Business and Career Opportunities Bids and Purchases

FedBizOpps – Procurements

 

SOURCE:  This information is provided courtesy of the Kentucky Cabinet for Economic Development and the Kentucky Procurement Assistance Program.

Department of the Army, Army Contracting Command, ECC, TCC-Kaiserslautern (PARC Europe, 409th CSB), TCC-Kaiserslautern (PARC Europe, 409th CSB), KO DIRECTORATE OF CONTRACTING, UNIT 23156, APO, AE 09227

Department of the ArmyT–The U.S. government requires Journalist / Videographer services for U.S. Army Garrison (USAG) Schweinfurt, which is part of the Franconia Military Community consisting of Army garrisons at Schweinfurt, Ansbach and Bamberg.
W564KV13R0048 082813 Richard Van De Linde, III, 0496314115186 TCC -Kaiserslautern (PARC Europe, 409th CSB) 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.

Please see attached Synopsis / Solicitation for details and requirements.
Place of Performance: TCC-Kaiserslautern (PARC Europe, 409th CSB) KO DIRECTORATE OF CONTRACTING, UNIT 23156 APO AE 09227 EU URL: https://www.fbo.gov/notices/4459c60d01d3fec889c3f88bebdd0b63
OutreachSystems Article Number: 130824/PROCURE/0137
Matching Key Words: naics!711510; 


Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160 Building 29 Holloman AFB NM 88330-7908

76 — Book Subscription F2E3LB3196A001 090513 Kaipo Hoapili Kim, Phone 5755723578, Email kaipo.kim@holloman.af.mil – Kelli A. Floyd, Phone 5755722203, Email kelli.floyd@holloman.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional356px-Seal_of_the_US_Air_Force.svg information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F2E3LB3196A001 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price technically acceptable. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-69. The North American Industry Classification System (NAICS) code is 424920. The SB size standard for this code is 500 employees.
CLIN0001 – Book Subscription
-Must be able to select materials and order from a single website
-Vendor must be able to add security strips and Mylar Jackets to Books
– Must be able to provide at least 75% adult fiction and non-fiction including best sellers and reference
-Must be able to purchase books produced by most publishers including: St. martin’s Press, Viking, Harper, Simon & Schuster, Atria, Little, Brown, Scribner,bantam, Random House, Doubleday, Crown, Abrams, Putnam, farrar Straus Giroux, Rodale, Knopf, Henry Holt, and DK Publishing.
-Must be able to provide adult and juvenile DVDs including new and popular DVDs, Classics and educational and documentary DVDs
-Must be able to provide popular and classical Music CDs geared to adults, teens and children.

QTY: 1666 EA

All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUL 2013) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. The Funds Availability Clause applies to this solicitation. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 System for Award Management (JUL 2014); FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2013); FAR 52.212-4 Contract terms and conditions-Commercial Items (JUL 2013); FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); DFARS 252.204-7004 ALT A System for Award Management (MAY 2013); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (JAN 2013), FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793), 38 U.S.C. 4212), FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). FAR 52.252-2 Clauses incorporated by reference (FEB 1998); DFARS 252.212-7001(Dev) Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items (JUN 2010), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (DEC 2012)(41 U.S.C. 10a-10d, E.O. 10582), DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012)(10 U.S.C.).

HAFB 001 – HOLIDAYS, Holloman AFB Instructions (MAY 2012)

The following Federal legal holidays are observed by this base:

New Year’s Day 1 January
Martin Luther King’s Birthday Third Monday in January
President’s Day Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas Day 25 December

NOTE: Any of the above holidays falling on a Saturday will be observed on the preceding Friday. Holidays falling on a Sunday will be observed on the following Monday.

End of HAFB 001 Instructions

HAFB 006 – NCIC REQUIREMENTS, Holloman AFB Special Instructions (MAY 2012)

CONTRACTOR EMPLOYEES DELIVERING TO HOLLOMAN AIR FORCE BASE

Subject to military security requirements and regulations, the Contractor may be re-routed to differing entry points at Holloman AFB. During these periods where the Contractor may be re-routed to other entry points, the contractor will not hold the Government liable for any claims under the disputes clause of this contract/solicitation.

