Business and Career Opportunities Bids and Purchases

September 11, 2013

Business, Business / Career, Government

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, MICC, MICC – Presidio of Monterey (RC – West), MICC – Presidio of Monterey (RC – West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955

R–Foreign Language Television Broadcast W9124N-13-R-0055 110813 Todd Bales, 831-242-4078 MICC – Presidio of Monterey (RC – West) The Mission and Installation Contracting – Presidio of Monterey has a requirement for providing services to deliver web-streamed, and internet-downloadable international television programming also applicable for mobile devices to DoD users to support language learning in languages of military interest with access to Digital Archive and web-support; provides searchable database with copyright-cleared recorded audio and video resources for all available languages; provides copyright-cleared newspaper materials; provides online learning lesson materials forDepartment of the Army languages as specified; provides speech-to-text machine transcription and translation services for specified languages; provides digitized editabletext materials for specified languages; provides newspaper materials in PDF format; provides DVDs with professionally produced videos from requested countries; provides videos recorded about everyday situations as specified; provides website and database support; maintains user authentication database, provides quarterly usage/user statistics reports and adheres to delivery schedule as stated. The purpose of this requirement is to support the on-going language training mission at the Defense Language Institute Foreign Language Center (DLIFLC) to make members of the Department of Defense (DoD) proficient in targeted languages.

This acquisition does not include a set-aside and will be advertised as quote mark Full & Open quote mark . The North American Industry Classification System (NAICS) code for this project is 519130 with a size standard of 500 employees. Performance period for the base period is 26 December 2013 – 25 December 2014. The contract will be a single award, Firm-Fixed-Price type contract.

The technical proposal will consist of, but may not be limited to the following:

Section 1 Factor 1
Technical Capability
Section 1.1 Sub factor A Broadcasting Approach
Section 1.2 Sub factor B Mobile Platform Availability
Section 1.3 Sub factor C Management Approach
Section 1.4 Sub factor D Relevant Experience

Complete performance work statement, instructions to offerors, and evaluation criteria will be included in the solicitation.

Solicitation number W9124N-13-R-0055 will be available on or about 27 September 2013 on the Federal Business Opportunities (FBO) website (http://www.fbo.gov) and the Army Single Face to Industry (AFSI) website(https://acquisition.army.mil/asfi/). Proposals are due Friday, 8 November 2013.

For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. No paper copies of the solicitation will be furnished.

Prospective contractors must be registered in the System for Award Management (www.SAM.gov), prior to award of a government contract. Offerors are further advised that failure to register in the SAM Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award.

The point of contact for this requirement is Contract Specialist, Todd S. Bales (todd.s.bales.civ@mail.mil).
Place of Performance: MICC – Presidio of Monterey (RC – West) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA 93955 US URL: https://www.fbo.gov/notices/dea32bca101f0842b328530cc759e2d7
OutreachSystems Article Number: 130910/PROCURE/0082
Matching Key Words: video*; edit*; produc*; train*; website; web; site?; page?; business*; produce?; instruct*; 


Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014

R–Avian Influenza/Pandemic Influenza (AI/PI) and Other Emerging Disease Surveillance W81XWH-13-R-0035 072413 Kristen.Trump, 301-619-2346 US Army Medical Research Acquisition Activity The Government requirement is to provide personnel, facilities, materials (except as otherwise provided), and management, preparation, and completion of Department of the Armytasks in support of the Avian Influenza/Pandemic Influenza (AI/IP) and Other Emerging Disease Surveillance at the Armed Forces Health Surveillance Center (AFHSC) / Department of Defense (DoD) Global Emerging Infections Surveillance and Response System (DoD-GEIS), Silver Spring, MD. Tasks outlined in the SOW are required to support the AFHSC/DoD-GEIS to implement research programs and activities to execute the mission of the AFHSC to analyze, interpret, and disseminate information regarding status, trends, and determinants of the health and fitness of U.S. military (and military-associated) populations and to identify and evaluate obstacles to medical readiness. AFHSC is the central epidemiological resource for the U.S. Armed Forces providing regularly scheduled and customer-requested analyses and reports to policy makers, medical planners and researchers. It identifies and evaluates obstacles to medical readiness by linking various databases that communicate information relevant to service members’ experience that has the potential to affect their health. AFHSC conducts surveillance and response for emerging infectious diseases in DoD beneficiaries as well as foreign military and in foreign civilian populations through project-driven proposals which are implemented by its partner institutions and laboratories in CONUS and OCONUS. DoD-GEIS focuses on diseases that threaten U.S. Forces and their families, including newly appearing infectious agents or well-known agents that are increasing in incidence or geographic range. This requirement is a total Small Business Set-Side. The North American Industry Classification System (NAICS) code for this procurement is 541712. The Standard Industrial Classification (SIC) code is 8731. The Government anticipates awarding an IDIQ Contract with a Firm-Fixed Price (FFP), Cost Plus Fixed Fee (CPFF) and Cost CLIN’s. The award will be a 10 month base year with 4 one-year option periods. Estimated date of release of the solicitation is between 19 to 27 June 2013 with an estimated date of award of September 01, 2013. All offerors must provide a written technical proposal discussing specified technical evaluation factors. Award will be made on a best value basis. Requests by phone will not be accepted. No solicitations will be provided by hard copy, fax, or e-mail. All offerors are responsible for checking for amendments to the solicitation from the Internet. It is the responsibility of the vendor to ensure that the RFP is received from the Internet accurately and in its entirety. To be eligible for an award or payment from any DOD activity, offerors must be registered with the System for Award Management (SAM) at https://www.sam.gov. The POC for this action is Kristen Trump at kristen.trump@us.army.mil. No questions will be addressed at this time.
Set-Aside: Total Small Business Place of Performance: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD 21702-5014 US URL:https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-13-R-0035/listing.html
OutreachSystems Article Number: 130910/PROCURE/0089
Matching Key Words: writ*; copy; technical; standard; 


Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030

R — USPSC/O Senior Food Security Specialist USAID_CAR_No_51-2013 092013 Tatiana P Rossova, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE:   09/09/2013
CLOSING DATE:   09/20/2013

Gentlemen/Ladies:

SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 51-2013
USPSC Senior Food Security Specialist, USAID/Central Asian Republics, Dushanbe, Tajikistan

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the720px-USAID-Identity.svg 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. 7-727-250-76-34/35/36,
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. 51-2013

SOLICITATION NUMBER: 51/2013
ISSUANCE DATE: 09/09/2013
CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 09/20/2013 (6 p.m. Almaty Time)
POSITION TITLE: USPSC Senior Food Security Specialist
MARKET VALUE: $84,697-$110, 104 per annum (GS-14 equivalent) with 25% Post Differential (currently)
PERIOD OF PERFORMANCE: One year
PLACE OF PERFORMANCE: USAID/Central Asian Republics/Tajikistan Country Office, Dushanbe, Tajikistan
JOB DESCRIPTION:

A) BACKGROUND

USAID’s program in Tajikistan is part of the USAID Regional Mission for Central Asian Republics (USAID/CAR) headquartered in Almaty, Kazakhstan, with country offices in Tashkent, Uzbekistan; Ashgabat, Turkmenistan; and Dushanbe, Tajikistan.  USAID/CAR is responsible for strategic planning, program design and implementation, achievement of results, and reporting for USAID assistance in the four Central Asian Republics (CARs).  The U.S. Government’s regional effort focuses on economic growth, governance and service delivery and managing trans-boundary water and energy resources, implemented through a mix of regional and country-specific programs.

Tajikistan’s strategic interest to the United States center on its extreme poverty relative to other CARs and the fragility of its 800-mile porous border with Afghanistan; USAID’s FY2013 $26 million budget for Tajikistan accounts for nearly half USAID/CAR’s total assistance program. The Tajikistan Country Office (TCO) has 18 staff:  five USDH officers, one USPSC, and 12 Foreign Service Nationals (FSNs), serving on three teams:  Economic Development (ED), Health, Education and Democracy/Governance (HEDG) and Program.  The ED team oversees TCO activities in agriculture, trade and energy.  Agriculture is TCO’s largest single sectoral program.

USAID’s agriculture program in Tajikistan has grown significantly since 2012, when the country was designated a Feed the Future (FTF) focus country.  Tajikistan’s FTF initiative is country-specific; the TCO team in Dushanbe has overall responsibility for technical direction and implementation management.  Tajikistan’s FTF Initiative integrates agriculture, policy dialogue, land reform, irrigation management, and nutrition.   Program implementation is at a critical point of engagement and collaboration with Government of Tajikistan (GOTI) counterparts and the Development Coordination Council (DCC), which governs Tajikistan’s large, effective donor community.  The GOTI recently adopted the integrated approach to agriculture, nutrition, irrigation management and land reform that USAID has advocated for over the past two years. The Prime Minister will formally launch the Joint GOTI/DCC Food Security Initiative in September 2013.

USAID in Tajikistan is seeking an experienced, highly motivated, and highly qualified agriculture/food security specialist to support the existing, dynamic TCO team working in partnership with other donors to implement the government’s agrarian reform program. S/he will serve as a sectoral expert in providing intellectual leadership, technical support and hands-on program management needed to carry this initiative forward.  The incumbent will provide technical and substantive input in the design, implementation, and monitoring of projects S/he will report to the Economic Growth Team Lead and play a key role in strategic planning and donor coordination, report writing, as well as in managing resources, and working with implementing partners.

The specialist must work in close coordination with senior government leadership officials at the Deputy Prime Minister and Ministerial level; interact continually with colleagues in the donor community, e.g., country directors and representatives of the World Bank, European Union, German Development Agency (GIZ), UK AID, and UN agencies including the Food and Agriculture Organization, World Food Program and others; and direct and lead USAID implementers as needed.

USAID recently procured a participatory extension services activity to pilot extension models in the FTF focus area.  The resulting extension system will be a conduit for disseminating info about and the implementation of agrarian reform.  The specialist will provide technical guidance to USAID colleagues and the implementer during key stages of the piloting process to ensure the successful development and testing of a sustainable participatory extension model to be replicated throughout the FTF focus area.

In sum, USAID in Tajikistan is seeking a seasoned expert with significant practical experience in establishing, managing, and evaluating agriculture extension services; who has knowledge of agriculture policy andtechnical issues and who has extensive experience with government and donor coordination in developing countries to serve up to one year in Tajikistan during a time of significant positive development and change in agrarian reform.

DUTIES AND RESPONSIBILITIES

Under the direct supervision of the Economic Development Team Leader, the Senior Food Security Specialist will have the following duties and responsibilities.

Manage staff and programs, including grants, cooperative agreements and contracts through the following tasks:

Manage new and existing 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 members of the USAID/CAR/TCO Feed the Future team.

May serve as Contacting Officer’s Representative (COR) and/or Agreement Officer’s Representative (AOR) or their Alternates on Feed the Future activities.  As COR or AOR, s/he would be solely responsible for providingtechnical direction; monitoring and evaluating the delivery of assigned activities in compliance with the terms of cooperative agreements and contracts; submits activity progress reports, including professional analyses of related problems and recommendations for corrective action to improve implementer performance; and advises and assists grantees in the development of detailed designs, plans, and cost estimates for assigned activities.  As Alternate COR and/or Alternate AOR s/he would be required to temporarily undertake all COR/AOR responsibilities on behalf of another team member in her/his absence. Incumbent will serve in this capacity on the following activities:

$8 million Farmer Advisory Services Tajikistan (FAST) activity:  FAST launched operations in Tajikistan in August 2013.  Immediate project objectives are to (a) pilot and stand up an extension model to implement agrarian reform in the FTF Zone of Influence and (b) establish an Agriculture Implementation Support Unit within the Government of Tajikistan to analyze policy alternatives and reform outcomes/results;

$20 million Family Farming Program activity which supports irrigation and water resource management activities and water sector reform

Lead and/or participate on design team(s) for upcoming Feed the Future procurements.
Participate in planning, scheduling and control of annual cycles of program and funding activity. Plan and design evaluation instruments as needed to make informed program design and management decisions.  Conduct or lead data gathering, research and analysis, and dialogue with counterparts necessary to inform program design decisions.  Evaluate the costs, benefits and effectiveness of projects. As appropriate, make site visit to evaluate recipient performance and provide advice and programmatic support.

Other duties as required.

Provide analytic and advisory support, including but not limited to:

Conceptualize and design program strategies and objectives in close coordination USAID personnel, U.S. Embassy, Host Government, and the donor community.  When necessary, refine strategic objectives and advocate on behalf of new programmatic approaches in country, linked to neighboring country programs, where appropriate.

Identify, gather information and develop linkages with donor programs, including multi-laterals (World Bank, Asian Development Bank, European Union, and United Nations Agencies) and bi-laterals (UK, Germany, Switzerland, Japan).   Represent USAID and the USG in meetings of the DCC (Development Coordination Council), Tajikistan’s donor coordination body, and chair DCC working groups as appropriate.  Lead discussions and broker negotiations with senior policy and technical levels of international donors in Tajikistan to develop joint programs and leverage resources that will enhance achievement of USAID Food Security objectives.

Lead USAID or USG discussions related to agricultural reforms in Tajikistan, participating in regular and ad hoc donor and government coordination meetings, and providing expert technical advice to all stakeholders on agricultural issues as well as advising USAID and US Embassy senior management on appropriate actions.

Analyze and present results-oriented reporting to facilitate Mission decisions on future program direction and budget levels. Develop strategies, effective reporting and activity design, including writing scopes of work, program descriptions, assessments, etc.

Prepare briefings for USAID, State Department, and other audiences on USAID Food Security programming as needed.

Establish and maintain regular collaborative relationships with key Embassy and other interagency counterparts. Participate in Mission activities and initiatives, conferences and workshops as appropriate.

Leadership and Mentoring

Support and provide advice to the Tajikistan team on USAID’s Feed the Future implementation across Feed the Future activities including:   agrarian reform and policy dialogue, productive agriculture, land reform, participatory agriculture extension services, water and irrigation management and nutrition.

Advise, train and support the career development of professional staff responsible for managing food security activities.  Contribute to and oversee the development of core competencies in USAID Tajikistan Country Office.   Competencies include those listed above; strategy and activity development and program monitoring and evaluation.

Increase the capacity of ED team members to interface with the donor community and host government.

At the end of the contract period, the specialist will effectively transfer his/her skills and knowledge to enable the Tajikistan country team to carry out successfully the tasks described above so that continued USPSC services are not required.

C) POSITION ELEMENTS:

1) Supervision received:  The incumbent will work under the general policy and technical guidance of the USAID/CAR/TCO Economic Development Team Leader or his/her designee. The Supervisor will set overall objectives.   The employee and the supervisor together will develop deadlines, projects, and work to be accomplished.  The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision.

2)   Available Guidelines: USAID Automated Directives (ADS), USAID Acquisition Regulations (AIDAR), State Department’s Foreign Affairs Manual (FAM), strategic and other general program documents, and contact with contracting and financial management specialists.

3) Exercise of Judgment:  In instances not clearly covered by written guidelines, the incumbent will use his own personal, well informed judgment in devising innovative approaches to resolving technical, administrative, managerial and/or policy problems.  Excellent (balanced) judgment is required in setting priorities.  The use of initiative, discretion and patience is expected in dealing with USAID personnel as well as representatives from donor organizations to resolve problems that arise during the course of work for which no clear or immediate solution often exists.  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/CAR/TCO development objectives, and in collecting, analyzing and reporting on progress of activities and recommending project actions.  The incumbent will also be required to follow and adhere to the Agency’s Code of Ethics and Conduct.

4) Levels of Contacts: The Incumbent actively engages in official personal contacts with Host-Country high ranking officials, senior leadership of different U.S. Agencies, country directors and/or resident representatives of international donors, private groups, U.S. or foreign private groups, etc. It is expected that personal contacts will include, but not be limited to, the following:

Deputy Prime Ministers for Agriculture and Social Sector
Ministers and Deputy Ministers, and staff in the Ministries of Development and Trade, Finance, Agriculture, Water, Justice, Health, etc.
U.S. Ambassador and members of the U.S. Country Team
Counterpart Host Country Officials responsible for assistance
Non-U.S. Ambassadors in Tajikistan supporting development initiatives
Country Directors or Resident Representatives of  international donors in Tajikistan
Chiefs of Party of USAID contractors/grantees engaged in development initiatives
Senior officials and executives from the U.S. headquarters of USAID-funded contractors/grantees
Institutional contractors, NGOs, PVOs working on related matters
USAID/Central Asian Republics Office Directors
USAID/Washington

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 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 food security programs in developing countries, preferably related to agriculture development, extension systems, and improving nutrition outcomes.   Specifically, this should include experience in the design and development of programs, management and technical guidance in program implementation, and monitoring and evaluating program progress and effectiveness.  At least two years of successful leadership experience in a team environment.

Current knowledge of best practices, and current research and development trends in economic growth and democracy and governance.  Professional experience working with governments, international donors, private sector and NGO implementers in the food security 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/or Tajikistan is preferred.

3) Knowledge, Skills and Abilities:  Superior intellectual skills and subject matter expertise to develop strategies to overcome development challenges and resolve implementation obstacles to increasing food security and decreasing poverty as information and devise creative and appropriate solutions to implementation challenges. Demonstrated technical expertise and leadership skills in food security programs, in the context of developing countries.  Demonstrated strategic, analytic skills and current knowledge of international development management trends and best practices.   Demonstrated project management skills, including effective oversight of people, programs, and financial resources to implement programs contributing to international development.  Strong analytical and writing skills as evidenced by previous experience and a writing sample, along with demonstrated ability to gather and convey information, make concise oral and written presentations and prepare reports, correspondence and other written materials.

Demonstrated history of experience in a multicultural team environment working with a wide range of individuals and organizations to address development transition challenges.  Proven ability to reach consensus with diverse groups, and inspire coalitions of interest.  Strong interpersonal skills including a record of effective collegial/team relations and demonstrated ability to work collaboratively with a range of professional counterparts at all levels, including those from host-country government, NGOs, USAID missions, other USG agencies and international donors.

Demonstrated persuasiveness, cross-cultural sensitivity, tact and poise to successfully advocate practices, approaches and policies with a range of audiences in an intercultural context.  The ability to meet tight deadlines with concise documents.  Strong computer skills and proficiency in MS Office software.

Exceptional interpersonal skills and demonstrated ability to work in a collegial and persuasive fashion in a team environment, exercise discretion, judgment, and personal responsibility.   The Specialist must be a team player, able to prioritize and follow up on their own actions without prompting, while also assisting a busy supervisor and fellow colleagues to track and respond to incoming requests and routine tasks, filling in gaps as needed to ensure the responsiveness of the team.  The Specialist must also have a strong sense of responsibility, pay close attention to detail, be able to complete administrative tasks with minimal guidance, and be service-oriented, highly organized, and able to receive and respond to constructive criticism in a professional manner.  The Specialist must be a strategic thinker, articulate innovative ideas, present solutions, and serve as a positive role model for colleagues both in and outside of USAID.

Completion of a writing sample is mandatory for consideration to this position.

4)   Education and Language Proficiency:  Minimum of a master’ s degree in agriculture, agricultural economics, agronomy, agricultural development, 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, includingtechnical reports.  Given the level of interaction with host-country counterparts required by this position, strong command of Russian or Tajik is preferred.

E)  SELECTION CRITERIA

Applicants will be evaluated against the following criteria:

International Development Experience:   40 points
Management and Team Leadership Skills and Experience: 20 points
Writing and Communication Skills:   30 points
Education and Language Proficiency: 10 points
TOTAL:  100 POINTS

Notice to Applicants: The USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation.

9. APPLYING

Qualified individuals are requested to submit a Optional Application for Federal Employment OF-612 including experience, salary history, list of references, and recent sample of his/her written work (maximum 1-3 pages, i.e. policy memo) no later than COB (6 p.m. Almaty time) September 20, 2013.  The form is available at the USAID website, http://www.usaid.gov/forms/ or http://transition.usaid.gov/forms/OF612.pdf.  Applications, recent supervisor reference and three (3) personal references, and writing sample may be submitted by e-mail, fax, DHL or FedEx air courier by the closing date, above, to:

Tatiana Rossova
Personnel Specialist
Personnel Office
USAID/CAR Almaty
41 Kazibek Bi Street
Almaty, Kazakhstan
Email: almaexo_hr@usaid.gov
Fax: 7 727 2507634/35/36

Email or faxed documentation is preferred as mail delivery may be untimely.  To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter.

USAID/CAR expects to award a personal services contract for an off-shore US Citizen for one-year period commencing o/a October 1, 2013 (or earlier), subject to security and medical clearances and funds availability.   The duty post for this contract is Dushanbe, Tajikistan.

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/Central Asian Republics and Tajikistan Country Office 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: Dushanbe Tajikistan TJ URL: https://www.fbo.gov/spg/AID/OM/ALM/USAID_CAR_No_51-2013/listing.html
OutreachSystems Article Number: 130910/PROCURE/0102
Matching Key Words: writ*; technical; procedure?; 


Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) – Edwards, 5 S WOLFE AVE Edwards AFB CA 93524-1185

U — Heavy Simulator FA9302-13-R-0027 100213 Judith L. Sackett, Phone 6612777586, Email judith.sackett@edwards.af.mil – Steve Ostrander, Contracting Officer, Phone 6612779567, Email Steve.Ostrander@edwards.af.mil COMBINED SYNOPSIS:
356px-Seal_of_the_US_Air_Force.svgThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64 (17 Jan 2013) and DFARs Change Notice (DPN) 20121231. This acquisition is a 100% small business set-aside. NAICS is 611512-Flight Training. Manufacturing is not applicable and small business size standard is $25.5M. Solicitation is for commercial purchase Simulator Training. The acquisition is for the United States Air Force Test Pilot School, Edwards AFB, CA, 93524.

REQUIREMENTS:

Government Requirement: The contractor shall provide full motion simulators and operators/instructors with the ability to instruct students on the systems, performance and flying qualities of the aircraft provided. The contractor shall provide in-simulator instruction, briefings, all management, personnel, tools, vehicles, equipment, and labor necessary to support the USAF Test Pilot School’s (TPS) Qualitative Evaluation Program (QEP) at the location of the simulator. The contractor shall perform all requirements and obtain all permits and licenses in accordance with all applicable federal, state, and local guidelines.

The goal of this program is to provide training for approximately 20-25 students/staff twice per calendar year. Visits will typically occur in April and October to align with the TPS syllabus. The intent is for groups of 4 students to work through a directed profile with the objectives of evaluating large aircraft dynamics and comparing/contrasting Airbus & Boeing cockpit philosophies. The typical profile should allow each group of 4 students to spend approximately 4 hours in a full-motion Boeing 777 simulator and approximately 4 hours in a full-motion Airbus A320 simulator. This program is not intended to teach initial or recurring airline training. The actual size of the groups may vary and will typically be a mix of pilots and engineers with various backgrounds. When available, a TPS staff member with a heavy aircraft background will accompany the group(s) to facilitate learning and logistics.

Please submit the following information with each quote: Cage Code, DUNS number, and Date offer expires.

INSTRUCTIONS TO OFFERORS:
Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis and all instructions at 52.212-1 and 52.212-1 Addendum below. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). To register with the system for award management (SAM), go to url:https://www.sam.gov/ USE OF SAM (formerly CCR and ORCA) BECAME MANDATORY 01 JANUARY 2005. Further information on SAM may be obtained from the SAM Help Menu at https://www.sam.gov/.

52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil.

Provision at 52.212-1, Instructions to Offerors (Feb 2012), applies to this acquisition.
52.212-1 — Instructions to Offerors — Commercial Items.
(a) North American Industry Classification System (NAICS) code is 611512. 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 $25,500,000.00.
(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. 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 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites–
(i) ASSIST ( http://assist.daps.dla.mil ).
(ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ )
(iii) ASSISTdocs.com ( http://assistdocs.com ).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, 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 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 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 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 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)
ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS

(a) To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I – Price Proposal and Part II – Technical Information
(b) The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer’s opinion, adequate price competition exists no additional price information will be necessary. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than pricing data to support a determination of price reasonableness.
(c) Specific Instructions: Documents submitted in response to this must be fully responsive to and consistent with the following:
(1) Requirements of the CLINs & Performance Work Statement (PWS) and government standards and regulations pertaining to the PWS.
(2) Evaluation Factors for Award in section, 52.212-2 EVALUATION – COMMERCIAL ITEMS and addendum of this RFP.
(3) Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in this section, FAR 52.212-1 INSTRUCTION TO OFFERORS – COMMERCIAL ITEMS, will not be read or evaluated, and will be removed from the proposal.
(d) PART I – PRICE PROPOSAL –

(1). The contractor shall provide the following:

1. Pricing for the effort
2. Provide the names of any Offeror’s subcontractor(s)
3. Provision 252.209-7999 – Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law (Jan 2012)
The DFARS 252.209-7999 provision (Attachment 2, Page 3) needs to be completed and returned with the quote by the contractor in order to be considered for award of this contract.

(e) PART II – TECHNICAL INFORMATION

(1) Format
• The proposal will be on 8 ½” x 11″ paper.
• A page is defined as one single sided, double-spaced sheet of paper containing information.
• Typing shall be Times New Roman Font, size 12.
• Electronic files must be in Adobe (.pdf), Microsoft Word version 6.0/95 or Excel 2010 or earlier format.
• Page limit of technical information – 5 pages.

(2) Technical Acceptability – using the format described above, please provide the following:
(i) A description of qualifications in accordance with the technical evaluation factors as described in 52.212-2 and of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include literature, a resume, or other documents.

(f) GENERAL INFORMATION

(1) Electronic submissions of proposals will be accepted and shall be sent to:

Steve Ostrander
Contracting Officer
steve.ostrander@edwards.af.mil

(2) If chosen, 3 hard paper copies are to be mailed or hand-deliver by the date/time specified.

Edwards Air Force Base
AFTC/PZIEB
5 S. Wolfe Ave.
Edwards AFB, CA 93524-1185
Attn: Steve Ostrander (FA9302-13-M-L021)

(3) Offerors are cautioned that Edwards AFB, CA has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) “Late submission, modifications, revisions, and withdrawals of offers.”

(End of provision)

52.212-2 — Evaluation — Commercial Items.

Provision at 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, price and other factors considered. The following factors shall be used to evaluate offers:

(i) Technical Acceptability

(ii) Lowest price
(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.
(End of Provision)

Addendum to FAR 52.212-2:

(a) Basis for Contract Award: The resulting award will be a BPA contract to a multiple contractors. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and requirements, in addition to those identified as evaluation factors or sub factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

(b) Initially, offers shall be ranked according to price. Proposal prices will be determined to be fair and reasonable by adequate price competition among offers unless the contracting officer has requested other than pricing data per addenda to 52.212-1 above.

(c) Next, the government technical evaluation team shall evaluate the technical proposals submitted by the lowest price ranked offeror on an Acceptable/Unacceptable basis:

These are the definitions for the Evaluations Ratings:

Acceptable Meets all solicitation requirements.
Unacceptable Does not meet all solicitation requirements.

The following are the evaluation criteria:

A. The contractor shall provide a Boeing 777 and Airbus A320 (newest model airplanes desired) full-motion simulators at the same facility to allow students/faculty the ability to complete a side by side comparison of the aircraft. Maneuvers/evaluations may include but are not limited to:
-General flying qualities/handling qualities
-Takeoff performance (heavy weight, engine-out, low RCR, etc.)
-Flight control system evaluation (normal and degraded modes)
-Engine-out characteristics during takeoff (Vmcg, V1 cuts)
-Stall characteristics & recovery
-Envelope protection modes (stall, overspeed, pitch & roll limits/rates)
-Warning systems (EGPWS, CFIT, windshear, etc.)
-Landing performance (engine-out, low/zero visibility, crosswinds, degraded flight controls, no-flap, etc.)
-Electronic flight bag familiarization (iPad)
-Aircraft automation and flight management system during departure, cruise, arrival and reroute
-Aircraft electronic checklist/takeoff manifest data integration during preflight
-Aircraft electronic checklist during a complex EP such as hydraulic failure
-Historical airline crashes/emergencies
Staff/students may carry-on hand held instrumentation systems that are approved by the TPS Program Manager (PM) and coordinated with the contractor. The contractor shall have the right to refuse any carry-on equipment if it causes safety concerns.
Simulator Safety Equipment certifications shall be current, and are subject to inspection by government personnel.
The contractor is liable for any damage to the simulator.
B. The contractor shall provide a minimum of one certified pilot as well as necessary personnel for the operation of the simulator.
The instructor/operator shall possess at a minimum the following qualifications:
-Qualified simulator instructor in accordance with Federal Aviation Regulations parts 135 and 121.
The contractor shall provide upon request any and all information regarding personnel qualifications.

C. If the lowest priced evaluated offerors is judged to be “Acceptable” on ALL Factors and the offeror is determined to be responsible, that offer will be deemed the most advantageous to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.

D. If the lowest priced offeror is not judged to be “Acceptable” on ALL Factors, the next highest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to be “Acceptable” on all Factors or until all offerors are evaluated.

E. Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of technical capability. Offerors may be asked to clarify certain aspects of their proposal Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision.

F. The government intends to award a contract without discussions with respective offerors. The
Government, however, reserves the right to conduct discussions if deemed in its best interest.

(End of provision)
52.212-3 — Offeror Representations and Certifications — Commercial Items.
As prescribed in 12.301(b)(2), insert the following provision:
Offeror Representations and Certifications — Commercial Items (Dec 2012)
An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.

Further Solicitation Clauses and Provisions:

52.201-01 Definitions (Jan 2012)
52.203-3, Gratuities (Apr 1984)
52.212-3 Offeror Representations and Certifications – Commercial Items (Apr 2012)
H055 Local Insurance Clause
52.232-37 Multiple Payment Arrangements (May 1999)
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-8 Utilization of Small Business Concerns (Jan 2011)
52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. (Jan 2013)
52.219-8 Utilization of Small Business Concerns (Jan 2011)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor – Cooperation with Authorities and Remedies (Mar 2012)
52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (May 2007)
52.222-35, Equal Opportunity for Veterans (Sep 2010)
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer –Central Contractor Registration (Oct 2003)
252.204-7004, Alternate A – Required Central Contractor Registration (Sep 2007)
252.232-7010 Levies on Contract Payments (Dec 2006)
252.247-7023 Transportation of Supplies by Sea (May 2002)
5352.201-9101 Ombudsman (Apr 2010)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003)
5352.223-9001 Health and Safety on Government Installations (Jun 1997)
5352.242-9000 Contractor Access to Air Force Installations (Aug 2007)
252.247-7024 Notification Transportation of Supplies by Sea (Mar 2000)
252.232-7009 Mandatory Payment by Government-wide Commercial Purchase Card (Dec 2006)
252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law (Jan 2012)
52.223-9003 or 23.303-90 Marking Dangerous Goods or Hazardous Materials (Nov 2011)

If the offeror does not have a copy of these provisions, go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-conforming.

Offers are due at the Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, by COB (4:30pm, Pacific Time) on 2 October 2013. Any questions concerning this synopsis should be submitted to the Contract Specialist, Judith Sackett, by email at, judith.sackett@us.af.mil, or by fax at (661) 277-0470. Faxed/email transmissions of quotes are preferred. If you transmit via fax, please email to verify transmission.

STEVE OSTRANDER
Contracting Officer
AFTC/PZIEB
Directorate of Contracting

Attachments:
1. Performance Work Statement
2. Representations by Corporations of Tax Liability
3. Wage Determination, WD 05-2043 (Rev -16)

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-13-R-0027/listing.html
OutreachSystems Article Number: 130910/PROCURE/0133
Matching Key Words: documentar*; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

U — RIGGER SERVICES H92244-14-T-0009 101513 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared 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 being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote160px-Special_Operations_Specops_Army.svg (RFQ); solicitation number is H92244-14-T-0009. 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 (FAC) 2005-69 effective 03 September 2013. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 541990 with a standard business size of $14 million. The DPAS rating for this procurement is DO-S10.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

SECTION B Schedule of Supplies and Services

CLIN 0001 RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 17 FEBRUARY 2014 – 8 MARCH 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

CLIN 1001 (OPTION) RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 5 MAY 2014 – 24 MAY 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

CLIN 1002 (OPTION) RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 9 JUNE 2014 – 28 JUNE 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

CLIN 1003 (OPTION) RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 11 AUGUST 2014 – 6 SEPTEMBER 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

CLIN 1004 (OPTION) RIGGING SERVICES
THE CONTRACTOR SHALL PROVIDE QUALITY ASSURANCE AND RIGGING SERVICES FOR THE PERIOD OF 6 OCTOBER 2014 – 25 OCTOBER 2014 IN ACCORDANCE WITH SOLICITATION H92244-14-T-0009 AND THE STATEMENT OF WORK
QTY: 1 GROUP
PLACE OF PERFORMANCE: VIRGINIA BEACH, VA
THE CONTRACTOR SHALL PROVIDE A DETAILED BREAK-DOWN OF COST FOR EACH CLIN TO INCLUDE TRAVEL, PER DIEM AND ANY OTHER COSTS.

FFP
FOB DESTINATION

STATEMENT OF WORK

Rigger must have extensive knowledge of the packing procedures and proven methods required as demonstrated in actual performance of the mission requirement. The riggers and curriculum all comply with parameters specified in Joint Basic Military Free Fall, Joint Military Tandem Tethered Bundle, and Assault Squadron sustainment training. The rigger requirements must include:

a. Rigger must be current FAA Senior/Master Parachute Rigger.
b. Rigger must be a graduate of a U.S. Army Parachute Rigger School with training on the maintenance, packing, and rigging of DoD parachutes and airdrop equipment.
c. Rigger must have knowledge of assembly, packing and repair of the MJN-1 Personal Parachute and SOV3 Tandem Parachute Systems.
d. Rigger must have knowledge of packing and assembly techniques of the military tandem tethered bundle system (MTTB).
e. Rigger must be certified as CYPRES AAD Technician through SSK Industries, Inc.
f. Rigger must have previous experience as a Military Drop Zone Safety Officer.
g. Must have demonstrated consistent and regular Air Operations parachute rigging instruction in each of the previous 2 years with United States Military Special Operations Forces.
h. Must be willing to work extended hours of the day in order to support course and squadron activities to include unknown drop zones. These hours could extend beyond 8 hours daily.
i. Rigger must have knowledge of assembly, packing, repair and maintenance of the P-124 Aviation Parachute

This contract will support the majority of the air operations training and sustainment during this course of instruction. The required disciplines required by NSWDG Air Operations are to include, but not limited to:

a. Assist military riggers in Squadron sustainment training during the course of instruction.
b. Perform ram-air canopy maintenance and repair.
c. Perform Quality Assurance checks.
d. Provide basic, intermediate, and advanced packing instruction and procedures.
e. Construct Military Tandem Tethered Bundle systems.

Section I Clauses

FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997
FAR 52.204-7 System for Award Management Jul 2013
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008
FAR 52.212-1 Instructions to Offerors – Commerical Items Jul 2013
FAR 52.212-3 Offeror Representations and Certifications – Commercial Items Jul 2013
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jul 2013
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Aug 2013
FAR 52.217-7 Option for Increased Quantity – Separately Priced Line Item Mar 1989
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 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984
FAR 52.242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt I Changes-Fixed Price Alt II (Apr 1984) Aug 1987
FAR 52.246-25 Limitation of Liability – Services Feb 1997
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) \ Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A System for Award Management Alternate A May 2013
DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate Jun 2012
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Jun 2013
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
SOFARS 5652.252-9000 Notice of Incorporation 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.hill.af.mil

FAR 52.212-2 Evaluation – Commercial Items Jan 1999
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Aug 2013
FAR 52.222-41 Service Contract Act of 1965, as amended
Nov 2007
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989
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 Ana Downes, telephone (757) 893-2722.

SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 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, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

FAR 52.232-18 Availability of Funds (APR 1984)
Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

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 9:00am Eastern Standard Time (EST) on 15 October 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 https://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 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 Place of Performance: 1636 REGULUS AVENUE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0009/listing.html
OutreachSystems Article Number: 130910/PROCURE/0140
Matching Key Words: film?; produc*; train*; you; website; business*; event?; instruct*; commercial?; 


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 RFP, Presolicitation Conference, and Site Visit Announcement W900KK13R0016 061413 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.

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 for either May 29th or 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

Set-Aside: Total Small Business Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL:https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130910/PROCURE/0675
Matching Key Words: state!ky; 

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 Empty Scrap Ammunition Containers 14-0006 091313 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 scrap ammunition containers. The duration of this is for 1 time load.
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 and160px-Special_Operations_Specops_Army.svg enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is 309 Frasier Rd bldg 2951 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 2951 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/14-0006/listing.html
OutreachSystems Article Number: 130907/SURPLUS/1162
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

T – KSP AND CVE VEHICLE GRAPHICS KITS RFB : 1400000180 Offi SOL KSP AND CVE VEHICLE GRAPHICS KITS RFB : 1400000180 Office Of The Controller Published On : 9/6/13 Amended On : For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130910/BID/0004
Matching Key Words: age:state!ky; state!ky; 

 PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

9 / 11 Remembrance

SOURCE:  Provided Courtesy – Defense News Lead Photo for U.S. Department of Defense.

Transit Center honors 9/11 heroes

Sept. 11 commemoration

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities Bids and Purchases | beenetworknews - September 19, 2013

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

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: