/financial, and legal requirements as well as all applicable Federal regulations, Directives and Executive Orders.
– May serve as Contacting Officer’s Representative (COR) and/or Agreement Officer’s Representative (AOR) on transition-related programs. In so doing, s/he would be solely responsible for providing technical direction; monitoring and evaluating the delivery of assigned activities in compliance with the terms of cooperative agreements and contracts; submits reports on activities progress, including professional analyses of related problems and recommendations for corrective action to improve implementing organizations or contractor performance; and advises and assists grantees in the development of detailed designs, plans, and cost estimates for assigned activities.
– May serve as Alternate COR and/or Alternate AOR for multiple awards. This means that the individual would be required to temporarily undertake all COR/ AOR responsibilities on behalf of another team member in her/his absence.
– Manage existing and new grants, cooperative agreements and contracts that may cover extended periods of time and involve substantial funds, assuming general program management oversight of various projects developed. Collaborate and coordinate closely with interagency counterparts.
3) Acting Senior Development Transition Specialist (Program Director) 15%
When required, the Specialist assumes higher representational responsibilities as the Senior Development Transition Specialist, who functions as the Program Director for the cross-cutting USAID/KR project. When serving in this acting Program Director status, the Specialist is responsible for:
– Supervision of four Kyrgyz national USAID staff and full strategic management of cross-cutting project.
– Approval of activities within the project strategic framework.
– U.S. interagency and donor coordination/representation of USAID Development Transition activities and priorities to a wide audience.
– Other duties as assigned.
C) POSITION ELEMENTS:
1) Supervision received: The incumbent will work under the general policy and technical guidance of and report to the USAID/Kyrgyz Republic Senior Development Specialist. The Supervisor will set overall objectives. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision.
2) Supervision Exercised: The Specialist will supervise two FSN Project Management Specialists. Together they will develop deadlines, projects, and work to be accomplished. When service as Acting Senior Development Transition Specialist, will supervise four FSN staff.
3) Available Guidelines: USAID Automated Directives (ADS), USAID Acquisition Regulations (AIDAR), State Department’s Foreign Affairs Manual (FAM), strategic and other general program documents, and contact with contracting and financial management specialists.
4) Exercise of Judgment: In instances not clearly covered by written guidelines, the incumbent will use his own personal, well informed judgment in devising innovative approaches to resolving technical, administrative, managerial and/or policy problems. Excellent (balanced) judgment must be exercised in setting priorities. The use of initiative, discretion and patience is expected in dealing with Mission personnel as well as representatives from other donor organizations to resolve problems that arise during the course of work for which there is often no clear or immediate solution. In addition, considerable judgment is required in working effectively with officials in the government and the private sector, in overseeing contractor activities and coordinating multi-sector efforts in support of USAID/KR development objectives, and in collecting, analyzing and reporting on progress of activities and recommending project actions. The incumbent will also be required to follow and adhere to the Agency’s Code of Ethics and Conduct.
5) Level of Contacts: The Incumbent actively engages in official personal contacts with Host-Country high ranking officials, different U.S. Agencies, international organizations, private groups, U.S. or foreign private groups, etc. It is expected that personal contacts will include, but not be limited to, the following:
– Prime Minister and Vice Prime Ministers
– Ministers and Deputy Ministers, Parliamentarians, and staff in the Ministries of Economics, Finance, Foreign Affairs, Agriculture, Education, etc.
– U.S. Ambassador and other members of the Country Team members
– Counterpart Host Country Officials responsible for assistance matters
– Non-U.S. Ambassadors in the Kyrgyz Republic supporting development initiatives
– Chiefs of Party of USAID contractors/grantees engaged in development initiatives in the Kyrgyz Republic
– Senior officials and executives from the U.S. headquarters of USAID-funded contractors/grantees
– Institutional contractors, NGOs, PVOs working on related matters
– International donors operating in the Kyrgyz Republic
– USAID/Central Asian Republics and USAID/Kyrgyz Republic Office Directors
– USAID/Washington
– CODELs, STAFFdels
D) REQUIRED SKILLS AND QUALIFICATIONS
1) General: Must be a U.S. citizen, must be able to obtain a U.S. Government “SECRET” security clearance. Must be able to secure a medical clearance to serve in Central Asia. Must be willing to travel throughout the five Central Asian Republics.
2) Prior Work Experience: This position requires maturity and a minimum of seven years of progressively responsible professional experience demonstrating technical expertise and programmatic skills in international development in transition-related programs in developing countries, preferably related to transitions in governance or recovery from complex crises.
Specifically, this should include experience in the design and development of programs, management and technical guidance in program implementation, and monitoring and evaluating program progress and effectiveness. Must have experience working with cash and in-kind grants under contracts, short and long-term technical assistance, and training.
Professional experience working with governments, international donors, private sector and NGO implementers in the conflict management sector. Specific USAID experience in program planning, project design, budgeting, implementation oversight and/or reporting systems and procedures is preferred. Experience managing programs in Central Asia and the Kyrgyz Republic specifically is preferred.
3) Knowledge, Skills and Abilities: Demonstrated technical expertise in transition-related programs, in the context of developing countries. Demonstrated strategic, analytic skills and current knowledge of international development management trends and best practices. Demonstrated project management skills, including effective oversight of people, programs, and financial resources to implement programs contributing to international development.
Demonstrated history of experience in a multicultural team environment working with a wide range of individuals and organizations to address development transition challenges. Strong interpersonal skills including a record of effective collegial/team relations and demonstrated ability to work collaboratively with a range of professional counterparts at all levels, including those from host-country government, NGOs, USAID missions, other USG agencies and international donors.
Demonstrated technical expertise in transition-related programs, and programmatic skills within the context of developing countries. Subject matter expertise to develop strategies to overcome development challenges and resolve implementation obstacles to conflict prevention as information and devise creative and appropriate solutions to implementation challenges. Current knowledge of best practices, and current research and development trends in economic growth and democracy and governance.
Strong analytical and writing skills as evidenced by previous experience and a writing sample, along with demonstrated ability to gather and convey information, make concise oral and written presentations and prepare reports, correspondence and other written materials.
Strong interpersonal skills including a record of effective collegial/team relations and demonstrated ability to work collaboratively with a range of professional counterparts at all levels, including those from host-country government, NGOs, USAID missions, other USG agencies and international donors. Demonstrated the capacity to professionally represent USAID.
The ability to meet tight deadlines with concise documents. Strong computer skills and proficiency in MS Office software.
Completion of a writing sample is mandatory for consideration to this position.
4) Education and Language Proficiency: Minimum of a master’s degree in international development, international relations, law, public administration, or a related field. Minimum Level IV (Fluent) English and proven ability to communicate quickly, clearly, and concisely, demonstrating a high degree of articulateness both orally and in writing, including technical reports. Given the level of interaction with host-country counterparts required by this position, strong command of Russian or Kyrgyz is also desirable.
E) SELECTION CRITERIA
Applicants will be evaluated against the following criteria:
International Development Experience: 40 points
Knowledge Skills and Abilities: 50 points
Education and Language Proficiency: 10 points
TOTAL: 100 POINTS
Notice to Applicants: The USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation.
9. APPLYING
Qualified individuals are requested to submit a Optional Application for Federal Employment OF-612 including experience, salary history, list of references, and recent sample of his/her written work (maximum 1-3 pages, i.e. policy memo) no later than COB (6 p.m. Almaty time) August 05, 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 30, 2013, subject to security and medical clearances and funds availability. The duty post for this contract is Bishkek, Kyrgyzstan.
10. Benefits include post differential, housing, and other benefits per USAID regulations. Basic household furnishings will be available in quarters to be provided by USG.
11. For more information about USAID/Kyrgyz Republic see Mission’s website http://centralasia.usaid.gov/
Attachment 3
AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS:
1. BENEFITS
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase
Eligibility for Worker’s Compensation
Annual & Sick Leave
Eligibility for 401(k)
2. ALLOWANCES (if Applicable).
(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Separate Maintenance Allowance (Section 260).
(F) Education Allowance (Section 270).
(G) Education Travel (Section 280).
(H) Post Differential (Chapter 500).
(I) Payments during Evacuation/Authorized Departure (Section 600), and
(J) Danger Pay (Section 650).
LIST OF REQUIRED FORMS FOR PSCs
1. Optional Form 612.
**2. Medical History and Examination (DS-1843) or Contractor Physical Examination (AID Form 1420-62).
**3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or
**4. Questionnaire for Non-Sensitive Positions (SF-85).
**5. Finger Print Card (FD-258).
NOTE: Form 5 is available from the requirements office.
* Standardized Regulations (Government Civilians Foreign Areas).
** The forms listed 2 through 5 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.
3. POLICY GUIDANCE PERTAINING TO PSCs
a) ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) and CONTRACT INFORMATION BULLETINS (CIBs) contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to this website http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which AAPDs and CIBs apply to this contract.
b) AIDAR: The Agency for International Development Acquisition Regulation (AIDAR) Appendix D – Direct USAID Contracts With U.S. Citizens or U.S. Residents for Personal Services Abroad found at:http://www.usaid.gov/policy/ads/300/aidar.pdf is the primary regulation governing USPSCs for USAID.
Place of Performance: Bishkek, Kyrgyz Republic Bishkek KG URL: https://www.fbo.gov/spg/AID/OM/ALM/39-2013/listing.html
OutreachSystems Article Number: 130720/PROCURE/0082
Matching Key Words: writ*; technical; operating;
Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030
R — USPSC Senior Public Health Specialist, USAID/Kyrgyz Republic, Bishkek 40-2013 080513 Tatiana P Rossova, Personnel Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE: 07/18/2013
CLOSING DATE: 08/05/2013
Gentlemen/Ladies:
SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 40-2013
USPSC Senior Public Health Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the PSC services described in the attached.
Submissions shall be in accordance with the attached information at the place and time specified.
Any questions may be directed to Samuel Matthews, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34, or e-mail almaexo_hr@usaid.gov.
Offerors should retain for their records copies of all enclosures which accompany their proposals.
Sincerely,
Samuel Matthews
Contracting Officer
ATTACHMENT TO SOLICITATION NO. 40-2013
1. SOLICITATION NUMBER: 40/2013
2. ISSUANCE DATE: 07/18/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 08/05/2013 (6 p.m. Almaty Time)
4. POSITION TITLE: USPSC Senior Public Health Specialist
5. MARKET VALUE: $71,674-$93,175 per annum (GS-13 equivalent) with 25% Post Differential (currently)
6. PERIOD OF PERFORMANCE: One year
7. PLACE OF PERFORMANCE: USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
8. JOB DESCRIPTION:
A) BACKGROUND
The USAID Kyrgyz Republic Mission (USAID/KR) is headquartered in Bishkek, Kyrgyz Republic, a sub-office in Osh, Kyrgyz Republic. The Kyrgyz Republic is bordered by Kazakhstan, Uzbekistan, Tajikistan, and China. The Kyrgyz Republic is an emerging parliamentary democracy still recovering from a violent political transition in 2010. Because it serves as a potential model for democracy in the region, and because of its proximity to South Asia and its potential to contribute to stability in nearby Afghanistan and Pakistan, the Kyrgyz Republic is of considerable geopolitical and strategic interest to the United States.
The U.S. Government’s program of assistance in the Kyrgyz Republic is focused on the growth of diversified enterprise and trade; building a more open, democratic culture; better management of environmental resources, including energy; and improved primary healthcare and education services. The mission manages over $50 million in assistance funds annually. The Mission implements its programs together with more than 30 contractor and grantee teams.
The Mission currently has three technical offices: the Economic Development Office (EDO), the Democracy and Governance Office (DGO) and the Health and Education Office (HEO). The Mission also maintains a cross-cutting office with a large role in health sector activities. The HEO manages a diverse program of country-specific and regional activities and an annual portfolio of over $10 million. The HEO currently manages activities in the following areas:
• 3.1.1 HIV/AIDS
• 3.1.2 Tuberculosis
• 3.1.6 Maternal and Child Health
• 3.2.1 Basic Education
• 3.2.2 Higher Education
B) DUTIES AND RESPONSIBILITIES
The Personal Services Contractor shall serve as the Senior Public Health Specialist (Specialist) and will lead the health team of two local staff in the overall management of USAID’s health portfolio in the Kyrgyz Republic. The Specialist will work under the general direction of the Health and Education Office Director. S/he will serve as a high level decision-maker and provide guidance and recommendations to senior USAID and U.S. Embassy staff. The incumbent will take part in all parts of program life from concept development to implementation, evaluation, and close out.
Duties and responsibilities include but are not limited to the following:
1) Program Development and Management (50%)
The Specialist will play a leading role in the design, oversight, and management of assistance programs to achieve USAID/KR strategy objectives and intermediate results of the Health portfolio. In fulfilling these duties, the incumbent develops, oversees, manages, and evaluates health sector development programs. S/he will supervise CORs, AORs, and activity managers for USAID activities in the Kyrgyz Republic and serve as COR, AOR and/or activity manager for selected activities. The Specialist will provide guidance and direction for proposals and implementation of grants, contracts, and cooperative agreements. S/he will assist implementing partners to ensure understanding of the performance monitoring system and their role in the process and advises them on specific measurement techniques appropriate for their programs.
The incumbent will develop concept papers, project authorizations, and project amendments, in line with agency regulations and guidance and will lead or be a key member of technical selection committees for the award of procurement instruments. Designing programs in line with the USAID/KR strategy will require the incumbent to monitor, analyze, and report on political and health conditions in the Kyrgyz Republic to assess assistance needs and priorities. The incumbent will provide support for monitoring and evaluation of health sector programs, this will include the plan and design of evaluation instruments as needed to make informed program design and management decisions. S/he will conduct or lead data gathering, research and analysis, and dialogue with counterparts necessary to inform program design decisions. The incumbent will also evaluate the costs, benefits and effectiveness of projects.
The Specialist will also support the development of the Health section in the Operational Plan, Performance Monitoring Plan, and other key documents.
As the lead technical advisor for health sector development in the Kyrgyz Republic mission, the Specialist will coordinate closely with the Health and Education Office of the USAID/Central Asian Republics Regional Mission (USAID/CAR) which is headquartered in Almaty, Kazakhstan. USAID/CAR manages several regional health programs in the Kyrgyz Republic. The Specialist is responsible for ensuring that these regional programs are designed and managed to best meet the development needs of the Kyrgyz Republic. As necessary, the Specialist also collaborates with colleagues in other USAID missions in South Asia to encourage regional integration.
Technical Advice and Special Projects (25%)
The Specialist will be a senior advisor to USAID and other USG agencies on health sector development issues in the Kyrgyz Republic and will actively foster and facilitate USG interagency collaboration and cooperation. S/he will perform a variety of duties related to special projects involving health sector development.
In particular, the Specialist will lead USAID or USG discussions related to health reforms in the Kyrgyz Republic. The incumbent will participate in regular and ad hoc donor and government coordination meetings and will provide expert technical advice to all stakeholders on health sector issues as well as advising USAID and US Embassy senior management on appropriate actions. The incumbent will represent USAID as atechnical specialist to a variety of formal and informal coordination groups. These responsibilities may include, but not be limited to: sitting on the national CCM for grants from the Global Fund to Fight HIV/AIDS, Tuberculosis, and Malaria, representing USAID on the PEPFAR country team, and participating in a variety of other health-related groups. As needed, s/he may be asked to represent USAID at meetings with other donors and the Government of the Kyrgyz Republic.
When required, the Specialist will also prepare technical white papers, implementation and action plans, progress reports, press release, public speeches, and professional correspondence on health sector topics. As relevant, the Specialist will also conduct research and advise other sector teams to inform strategy and program design and management. S/he will work with other offices within the Mission to generate synergies and complementary activities.
Mentorship (25%):
A crucial piece of the incumbent’s job will be mentoring local staff. S/he will advise, train and otherwise support the career development of professional staff responsible for managing health sector activities. S/he will contribute to and oversee the development of health development competencies in the HEO in strategy and activity development and program monitoring and evaluation.
C) REQUIRED QUALIFICATIONS
1) General: Must be a U.S. citizen, must be able to obtain a U.S. Government “SECRET” security clearance. Must be able to secure a medical clearance to serve in the Kyrgyz Republic. Must be willing to travel throughout the Kyrgyz Republic and occasionally to other countries in Central Asia.
2) Prior Work Experience: This is a position that requires maturity and a minimum of seven years of progressively responsible experience in management of health sector development programs, grants, or cooperative agreements, with a proven track record of programmatic accomplishment and professional achievement, demonstrating the ability to function in complex, frequently changing political and economic conditions. At least five years of effective international program development/management experience while residing in a transitional or developing country. At least three years of successful leadership experience in a team environment. Demonstrated expertise in management and evaluation of programs, with extensive knowledge of USAID/State regulations governing all areas of program development and procurement is highly desired. Experience in USAID or knowledge of USAID systems highly desirable. Experience managing programs in Central Asia and the Kyrgyz Republic specifically is preferred.
3) Knowledge, Skills, and Abilities: Excellent project management skills; strong analytical and writing skills as evidenced by previous experience and a writing sample. Exceptional leadership and interpersonal skills and demonstrated ability to work effectively in a collegial and persuasive fashion in a team environment to achieve consensus on policies, activities and administrative matters. The incumbent must have fulfilled mentorship roles in the past and have the strong skills necessary to support a team members’ development.
Strong ability to interact effectively with a broad range of internal and external partners and USAID clients, international organizations, and host country government officials or NGO counterparts; and to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team.
The incumbent must be fluent in English (working knowledge of Russian or Kyrgyz is preferred but not required) and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, includingtechnical reports. S/he must have demonstrated ability to produce professional quality statements of work, white papers, and other professional documents in the specified technical areas. The incumbent 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.
4) Teamwork/Interpersonal Skills: Exceptional leadership, communications and inter-personal skills. Ability to interact effectively with a broad range of internal and external partners and USAID clients, international organizations, and host country government officials or NGO counterparts. Ability to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team, and to work effectively in a team environment to achieve consensus on policies, activities and administrative matters. Technical skills are not sufficient to be selected for this position candidates are required to convincingly relate how their experience demonstrates their ability to mentor and develop staff within team environments.
5) Education: A minimum of a Master’s Degree in a relevant development-related field (eg: public health, medicine, or nursing).
D) SELECTION CRITERIA
Applicants will be evaluated against the following criteria:
Prior Work Experience: 20 points
Knowledge, Skills and Abilities:
– Project Management, analytical and writing skills 25 points
– Knowledge of health sector development issues and best practices: 25 points
Teamwork/Interpersonal Skills: 20 points
Education and Language Skills 10 points
Total: 100 points
Bonus: Good Working Knowledge of Russian or Kyrgyz Language 5 points
Grand Total: 105 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 05, 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 30, 2013 (or earlier), subject to security and medical clearances and funds availability. The duty post for this contract is Bishkek, Kyrgyzstan.
10. Benefits include post differential, housing, and other benefits per USAID regulations. Basic household furnishings will be available in quarters to be provided by USG.
11. For more information about USAID/Kyrgyz Republic see Mission’s website http://centralasia.usaid.gov/
Attachment 3
AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS:
1. BENEFITS
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase
Eligibility for Worker’s Compensation
Annual & Sick Leave
Eligibility for 401(k)
2. ALLOWANCES (if Applicable).
(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Separate Maintenance Allowance (Section 260).
(F) Education Allowance (Section 270).
(G) Education Travel (Section 280).
(H) Post Differential (Chapter 500).
(I) Payments during Evacuation/Authorized Departure (Section 600), and
(J) Danger Pay (Section 650).
LIST OF REQUIRED FORMS FOR PSCs
1. Optional Form 612.
**2. Medical History and Examination (DS-1843) or Contractor Physical Examination (AID Form 1420-62).
**3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or
**4. Questionnaire for Non-Sensitive Positions (SF-85).
**5. Finger Print Card (FD-258).
NOTE: Form 5 is available from the requirements office.
* Standardized Regulations (Government Civilians Foreign Areas).
** The forms listed 2 through 5 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.
3. POLICY GUIDANCE PERTAINING TO PSCs
a) ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) and CONTRACT INFORMATION BULLETINS (CIBs) contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to this website http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which AAPDs and CIBs apply to this contract.
b) AIDAR: The Agency for International Development Acquisition Regulation (AIDAR) Appendix D – Direct USAID Contracts With U.S. Citizens or U.S. Residents for Personal Services Abroad found at:http://www.usaid.gov/policy/ads/300/aidar.pdf is the primary regulation governing USPSCs for USAID.
Place of Performance: Bishkek, Kyrgyz Republic Bishkek KG URL: https://www.fbo.gov/spg/AID/OM/ALM/40-2013/listing.html
OutreachSystems Article Number: 130720/PROCURE/0083
Matching Key Words: writ*; technical;
Department of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US
U–Establish a broadband H.323 network connection P13PS01449 080113 HEATHER MADSEN heather_madsen@nps.gov The NPS is seeking sources to provide, test and establish a broadband H.323 network connection between NPS Northeast Regional (NER) distance learning video conferencing bridge and a designated I2 network connector conference bridge. The H.323 network connection with NPS will support connection speeds of 384kbps, 768kbps and 1.54 kbps. Video rates to be supported 30 frames per second and 60 frames per second. The application content sharing connection will support H.263 and H.264, H.264+. The network operation center with NPS concurrence will be support, provide distance learning event recording, issue electronic and/or CD/DVD hard copy to the NPS. The network connections must be compatible and support IPv4, IPv6, IPv4 Multicast and IPv6 multicast. The company must be able to provide multicast broadcast event communications to expand outreach to sites without videoconferencing infrastructure. This notice of intent is not a request for competitive quotes. However, interested firms or persons may identify their interest and capability to respond to the requirement or submit proposals. The Government will consider all responses received by 10:00am MST, Wednesday July 24, 2013. A determination by the Government not to compete this proposed task order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Responses should be forwarded to Heather Madsen via email at heather_madsen@nps.gov. NPS will not provide a reply until after the closing date of Wednesday July 24, 2012 when all parties have had an opportunity to respond. NO PHONE CALLS PLEASE.
URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS01449/listing.html
OutreachSystems Article Number: 130720/PROCURE/0509
Matching Key Words: broadcast*; event?;
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F 200 Third Street Parkersburg WV 26106-5312
R — GRANT DATA VERIFICATION SERVICES FOR IAF GRANTEES IN BRAZIL TBPDIAF13R0005 Mindy Wargowsky, Contract Specialist, Fax 304-480-7204, Email PSB3@bpd.treas.gov – Gina Hanna, Contracting Officer, Fax (304) 480-7204, Email PSB3@bpd.treas.gov Description in English – On behalf of the Inter-American Foundation (IAF), an independent agency of the United States Government, the Bureau of the Public Debt (BPD) is seeking a consultant in Brazil to provide grant data-verification services. The IAF approves approximately six to eight grants per year per country. Grants are awarded for a one, two, or three-year period and typically include the following verification visits: a Data Verifier orientation visit, a verification visit either every six months or yearly, and a final visit after the project has closed. It is estimated that each visit to a grantee takes approximately 5 days, including preparing for the visit (contacting grantee, reading grant documentation, copying reports), travel time, interviews with the grantee and its beneficiaries, and drafting visit reports. This requirement includes the following tasks: contractor shall train grantees in the use of the IAF data collection instrument; train grantees on data collection strategies; assist grantees in the selection of indicators that present problems in collecting the required data; document and verify grant results with grantees, beneficiaries, and grantees’ partners; draft reports documenting data verification visit findings; and write project history reports for terminating grants. In addition, when requested by the IAF, contractor shall accompany the IAF staff and Contractors on field trips; provide grant results verification services in other countries; and participate in training and/or conferences. The Contractor shall possess the necessary language abilities applicable to the country, which are Portuguese, and Spanish to facilitate communication with colleagues. The Contractor shall have a physical presence in Brazil, with legal status to operate in Brazil for the duration of the contract; contractor shall be willing to travel to remote areas of the country to conduct fieldwork at the grantees’ physical location or where grant activities are taking place.
This indefinite-delivery, indefinite-quantity contract will be for a one-year period with four option periods. The Government will consider proposals from all responsible sources. Interested offerors may register athttp://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7204 or e-mailing your request to psb3@bpd.treas.gov (reference #TBPDIAF13R0005, DV/BR – M.W. in the subject line).
Descrição em português – Em nome da Fundaç ão Interamericana (IAF), órgão independentes do Governo dos Estados Unidos, o Serviço da Dívida Pública (BPD) está procurando um consultor no Brasil para prestam serviços de verificação de dados de doações. A IAF aprova aproximadamente seis a oito doações por ano em cada paí s. As doações são concedidas por um período de um, dois ou três anos e normalmente incluem as seguintes visitas de verificação: visita de orientação sobre o Verificador de Dados; visita de verificação semestral ou anual; e uma visita final após a conclusão do projeto. Estima-se que cada visita a um donatário leve aproximadamente 5 dias, incluída a preparaç ão para a visita (contato com o donatário, leitura da documentaç ão da doação, cópia dos relatórios, etc.), tempo de viagem, entrevistas com o donatário e seus beneficiá rios e versão preliminar dos relatórios da visita. Este requisito inclui as seguintes tarefas: O contratante treinará os donatá rios no uso do instrumento de coleta de dados; treinará os donatá rios nas estratégias de coleta de dados; ajudará os donatá rios na seleção de indicadores que apresentarem problemas na coleta dos dados requeridos; documentará e verificará os resultados da doação com os donatários, beneficiários e parceiros dos mesmos; elaborará relatórios documentando conclusõ es da visita de verificação de dados; e preparará relató rios sobre a história do projeto para as doações findas. Além disso, quando solicitado pela IAF, o contratante acompanhará o pessoal da IAF e os Contratados em viagens de campo; presará serviç os de verificação de resultados da doação em ouros países; e participará de treinamento e/ou conferê ncias. O Contratante deverá ter as aptidões linguísticas aplicáveis ao país, a saber, português e espanhol para facilitar a comunicação com os colegas. O Contratante terá presença física no Brasil com status jurídico para operar no Brasil no período do contrato; o contratante deverá estar disposto a viajar a áreas remotas do país para realizar trabalho de campo na localização física do donatá rio ou onde estiverem sendo realizadas as atividades da doaçã o.
Este contrato de prestação de serviços sem prazo fixo e de quantidade indeterminada terá a duração de um ano com quatro períodos opcionais. O Governo considerará propostas de todas as fontes responsáveis. Os interessados deverão cadastrar-se no website http://www.fedbizopps.gov para receber notificaçã o quando a solicitação e quaisquer emendas forem emitidas e estiverem disponíveis para download. Favor observar que a Administraç ão de Serviços Gerais oferece o serviço de notificaç ão como cortesia e não garante que as notificaçõ es sejam recebidas por todas as pessoas constantes da mala direta. Portanto, recomendamos que o senhor/a senhora monitore o website FedBizOpps para obter informações pertinentes às aquisições desejadas. Se o senhor/a senhora não tiver acesso à opç ão da Internet, poderá receber uma cópia impressa da solicitação e de quaisquer emendas (por via postal dos EUA) mediante o envio de fax ao número (304) 480-7204 ou enviando seu pedido por e-mail a psb3@bpd.treas.gov (referência Nº TBPDIAF13R0005, DV/BR – M.W. na linha do assunto).
URL: https://www.fbo.gov/spg/TREAS/BPD/DP/TBPDIAF13R0005/listing.html
OutreachSystems Article Number: 130719/PROCURE/0090
Matching Key Words: documentar*;
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast Seattle WA 98115-6349
T — PRODUCE A SHORT FORMAT VIDEO TO ILLUSTRATE THE CONCEPTS OF INTEGRATED ECOSYSTEM ASSESSMENTS WAD-NFFP7100-13-03892 072513 Maria L Mendoza, Phone (206)526-6671, Email Maria.L.Mendoza@noaa.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Written quotes are being requested. A hardcopy written RFQ will not be issued.
The Northwest Fisheries Management Science Center (NWFSC), of the National Marine Fisheries Service (NMFS), National Oceanic and Atmospheric Administration (NOAA), Department of Commerce (DOC) is a government agency charged with the mission of stewardship for living marine resources. The NWFSC/ NMFS has a requirement for a contractor to provide short format videos that graphically illustrate the key concepts of Integrated Ecosystem Assessment in a form appropriate for the general public. The video should be close captioned. The entire solicitation is attached.
This procurement is 100% set aside to small business concerns under the North American Industry Classification System Code (NAICS) 512110 with a small business size standard of $29.5m.
The government intends to issue a firm fixed price contract with period of performance commencing approximately from Aug 15, 2013 through March 30, 2014. All interested parties must respond to this announcement within seven (7) calendar days of its publication. Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm’s capability and experience meeting the requirements herein. Detailed information must be submitted by email to the Purchasing Agent, Maria L. Mendoza at maria.l.mendoza@noaa.gov by 4:00PM local Seattle time (PST), on Thursday, July 25, 2013. Questions of any nature must be addressed in writing as TELEPHONE INQUIRIES WILL NOT BE HONORED.
This notice is hereby issued as RFQ No.AB133F13RQ03892. The following provisions and clauses shall apply to this RFQ and resultant award.
CLAUSES AND PROVISIONS
The FAR (52) and CAR (1352) clauses incorporated into this acquisition are:
52.212-1 Instructions to Offerors – Commercial Items (JUNE 2008)
52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009)
52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010),
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2011)
1352.201-70 Contracting Officer’s Authority (APR 2010)
1352.209-73 Compliance with the Laws (APR 2010)
1352.209-74 Organizational Conflict of Interest (APR 2010)
FAR 52 clauses and provisions are available on the internet website: http://www.arnet.gov/far.
CAR 1352 clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf.
This procurement also requires contractors to complete the electronic representations and certifications at the SAM website. All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following website: http://www.sam.gov. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NOAA/WASC/WAD-NFFP7100-13-03892/listing.html
OutreachSystems Article Number: 130719/PROCURE/0145
Matching Key Words: video*; produc*; website; page?; business*; documentation; produce?; instruct*; commercial?; naics!512110;
Department of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US
U–Establish a broadband H.323 network connection P13PS01449 080113 HEATHER MADSEN heather_madsen@nps.gov The NPS is seeking sources to provide, test and establish a broadband H.323 network connection between NPS Northeast Regional (NER) distance learning video conferencing bridge and a designated I2 network connector conference bridge. The H.323 network connection with NPS will support connection speeds of 384kbps, 768kbps and 1.54 kbps. Video rates to be supported 30 frames per second and 60 frames per second. The application content sharing connection will support H.263 and H.264, H.264+. The network operation center with NPS concurrence will be support, provide distance learning event recording, issue electronic and/or CD/DVD hard copy to the NPS. The network connections must be compatible and support IPv4, IPv6, IPv4 Multicast and IPv6 multicast. The company must be able to provide multicast broadcast event communications to expand outreach to sites without videoconferencing infrastructure. This notice of intent is not a request for competitive quotes. However, interested firms or persons may identify their interest and capability to respond to the requirement or submit proposals. The Government will consider all responses received by 10:00am MST, Thursday August 1, 2013. A determination by the Government not to compete this proposed task order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Responses should be forwarded to Heather Madsen via email at heather_madsen@nps.gov. NPS will not provide a reply until after the closing date of Thursday, August 1, 2012 when all parties have had an opportunity to respond. NO PHONE CALLS PLEASE.
URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS01449/listing.html
OutreachSystems Article Number: 130719/PROCURE/0674
Matching Key Words: broadcast*; event?;
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 Jones at jones.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 Jones at jones.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 must 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: 130719/PROCURE/0760
Matching Key Words: documentar*;
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 Chandra Brinkley 757-443-1442 Correct Synopsis to read:
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; however, all responsible sources may submit a quotation, which shall be considered by the agency.
The North American Industry Classification System (NAICS) code for this acquisition is 512110 and the size standard is $30M. This prospective Request for Quote (RFQ) 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 July 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: 130719/PROCURE/0770
Matching Key Words: video*; produc*; train*; website; site?; business*; produce?; production?; commercial?; naics!512110;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road Norfolk VA 23521
T — PROVIDE ASSISTANCE WITH COMMAND VIDEO PRODUCTION H92242-13-T-0010 072613 Ruby Phillips, Purchasing Agent, Phone 757-763-4432, Fax 757-492-1343, Email ruby.phillips@navsoc.socom.mil – Matthew J. Morelewski, Contracting Officer, Phone 7577634416, Fax 7574921343, Email matthew.morelewski@navsoc.socom.mil ;
p;
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 commercialitems found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS ( http://www.neco.navy.mil/ ). The RFQ number is __H92240-13-T-0010. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-62 dated 20 Nov 2012___ and DFARS Change Notice 201210. 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 these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is _512110___ and the Small Business Standard is _29.5 Mil__. This is a competitive action. The Naval Special Warfare Command requests responses from qualified sources capable of providing :
CLIN 0001: Prepare a Command Video in accordance with the attached detailed statement of work
Delivery [Period of performance] is date of award to 30 Sep 2013.Delivery Location is Stennis Space Center MS, FOB Origin applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement:
52.212-1, Instructions to Offerors – Commercial Items;
52.212-3 and its ALT I, Offeror Representations and Certifications – Commercial Items;
52.212-4, Contract Terms and Conditions – Commercial Items [ list the clauses that apply ];
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items including 52.-222-3 Convict Labor (Jun 2003)52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)52.232-33 Payment by Electronic Funds Transfer52.233-3, 52.247-34,52.252-2 Clauses incorporated by reference
Quoters [shall include] OR [are reminded to include] a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items;
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
[A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency.
[FAR 52.212-2, Evaluation – Commercial Items is applicable to this procurement. The contract will be awarded to the quoter whose quote conforms to the solicitation provision, is technically acceptable and provides the lowest cost to the government.
[Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors – price,and delivery.
SAM Contractor Registration (CCR). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/ .
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
This announcement will close at __1600 on __26 Jul 2013____. Contact _Ruby Phillips___ who can be reached at 757-763-4432_ or email _ruby.phillips@navsoc.socom.navy.mil or Matthew Morelewski 757-763-4416 email: matthew.morelewski@navsoc.socom.mil
Place of Performance: Stennis Space Center STENNIS, MS 39529 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-13-T-0010/listing.html
OutreachSystems Article Number: 130717/PROCURE/0111
Matching Key Words: video*; produc*; page?; business*; production?; instruct*; commercial?; naics!512110;
Department of the Navy, Naval Education and Training Command, Naval Post Graduate School, N62271 Naval Postgraduate School 1 University Circle Monterey, CA
U–Statement of Work Graduate Writing Center Helpdesk Tutorial Support Services for Master’s, Engineer, and Ph.D. Students Naval Postgraduate School Monterey, CA N6227113Q1226 073113 Jennifer Lee, Contracts Specialist 831-656-2034 The purpose of this support services requirement is to provide through the Graduate Writing Center academic writing-skills tutorial helpdesk support to graduate students enrolled in a wide variety of disciplines. Students are from a wide variety of organizations, backgrounds, and academic programs with diverse viewpoints, goals, needs, and academic skill levels.
This support will cover, but is not limited to, academic writing skills related to:
• Clarity, conciseness, and thoroughness
• Exploring thesis topics and questions
• Outlining
• Components and purpose of document sections
• Writing mechanics, such as sentence structure, punctuation, style, conjunctions, transitions, lists, and word choice
• Sentence, paragraph, and document organization and flow
• Critical thinking, argumentation, and reasoning
• Presenting counter arguments
• Audience and intent
• Integrity in writing
• Citation rules, norms, and conventions
• Data presentation
• Copy editing your own work
• Writing process
Documents tutors review and consult on include thesis and dissertation chapters, capstone project reports, class papers, abstracts, executive summaries, paper outlines, slide presentations, data presentations andwrite ups, bibliographies, and citations.
Helpdesk tutoring services need to be available to both in-residence and distance-learning students. Most students will contact the writing center voluntarily. Other students will be referred by their professors. Students can drop by the center, call in, email, and/or sign up for an appointment with a helpdesk tutor. Some interactions will be brief and ad hoc, while most are anticipated to require preparation by the tutor before meeting with the student.
RFQ and SOW attached
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/105a182297e571e8db8d0bc76b28c0b9
OutreachSystems Article Number: 130717/PROCURE/0117
Matching Key Words: writ*; copy;
Department of Veterans Affairs, Long Beach VANLO, Department of Veterans Affairs, Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
U–Geriatric Web Modules Training VA26213Q1114 072313 Monica Griffin Contract Specialist 562-766-2232 monica.griffin@va.gov This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, veteran owned, women owned or service disabled veteran owned small business) relative to NACIS 611310. Written responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the Fedbizopps website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracting Office, is seeking sources for a potential contract to provide 1) filming include preparation of the standard patient who is trained to accurately portray specific health conditions in the elderly, physician-patient and family interactions around the discussion of disease, and 2) web-based educational module include formatting of information in the appropriate size “bites” for healthcare professionals, appropriate language, knowledge of core competencies and evaluation for the VA Greater Los Angeles Healthcare System (VAGLAHS). Contractors must have experience in geriatric healthcare and shall identify their capability to perform this service in writing by providing a description of how they can meet the need of VAGLAHS.
The intended contract period will be for a base period of one year which is to begin on or about August 15, 2013. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business small (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified “Hubzone” firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or veteran owned small business? Responses to this notice shall be e-mailed to the attention of Monica Griffin, Department of Veterans Affairs, Network 22 Contracting Office (NCO/MP) at monica.griffin@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 3:00 p.m. July 22, 2013. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
URL: https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26213Q1114/listing.html
OutreachSystems Article Number: 130717/PROCURE/0612
Matching Key Words: filming;
Other Federal Procurements (Small)
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
99 — Questions & Responses on RFO as of 7-26-13 SOL DE-SOL-0005845 Description REQUEST FOR OFFERS FOR THE SALE OF DEPLETED AND OFF-SPECIFICATION URANIUM HEXAFLUORIDE INVENTORIES Questions and Responses as of 7-26-13 Overview Reference number: DE-SOL-0005845 Issue date: 07/26/2013 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: 130727/SMALL/7742
Matching Key Words: state!ky;
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
U — Establish a broadband H.323 network connection SOL P13PS01449 Description The NPS is seeking sources to provide, test and establish a broadband H.323 network connection between NPS Northeast Regional (NER) distance learning video conferencing bridge and a designated I2 network connector conference bridge. The H.323 network connection with NPS will support connection speeds of 384kbps, 768kbps and 1.54 kbps. Video rates to be supported 30 frames per second and 60 frames per second. The application content sharing connection will support H.263 and H.264, H.264+. The network operation center with NPS concurrence will be support, provide distance learning event recording, issue electronic and/or CD/DVD hard copy to the NPS. The network connections must be compatible and support IPv4, IPv6, IPv4 Multicast and IPv6 multicast. The company must be able to provide multicast broadcast event communications to expand outreach to sites without videoconferencing infrastructure. This notice of intent is not a request for competitive quotes. However, interested firms or persons may identify their interest and capability to respond to the requirement or submit proposals. The Government will consider all responses received by 10:00am MST, Thursday August 1, 2013. A determination by the Government not to compete this proposed task order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses should be forwarded to Heather Madsen via email at heather_madsen@nps.gov. NPS will not provide a reply until after the closing date of Thursday, August 1, 2012 when all parties have had an opportunity to respond. NO PHONE CALLS PLEASE. Overview Reference number: P13PS01449 Issue date: 07/18/2013 Response due: 08/01/2013 05:00 PM ET Set Aside: N/A NAICS: 813920-Professional Organizations PSC / FSC: U005-EDUCATION/TRAINING– TUITION/REGISTRATION/MEMBERSHI Agency: DOI Contracting office: NPS, WASO – WCP Contracting P.O.Box 25287 MS WCP Denver, CO 80225 Place of Performance: Contact: HEATHER MADSEN Phone: Fax: Email: heather_madsen@nps.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/SMALL/1004
Matching Key Words: broadcast*; event?; education*; train*;
Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website
T — Federal Supply Classification T006 SOL N00189-13-T-0250 General Desc: FATS Scenario Video ProductionDetail Desc: CENSECFOR requires the production of ten hostile intent decision-making scenarios for the FATS system. Additionally, the vendor will provide scenario production process training for CENSECFOR project manager(s) and video production crews to enable future scenario production capability by CENSECFOR using their own authoring station. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/SMALL/1101
Matching Key Words: video*; produc*; train*; production?;
USABID State and Local Purchases
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
99 – Bicycle Sharing SOL RFP-3089-0-2014/TN Bicycle Sharing For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130728/BID/0053
Matching Key Words: age:state!ky; state!ky;
Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.
R – REQUEST FOR PROPOSALS CITY OF POTTSVILLE The City ofREQUEST FOR SOL REQUEST FOR PROPOSALS CITY OF POTTSVILLE The City ofREQUEST FOR PROPOSALS CITY OF POTTSVILLE The City of Pottsville is requesting proposals from qualified architectural and engineering firms for services relating to the implementation of a variety of project funded with Community Development Block Grant funds. A complete proposal packet may be obtained from: Community Development Office City Hall 401 N. Centre Street Pottsville, PA 17901 570/628-4417 (TDD Users: PA Telecommunications Center: 7-1-1) All proposals must be received at the above address by 4:00 p.m. on August 16, 2013. All proposals should be clearly marked Response to RFP for Engineering Services. The bidders/offerors must submit documentary evidence of minority and women business enterprises who have been contacted and to whom commitments have been made. Documentation of such solicitations and commitments shall be submitted concurrently with the bid. The City of Pottsville is an Equal Opportunity Employer. Minority and women owned businesses and those defined as SERB’s under State regulations and Section 3 businesses under Federal regulations are encouraged to submit proposals. Appeared in: Republican Herald on Saturday, 07/27/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130728/BID/0089
Matching Key Words: documentar*;
California – County of San Bernardino https://epro.sbcounty.gov/epro/external/publicBids.sdo 157 West Fifth St., San Bernardino, CA 92415-0440. Ph: 909-387-8304.
T – Video Production RFP SOL EDA114-EDA-0606 Video Production RFP For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130727/BID/0078
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
76 – 2013 Registrar Recruitment Promotional ItemsAddendum # 1 SOL K-0686-14 2013 Registrar Recruitment Promotional ItemsAddendum # 1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130727/BID/0291
Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
99 – Seasonal Outdoor Bugs Exhibit SOL RFP-3087-0-2014/KBM Seasonal Outdoor Bugs Exhibit For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130726/BID/0307
Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
99 – Hay & Straw SOL IFB-3088-0-2014/TN Hay & Straw For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130726/BID/0308
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – 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)Addendum # 1 Addendum # 2 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130726/BID/0309
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 – Braces SOL UK-1284-14 Braces For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130725/BID/0307
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 – Solicitation: 1300000387 Compliance Monitoring Training Closing D SOL Solicitation: 1300000387 Compliance Monitoring Training Closing Date: 7/31/13 1:30 PM EDT DEVELOP AND PRESENT A FOUR (4) HOUR PROGRAM ON FEDERAL PROGRAM COMPLIANCE AUDITING AND A FOUR (4) HOUR PROGRAM ON FRAUD DETECTION. ALL REQUESTED INFORMATION IS REQUIRED IN SECTION 4.40 AND SECTION 4.45. SECTION 010.85 AND 010.90 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130725/BID/0890
Matching Key Words: age:state!ky; state!ky;
Delaware – State Division of Purchasing http://bids.delaware.gov/default.asp PO Box 299, Grounds of Governor Bacon, Delaware City, DE 19106. Phone: 302-834-4550.
R – Professional Development Video Production for Teachers SOL 8213 Professional Development Video Production for Teachers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130724/BID/0115
Matching Key Words: video*; produc*; production?;
Texas – Texas Marketplace-Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440
T – VIDEO PRODUCTION SERVICES SOL Agency Requisition Number: 551-3-1200 VIDEO PRODUCTION SERVICES For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130724/BID/0546
Matching Key Words: video*; produc*; production?;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Solicitation: 1400000014 Hearing Officer Closing Date: 8/1/13 12: SOL Solicitation: 1400000014 Hearing Officer Closing Date: 8/1/13 12:00 PM EDT THE EXECUTIVE BRANCH ETHICS COMMISSION IS REQUIRED BY STATUTE TO CONDUCT AN ADMINISTRATIVE HEARING WHEN PROBABLE CAUSE OF A VIOLATION BY A PUBLIC SERVANT OF KRS CHAPTER 11A, THE EXECUTIVE BRANCH CODE OF ETHICS, IS FOUND BY THE COMMISSION. THE SERVICES OF A QUALIFIED ATTORNEY ARE REQUIRED TO ACT AS AN INDEPENDENT HEARING OFFICER FOR THE COMMISSION IN SUCH INSTANCES. KRS 11A.100(1) PROVIDES THAT THE PROVISIONS OF KRS CHAPTER 13B SHALL APPLY TO ALL ADMINISTRATIVE HEARINGS OF THE COMMISSION. ACCORDING TO KRS 13B.030(2)(A), THE COMMISSION MAY EMPLOY ITS OWN HEARING OFFICERS (WHICH IT DOES NOT), MAY CONTRACT WITH ANOTHER AGENCY FOR HEARING OFFICERS (WHICH HAS BEEN DETERMINED INFEASIBLE), OR MAY CONTRACT WITH PRIVATE ATTORNEYS THROUGH PERSONAL SERVICE CONTRACT. WHILE KRS 13B.030(2)(B) STATES THAT AN AGENCY MAY ONLY CONTRACT WITH A PRIVATE ATTORNEY THROUGH A PERSONAL SERVICE CONTRACT IF THE ATTORNEY GENERAL HAS FIRST DETERMINED THAT THE ATTORNEY GENERAL??S OFFICE CANNOT PROVIDE THE NEEDED HEARING OFFICER, THE OFFICE OF ATTORNEY GENERAL HAS INFORMED THE COMMISSION THAT IT CANNOT ASSIGN A HEARING OFFICER TO THIS MATTER AS IT HAS A CONFLICT. DUTIES OF THE HEARING OFFICER WILL INCLUDE, BUT WILL NOT BE LIMITED TO, SCHEDULING THE ADMINISTRATIVE HEARING AND ALL RELATED PREHEARING CONFERENCES AND DISCOVERY DEADLINES, PRESIDING AT THE ADMINISTRATIVE HEARING, AND PREPARING FINDINGS OF FACT, CONCLUSIONS OF LAW, AND RECOMMENDED ORDERS FOR THE EXECUTIVE BRANCH ETHICS COMMISSION??S CONSIDERATION. OTHER QUASI-JUDICIAL DUTIES WHICH ARE INCIDENTAL TO THE DUTIES OF A HEARING OFFICER MAY ALSO BE ASSIGNED AS REQUIRED. THE LOCATION OF THE HEARING ITSELF WILL BE IN FRANKFORT, IN THE VICINITY OF THE COMMISSION??S OFFICES IN FOUNTAIN PLACE. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0008
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
76 – 2013 Registrar Recruitment Promotional Items SOL K-0686-14 2013 Registrar Recruitment Promotional Items For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0218
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 – Solicitation: 1400000020 FY14 KET Distance Learning Spanish 1 Tea SOL Solicitation: 1400000020 FY14 KET Distance Learning Spanish 1 Teacher Closing Date: 8/2/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0629
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 – Solicitation: 1400000017 FY14 KET Distance Learning Mandarin Chin SOL Solicitation: 1400000017 FY14 KET Distance Learning Mandarin Chinese Teacher Closing Date: 8/2/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0630
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 – RFP: 1400000021 FY14 KET Distance Learning Spanish Conversation C SOL RFP: 1400000021 FY14 KET Distance Learning Spanish Conversation Coach Closing On : 8/2/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130723/BID/0631
Matching Key Words: age:state!ky; state!ky;
New York Public Notices http://ny.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across New York.
T – Public Notice to Bidders ? Videography Notice is herebyPublic No SOL Public Notice to Bidders ? Videography Notice is herebyPublic Notice to Bidders ? Videography Notice is hereby given that Cornell Cooperative Extension of Ulster County (CCE) is seeking bids for videography of Stream Best Management Practices (BMPs) being installed at a construction site in Chichester, NY. Contractor is responsible forproducing and delivering professional quality digital video and audio on tapes or disk documenting BMPs being installed and interviews conducted at the construction site. Detailed project specifications must be obtained at the Ashokan Watershed Stream Management Program office located at 6375 Rte. 28, Phoenicia, NY 12464, 845-688-3047. Quotations (bids) are to be received no later than 3pm on Tuesday, July 30 (to be opened and read on July 31), in the Cornell Cooperative Extension of Ulster County office, Attn: Lydia Reidy, Executive Director, 232 Plaza Road, Kingston, NY 12401. Bids received after that date will not be considered. Bids must be clearly marked ?AWSMP BID? on the outside of the sealed bid. CCE will be awarding the bid on Monday, August 5. CCE reserves the right to reject any and all bids. Appeared in: Daily Freeman on Saturday, 07/20/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130721/BID/0081
Matching Key Words: video*; produc*; site?;
California – State of California https://www.bidsync.com/DPX?by=key&ac=powersearch&posting=1&p=&changeregion=&changeorg=&srchHeld=&srchoid_override=&headoid=&sort=end&srchid=&clearsearch=&search=&title=td®ion=%2Fca&srchoid=307818&dist=&zip=&cat=&cat_1=-1&cat_2=-1&cat_5=-1&bidlync_filter=-1&pastbids= 707 3rd Street, Second Floor, West Sacramento, CA 95605. Phone: 800-559-5529.
T – Bid #13-065 – Audio and Video Production ifb SOL Bid #13-065 – Audio and Video Production ifb For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130720/BID/0082
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)Addendum # 1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130720/BID/0305
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 – Attorneys – Titles & Condemnations RFP : 1300000412 Tra SOL Attorneys – Titles & Condemnations RFP : 1300000412 Transportation – Office Of The Secretary Laura Stephens Legal Services Published On : 7/17/13 Amended On : Closing On : 8/7/13 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/BID/0007
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 – ROW Appraisal Services Barren Co Item No 03-108.50 RFP : 140000 SOL ROW Appraisal Services Barren Co Item No 03-108.50 RFP : 1400000005 Transportation – Office Of The Secretary Laura Stephens Pro Services Published On : 7/17/13 Amended On : Closing On : 8/1/13 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/BID/0008
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Project # 2326.0Renovate Schmidt Vocal ArtsPlans Available from SOL CCK-1892-14 Project # 2326.0Renovate Schmidt Vocal ArtsPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/BID/0325
Matching Key Words: age:state!ky; state!ky;
eMaryland Marketplace https://emaryland.buyspeed.com/bso/external/publicBids.sdo State of Maryland Internet-based procurement system.
T – Camera Operator/Film Crew & Video Production SOL MDDEX31009625 Camera Operator/Film Crew & Video Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130719/BID/0381
Matching Key Words: video*; film?; produc*; production?;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – TRAFFIC CONTROL D-6 RFB : 1400000046 Transportation – O SOL TRAFFIC CONTROL D-6 RFB : 1400000046 Transportation – Office Of The Secretary LINDA SHINN Published On : 7/16/13 Amended On : Closing On : 8/7/13 10:00 AM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130718/BID/0002
Matching Key Words: age:state!ky; state!ky;
Colorado – State Purchasing Office https://www.bidscolorado.com/co/portal.nsf/xpPAViewSolOpenbyDate.xsp State Purchasing Office 633 17th Street, Suite 1520 Denver CO 80202-3609 Ph: (303) 866-6100 Fax: (303) 894-7445
R – Advertising/Marketing/Public Relations Services SOL D610016 D610016 Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130718/BID/0144
Matching Key Words: video*; produc*; production?;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Related articles
- Summer ammunition buys for Government Agencies may cause shortages (thedailysheeple.com)
- Contracts: Agreement (papooparmar.wordpress.com)
- Combine Solicitation – 70– Lexmark Printers (hispanicbusiness.com)
- Combine Solicitation – 70– BOMGAR Annual Maintenance (hispanicbusiness.com)
- Combine Solicitation – 70– CARDIOLOGY IMAGING EQUIPMENT AND SOFTWARE (hispanicbusiness.com)
July 30, 2013
Business / Career