AFI 31-102, PHYSICAL SECURITY: July 07

All contractors will be required to screen and monitor each employee and potential employee to identify those who may pose a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Examples of conditions that may identify employees or potential employees as a threat to the installation include, but are not limited to, substantial misconduct, convictions or arrests for violent behavior, dishonesty or sexually aberrant behavior. Each contractor shall notify the contracting officer of any reason or condition that identifies an employee or potential employee as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. No contractor shall employ any employee or potential employee identified by the contractor or the contracting officer as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population in the performance of any contract awarded by Holloman Air Force Base.

Important Notice Concerning Contractor Access to Holloman AFB, NM

Visit Access Request (VAR), Holloman AFB, NM

For contracts awarded/administered by the 49th Contracting Squadron.

Request that a visitor pass be issued to all contractor employees to gain access to Holloman AFB, NM. All employees will be briefed on and shall comply with Holloman AFB security requirements. All employees will sign the government provided consent form authorizing the U.S. Government (United States Air Force) to conduct a background check to confirm their eligibility or ineligibility to gain access to Holloman AFB, New Mexico. The VAR will consist of employees FULL Name, Date of Birth, Social Security Number, Place of Birth and Citizenship. The format for a Visit Access Request Form will be provided upon request. Contractors will ensure that the VAR is provided to the 49 SFS Pass and Registration Office (bldg 1) at least 7 business days prior to requested installation access for processing and 14 business days prior for foreign nationals. Foreign nationals will no longer be granted unescorted entry to the installation.

Delivery drivers will provide a bill of lading at the time of pass issuance; passes will not exceed 6 hours. Routine deliveries require the contractor add the driver(s) to a VAR to undergo the appropriate background check.

Contractor employees shall report to the 49 SFS Pass and Registration Office (bldg 1) with photo identification issued by a federal/state activity. Contractor employees requesting to operate a contractor or privately owned vehicle on the installation shall provide a valid driver’s license, current vehicle registration, and proof of current vehicle insurance or car rental agreement. Contractor personnel requesting to operate a motorcycle on Holloman AFB shall provide proof they have completed a motorcycle safety course (i.e. motorcycle safety course certificate/card) prior to being authorized to ride on the installation.

End of HAFB 006 Instructions

HAFB 009 – WIDE AREA WORKFLOW (WAWF), Holloman AFB Special Instructions (MAY 2012)

In order to receive awards from the 49th Contracting Squadron at Holloman AFB, New Mexico, you must now use an E-Invoicing system called Wide Area Work Flow (WAWF).

WAWF is a web-based tool for the processing of invoices/receiving reports. This will bring about major changes in the amount of time it takes to process these documents making payment much faster. The web site for this system is https://wawf.eb.mil. There are no charges to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden. Their number is 1-866-618-5988.

NOTICE TO CONTRACTOR AND BILLING/INVOICING PERSONNEL:
Any invoice submitted must be entered into WAWF exactly as the contract line items are identified in this award. Adding or removing line items, and higher quantities than listed will result in delays in payment. If shipping was included in the line items prices, the invoice must reflect the same. Shipping may not be billed as a separate line item unless specifically identified in the award. Failure to invoice correctly will result in rejection at the payment office and require resubmission through WAWF.

THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES
AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF.
* Required Fields in WAWF

TYPE OF INVOICE SUBMISSION:

Invoice
(Creates Stand Alone Invoice)

X Invoice and Receiving Report (Combo)
[Creates two documents, an Invoice and a Receiving Report, within one data entry session (combo). Creating both documents at the same time, rather than separately, is recommended.]

_ Invoice as 2-in-1 (Services Only)
[Creates an Invoice 2-in-1, which is a document that serves as both an invoice and a certificate of performance for services rendered (also called an “acceptance report”).] Use for all Service contracts.

Construction Invoice
(Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept).

X Cage Code*: __________

X Pay DoDAAC*: F67100

X Issue By DoDAAC: FA4801

X Admin DoDAAC*: FA4801

Inspect By: Ext.: Leave Blank

X Contracting Officer*: FA4801 Ext: Leave Blank

Ship To Code*: Ext.: Leave Blank

Contractor: WAWF will prompt asking for “additional e-mail submissions” after clicking “SIGNATURE”
The following E-Mail addresses MUST be input in order to prevent delays in processing:

Inspector: @holloman.af.mil
Receiver/COR: @holloman.af.mil
Buyer/Administrator : Kaipo.kim@holloman.af.mil
Contracting Officer: Kelli.Floyd@holloman.af.mil
Additional Contact: Sally.Roberts@holloman.af.mil

The paying office DoDAAC and mailing address can be located on front of your award. You can easily track your payment information on the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice will be required to inquire status of your payment. Most Holloman orders are non-MOCAS, use the options listed under there.

Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at 1-800-390-5620 or 1-800-337-0371 or faxed to 1-207-328-1660. Please have your order number and invoice number ready when calling about payment status. If your paying office is other than Limestone, contact your contract administrator for the customer services phone/fax numbers.

End of HAFB 009 Instructions

HAFB 012 – HAFB CELL PHONE POLICY, Holloman AFB Special Instructions (31 Aug 2006)

MANDATORY: Contractor personnel shall adhere to the base cell phone policy. Operators of vehicles on a Department of Defense (DoD) installation, such as Holloman AFB, NM, will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited. Penalty: $25 fine (+$25 fee).

End of HAFB 012 Instructions

Points Of Contact

Contract Administrator: Kaipo H. Kim, TSgt, USAF, Phone: (575) 572-3578, FAX: 575-572-7333, e-mail Kaipo.kim @holloman.af.mil

Contracting officer: Kelli A. Foyd, USAF, Phone: 575-572-2203, FAX: (575) 572-7333, e-mail Kelli.Floyd@Holloman.af.mil

IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation;
2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration);
3) All Amendments, if applicable, must be acknowledged;
4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
5) Facsimile and email offers will be accepted.

Questions in regards to this solicitation are due by 28 August 2013. Make quotes valid until 1 October 2013.
Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron, 490 First St, Suite 2160, Holloman AFB, NM 88330 not later than 1000 (10:00 a.m.) Mountain Standard Time on 5 September 2013. All quotes must be marked with RFQ number and title.

Set-Aside: Total Small Business Place of Performance: Holloman AFB Holloman, NM 88330 US URL: https://www.fbo.gov/spg/USAF/ACC/49CONS/F2E3LB3196A001/listing.html
OutreachSystems Article Number: 130824/PROCURE/0518
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

190px-United_States_Army_Corps_of_Engineers_logo.svgR–Housing Market Analysis, US Army Installations Worldwide W912QR-13-R-0069 091613 Lauren Minzenberger, 502-315-6202 USACE District, Louisville Amendment 0001 for W912QR-13-R-0069 is available for download at http://www.fbo.gov.

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: 130824/PROCURE/0678
Matching Key Words: age:state!ky; state!ky; 


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

69–Special Announcement for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) for Pre-Solicitation Conference W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW
The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fortpeostri_org_banner_v09292010 Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT
This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION/SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form (Attachment 1 to the SOP document) must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0900 – 1700). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130824/PROCURE/0799
Matching Key Words: state!ky; 


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

69–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT Solicitation, Pre-Solicitation Conference and Site Visit Announcement W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW

peostri_org_banner_v09292010The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

DRAFT SOLICITATION / PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT

The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.

Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130824/PROCURE/0800
Matching Key Words: state!ky; 


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

69–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT Solicitation, Pre-Solicitation Conference and Site Visit Announcement W900KK13R0016 Lawence Green, 4073875537 PEO STRI Acquisition Center Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS), DRAFT Request For Proposal (RFP) Special Announcement

OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fortpeostri_org_banner_v09292010 Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

SPECIAL ANNOUNCEMENT

This announcement is in reference to the Special Operation Forces Training, Engineering and Maintenance Support II (SOFT TEAMS II) Presolicitation Conference/ Site Visit discussions that occurred on 28-29 May 2013 at Fort Campbell, KY, see Attachment 1 (Presolicitation Conference Slides). Vendors were permitted to bring up to two attendees, please see Attachment 2 (Presolicitation Conference Sign In Sheet). The Government intends to remove the requirement of the Nondisplacement of Qualified Workers Clause FAR 52.222-17 for this effort due to the fact that the Service Contract Act is not applicable to this effort. The Request for Proposal (RFP) will be tentatively released mid July 2013.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request

PEO STRI POINTS OF CONTACT:

POC
Matt Sanders, Contract Specialist
12350 Research Parkway
Orlando, FL 32826-3276
Phone: 407-208-3327
Email: matthew.sanders6@us.army.mil

Jeffery Brunell, Contract Specialist
12350 Research Parkway
Orlando, FL 32826-3276
Phone: (407) 384-5265
Email: jeff.brunell1@us.army.mil

PCO
Lovisa D. Parks, Contracting Officer
12350 Research Parkway
Orlando, FL 32826-3276
Telephone number: 407-208-3476 or 407-394-7341
E-mail: lovisa.parks@us.army.mil

Contracting Office Address:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

DRAFT SOLICITATION / PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT

The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.

Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130824/PROCURE/0801
Matching Key Words: state!ky; 


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

peostri_org_banner_v0929201069–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT Solicitation, Pre-Solicitation Conference and Site Visit Announcement W900KK13R0016 Lawence Green, 4073875537 PEO STRI Acquisition Center Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS), DRAFT Request For Proposal (RFP) Special Announcement

OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

SPECIAL ANNOUNCEMENT

This announcement is in reference to the Special Operation Forces Training, Engineering and Maintenance Support II (SOFT TEAMS II) Presolicitation Conference/ Site Visit discussions that occurred on 28-29 May 2013 at Fort Campbell, KY, see Attachment 1 (Presolicitation Conference Slides). Vendors were permitted to bring up to two attendees, please see Attachment 2 (Presolicitation Conference Sign In Sheet). The Government intends to remove the requirement of the Nondisplacement of Qualified Workers Clause FAR 52.222-17 for this effort due to the fact that the Service Contract Act is not applicable to this effort. The Request for Proposal(RFP) will be tentatively released mid July 2013.

Please see the URL link for Attachment 1-(Presolicitation Conference Slides) and Attachment 2-(Presolicitation Conference Sign In Sheet).

https://bop.peostri.army.mil/sites/bop/SOF%20TEAMS%20II/Forms/AllItems.aspx

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request

PEO STRI POINTS OF CONTACT:

POC
Matt Sanders, Contract Specialist
12350 Research Parkway
Orlando, FL 32826-3276
Phone: 407-208-3327
Email: matthew.sanders6@us.army.mil

Jeffery Brunell, Contract Specialist
12350 Research Parkway
Orlando, FL 32826-3276
Phone: (407) 384-5265
Email: jeff.brunell1@us.army.mil

PCO
Lovisa D. Parks, Contracting Officer
12350 Research Parkway
Orlando, FL 32826-3276
Telephone number: 407-208-3476 or 407-394-7341
E-mail: lovisa.parks@us.army.mil

Contracting Office Address:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

DRAFT SOLICITATION / PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT

The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.

Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

Department of the Air Force, Air Force Materiel Command, PK/PZ – Robins AFB, 215 Page Rd Robins AFB GA 31098-1611

R — F-15 Engineering Services F-15_Engineering_Services 092713 Katherine Whelchel, Contracting Officer, Phone 478-926-2054, Email Katherine.Whelchel@us.af.mil – Brian K. Brown, Contract Specialist, Phone 478-926-1954, Email brian.brown.64@us.af.mil SOURCES SOUGHT SYNOPSIS

INSTRUCTIONS

F-15 ENGINEERING SERVICES
CAUTION:

This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the engineering services requirements for six (6) specific USAF F-15 Engineering Services efforts as follows:

(1) F-15 Technical Assistance Data System (F-15 TADS) Tracking, Trending, and Failure Analysis
(2) Engineering Requirements Development Packets (ERDPs)
(3) Configuration Management (CM)
(4) Individual Aircraft Tracking Program (IATP) and F-15 TADS Data Management
(5) Wing and Fuselage Repair Data Collection
(6) First Article and DLA Form 339 Processing

The level of security clearance required is Secret for the Configuration Management portion and the majority of the other work that occurs on-base (Tasks 1, 2, 3, 4, and 6) requires356px-Seal_of_the_US_Air_Force.svg a favorable NACLC in order to permit CAC issuance, Task 5 requires access to RAFB and AMXG and CMXG areas and the use of a camera, but not necessarily a CAC. Contractors/institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.

INSTRUCTIONS:

1. Attached is the draft PWS for the F-15 Engineering Services effort requirement and a contractor capability survey, which allows you to provide your company’s capability.

2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).

3. We are currently limiting our potential sources to local small businesses who are 8(a) certified, these companies are encouraged to participate in this market research. Joint ventures or teaming arrangements are encouraged.

4. Questions relative to this market survey should be addressed to Kate Whelchel, 478-926-2054.

REQUIREMENTS DESCRIPTION

PURPOSE/DESCRIPTION:

Market research is being conducted to identify potential sources that possess the expertise, capabilities, and experience to meet the requirement of the F-15 Engineering Services effort. In order to improve efficiency and cost effectiveness of the Air Force Life Cycle Management Center F-15 System Program Office’s (SPO) routine engineering processes, which include, TO 00-25-107 process thru F-15 TADS, AFMC Form 202’s, DLA Form 339’s, First Articles, ERDPs, CM, Aircraft Structural Integrity Program (ASIP) thru IATP and thru capturing wing and fuselage repair data and cataloging it in a database which will help our structural and integrity engineers ensure the best repairs are selected when aircraft are in need of repairs. The projected period of performance for this new effort is four years, one 12-month basic period and three 12-month option periods.

The goal of this effort is to increase customer service, increase efficiencies, and to lessen the government’s workload. Success of the program is determined by how well the contractor performs. Expected outcomes include, but are not limited to, improved processes that will make the F-15 weapon system safer and more suitable to serve the war fighter. A complete description of work is provided in the attached DRAFT Performance Work Statement (PWS): PWS_Engineering Services_Aug_2013.pdf.

CONTRACTOR CAPABILITY SURVEY

PART I. BUSINESS INFORMATION:

Please provide the following business information for your company/institution and for any teaming or joint venture partners:

Company/Institute Name:Ø
Address:Ø
CAGE Code:Ø
Phone Number:Ø
E-mail Address:Ø
Web Page URL:Ø
Size of business pursuant to North American Industry Classification System (NAICS) Code:Ø

Based on the above NAICS Code, state whether your company is:
• Small Business (Yes/No)
• Woman Owned Small Business (Yes/No)
• Small Disadvantaged Business (Yes/No)
• 8(a) Certified (Yes/No)
• HUBZone Certified (Yes/No)
• Veteran Owned Small Business (Yes/No)
• Service Disabled Veteran Small Business (Yes/No)

Central Contractor Registration (CCR) (Yes/No)Ø
A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).Ø

Email responses only. Emails must be no larger than 2MB and the subject line must state “Sources Sought, F-15 Engineering Services”. Responses must be received no later than 4:00 pm EST, 27 Sep 13. Please email your response as follows:

to: katherine.whelchel@us.af.mil 
cc: brian.brown.64@us.af.mil joseph .lane.1@us.af.mil 

AFLCMC/WWKA
Attn: Kate Whelchel
235 Byron Street Ste. 19A
Robins AFB GA 31098-1670

Questions relative to this market survey should be addressed to Kate Whelchel, 478-926-2054.

PART II. CAPABILITY SURVEY QUESTIONS:

General Capability Questions:

1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.

2. Describe your company’s past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).

Engineering Services Questions:

1. Describe your experience with military aircraft sustainment, concerning maintenance, inspections, etc.

2. Describe your experience with maintaining web-based applications by writing code or scripts to patch problems and/or issues that arise with the program and by working with Air Force IT personnel to help solve issues of connectivity; improving storage and data retrieval processes, trending and root cause analysis, and tracking capabilities, working with database languages (i.e., Structured Query Language (SQL), Oracle, etc.) and list all languages you have experience with developing database tools using Department of Defense 8570 compliant programmers. Please detail any applications developed or maintained for similar type of efforts.

3. Describe your experience with updating PDM, ACI, and MISTR Work Specifications (Work Spec), ERDPs, Trend Analysis, TO changes using AFTO Form 252’s, evaluating Quality Deficiency Reports (QDRs), evaluating Mean Time Between Failures (MTBF) and PDM schedules to recommend Work Spec changes, data scrubbing, and Engineering Requirements Review Process or equivalent process as defined in the Logistics Requirements Development Process (LRDP) handbook or similar processes. (Reference AFMC LRDP Handbook, Chapter 12).

4. Describe your experience with aircraft Configuration Management (CM) or something similar.

5. Describe your experience with IATP ASIP reporting and AFTO Form 3’s, AFTO 238, Flight Loads Data Recorder (FLDR) data, historical 107’s/202’s, and AFTO Form 95s, working with Non-destructive Inspection (NDI) and ASIP personnel and working in Microsoft (MS) Windows and MS Office.

6. Describe your experience with collecting and tracking aircraft damage and repair data working with maintenance and NDI personnel to ensure that all data is collected and to recommend additional inspections when needed.

7. Describe your experience with Air Force and Defense Logistics Agency (DLA) and Global Logistics Support Center (GLSC) supply systems, specifically the DLA 339 PDMI system, DLA Form 1912’s, and First Article processes and the First Article System called “TMACS” or similar systems.

8. Are there established catalogs or market prices for supplies or services, which meet the subject requirement? Is this product and/or service offered to both the United States Government and commercial sources? Is the same workforce used for both the Government and general public? Are the supplies or services offered to both the government and public under similar terms and conditions? Briefly describe any differences.

9. Describe your standard warranty and return process for goods and services furnished to the Government for items similar in nature to those requested under this requirement.

Set-Aside: Competitive 8(a) Place of Performance: 235 Byron Street Ste. 19A Robins AFB GA 31098-1670 Warner Robins (Robins AFB), GA 31098 US URL: https://www.fbo.gov/spg/USAF/AFMC/WRALC/F-15_Engineering_Services/listing.html
OutreachSystems Article Number: 130821/PROCURE/0665
Matching Key Words: writ*; script?; technical; standard; 


Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN – Central Service Area (Chicago, IL)

FAA_LogoR — Janitorial / Custodial Services for Air Traffic Control Tower (ATCT) located at the Wayne County Willow Run Airport 8808 Beck Road Belleville (Ypsilanti), MI, 48111 DTFACN-14-R-00024 082713 Kim Erkman, kim.erkman@faa.gov, Phone: 847-294-7330 Click here to email Kim Erkman The Federal Aviation Administration (FAA) has a requirement to provide Janitorial / Custodial Services for Air Traffic Control Tower (ATCT) located at the Wayne County Willow Run Airport 8808 Beck Road Belleville (Ypsilanti), MI, 48111.
This procurement will be 100% set-aside for 8(a) firms for code 561720. Contractors must have an active registration within a one hundred mile (100) radius of the (ATCT) Wayne County Willow Run Airport 8808 Beck Road Belleville (Ypsilanti), MI, 48111. (Map Quest will be the tool used to determine distance from contractors address to the Belleville (Ypsilanti), MI (ATCT), and be registered in the System Award for Management website at http://www.sam.gov at the time the offer is made.
The performance period will be October 1, 2013 through September 30, 2014 with four (4) one year option periods. The estimated price range for this procurement initial year plus four (4) option year renewals is between $100,000.00 and $250,000.00.
The Request for Proposal (RFP) will be issued approximately September 15, 2013. Contractors requesting a copy of this Request for Proposal (RFP) must meet the following criteria. Be a small business firm, need evidence of small business certification issued by the Small Business Administration (SBA) and have an active business address within a one hundred mile (100) radius of the (ATCT) Wayne County Willow Run Airport 8808 Beck Road Belleville (Ypsilanti), MI, 48111. (Map Quest will be the tool used to determine distance from contractors address to the Wayne County Willow Run Airport, Belleville (Ypsilanti), MI (ATCT). All requests to receive a copy must be in writing via e-mail or fax to the Contracting Officer Kim Erkman. Kim.Erkman@faa.gov, at 847-294-7330, with the name of contact person, company name, mailing address, email address, telephone number, and the complete RFP number. Only contractors meeting the above mentioned criteria will be sent copies of this solicitation. The deadline for requests is August 27, 2013.
“This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.”

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/14920 to view the original announcement.

Set-Aside: Competitive 8(a) URL: https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-14-R-00024/listing.html
OutreachSystems Article Number: 130821/PROCURE/0668
Matching Key Words: writ*; copy; 

FedBizOpps – Surplus

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Used Motor Oil and Used Anti-Freeze QRP14-0005 083013 Bridgette Caico, Clerk, Phone 5026245026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, QRP Manager, Phone 5026245673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for non-exclusive sale of Used Motor Oil and Collection of Used Anti-Freeze. The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is August 30 2013 by 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is 309 Frasier Rd. bldg 2962 Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frasier Rd. bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0005/listing.html
OutreachSystems Article Number: 130824/SURPLUS/1083
Matching Key Words: state!ky; 

FedBizOpps – Special Notes

Department of the Interior, National Park Service, NPS – All Offices, NPS, MWR – Missouri MABO11 North 4th StreetSt LouisMO63102US

R–Justification and Approval P13PS01968 Terri Dyke No Description Provided
URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS01968/listing.html
OutreachSystems Article Number: 130824/SPECIAL/1101
Matching Key Words: naics!711510; 


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

69–Special Announcement for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) for Pre-Solicitation Conference W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW
The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT
This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION/SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 28 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form (Attachment 1 to the SOP document) must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis for either May 29th or May 30th from the hours (0830 – 1700). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130824/SPECIAL/1137
Matching Key Words: state!ky; 

USABID State and Local Purchases

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

U – eLearning Management System for KYTC RFP : 1400000033 O SOL eLearning Management System for KYTC RFP : 1400000033 Office Of The Controller Susan Noland Info Technology Published On : 8/22/13 Amended On : Closing On : 9/26/13 3:30 PM EDT Time Left: 34 Days, 03:57:43 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130824/BID/0041
Matching Key Words: age:state!ky; state!ky; 


Missouri – St. Charles County Government http://finance.sccmo.org/finance/index.php?option=com_content&task=view&id=10&Itemid=24 County Administration Building, 201 North Second Street, St. Charles, MO 63301. PH: (636) 949-7465

T – Video Production Equipment SOL Video Production Equipment Due Date: Thursday 09/05/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130824/BID/0059
Matching Key Words: video*; produc*; production?; 

Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.

R – REQUEST FOR PROPOSALS BY THE COUNTY OF SCHUYLKILL TheREQUEST FOR SOL REQUEST FOR PROPOSALS BY THE COUNTY OF SCHUYLKILL TheREQUEST FOR PROPOSALS BY THE COUNTY OF SCHUYLKILL The County of Schuylkill is requesting proposals from qualified community development consulting firms for the provision of technical assistance for FY 2014, 2015, and 2016 grant funds. A complete proposal packet may be obtained from: Gary Bender Office of Economic Development Schuylkill County Courthouse 401 N. 2nd Street Pottsville, PA 17901 (570) 628 1222 (TDD users: PA Telecommunications Center: 7-1-1) All proposals must be received at the above address by 3:00 p.m. on September 9, 2013. All proposals should be clearly marked Response to RFP for Consulting Services. The bidders/offerors must submitdocumentary 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. Schuylkill County is an Equal Opportunity Employer. Minority and women owned businesses encouraged to submit proposals. By Order of: Frank J. Staudenmeier, Chairman George F. Halcovage Jr, Commissioner Gary J. Hess, Commissioner Appeared in: Republican Herald on Tuesday, 08/20/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130821/BID/0531
Matching Key Words: documentar*; 

Kentucky State Procurement

Department of Agriculture, Rural Development, Kentucky State Office,, 771 CORPORATE DRIVE SUITE 200 LEXINGTON KY 40503

R — SINGLE FAMILY HOUSING APPRAISALS FOR USDA RURAL DEVELOPMENT RFQ-14-0001 Linda D. Wolfe, Contracting Officer, Phone 8592247302, Fax 8592247339, Email linda.wolfe@ky.usda.gov Address was not complete, extending Request for Quotes until September 1, 2013. Please mail response to: USDA Rural Development 771 Corporate Drive Suite 200 Attn: Linda Wolfe Lexington, KY 40503 Set-Aside: Total Small Business Place of Performance: Various counties throughout rural areas in the State of Kentucky Lexington, KY 40503 US URL: https://www.fbo.gov/spg/USDA/RD/KY/RFQ-14-0001/listing.html
OutreachSystems Article Number: 130823/KY/3911
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: