FedBizOpps – Procurements
Department of the Air Force, Air Force Materiel Command, ESG – Enterprise Sourcing Group, Building 1 1940 Allbrook Dr Wright Patterson AFB OH 45433-5006
R — ESG – Program Management Support for RDDS ESG-FA8052-13-R-0020 100313 Ronald L. Lighty, Contracting Specialist, Phone 2103959384, Email ronald.lighty@us.af.mil – Javier Tamez, Contracting Officer, Phone 210-395-9178, Email javier.tamez.2@us.af.mil Date: 18 September 2013
Subject: Combined Synopsis/Solicitation
Title: Program Management Support for Requirements Definition and Development Service
Request for Proposal (RFP)/ Solicitation Number: ESG-FA8052-13-R-0020
Closing Response Date: October 3, 2013 at 2:00PM CST
Contact Point(s): Ronald Lighty Jr., Contracting Specialist
Commercial Phone: (210) 395-9556
Email: ronald.lighty@us.af.mil
Contact Point(s): Javier Tamez, Contracting Officer
Commercial Phone: (210) 395-9178
Email: javier.tamez.2@us.af.mil
Description: This is a combined synopsis/solicitation for commercial services 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. The purpose of this requirement is to provide the Executive Support Staff U.S. Air Force Surgeon General (AF/SG) with The Program Management Support for Requirements Definition and Development Services in accordance with the attached Performance Work Statement (PWS) dated 13 June 2013. Historically this effort has been supported by six (6) full time equivalents (FTE). However, this requirement is not a FTE requirement. This requirement is a performance based requirement, meaning offerors should propose the number of FTE he/she has determined is needed in order to meet the requirement identified in the attached Workflow Management Support Performance Work Statement (PWS).
Place of Contract Performance: AF/SG office at: Defense Health Headquarters Building, 7700 Arlington Blvd, Falls Church, VA 22042. IAW PWS dated 13 June 2013.
Set-aside Status: Competitive 8(a) set-aside.
North American Industrial Classification System (NAICS) Code: 541611
Period of Performance: Base Year: 15 October 2013 to 14 October 2014
Option Period One: 15 October 2014 to 14 October 2015
Option Period Two: 15 October 2015 to 14 October 2016
*Option to Extend Services: Dates TBD, if needed
*In accordance with 52.217-8 – Option to Extend Services, and 52.217-9, Option to Extend the Terms of the Contract. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The total duration of this contract shall not exceed 36 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
The Department of the Air Force, Air Force Material Command, 773rd Enterprise Sourcing Squadron Contracting Office intends to award a firm fixed price (FFP) contract. All responsible sources may submit a proposal which shall be considered by the agency.
Solicitation number ESG-FA8052-13-R-0020 and the draft Performance Work Statement (PWS) Program Management Support for Requirements Definition and Development Services will be made available to interested parties through https://www.fbo.gov.
The Government will accept questions concerning solicitation number ESG-FA8052-13-R-0020 until 25 September 2013 at 12:00 PM CST. Email your questions to ronald.lighty@us.af.mil.
PROPOSALS ARE DUE NO LATER THAN 3 October 2013 AT 2:00PM CST. Email your proposal to ronald.lighty@us.af.mil. It is the offeror’s responsibility to confirm receipt of proposal; follow-up proposal submission with a phone call to 210-395-9556 if you do not receive confirmation PRIOR to the closing time.
Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
All labor CLINs shall be firm fixed price. All travel CLINs shall be cost. Contract will consist of CLIN 0001-CLIN 2002 as indicated below.
CLIN 0001: Labor
Description: Shall support tasks IAW PWS Program Management Support for Requirements Definition and Development Service dated 13 June 2013.
PoP is 15 October 2013 to 14 October 2014.
Quantity: 12
Unit of Issue: Months
Unit Price: ______________________________
Total Amount: ___________________________
CLIN 0002: Travel
PoP is 15 October 2013 to 14 October 2014
Cost: $40,068 NTE (DO NOT CHANGE)
CLIN 1001: Labor (Option Year 1)
Description: Shall support tasks IAW PWS Program Management Support for Requirements Definition and Development Service dated 13 June 2013.
PoP is 15 October 2014 to 14 October 2015.
Quantity: 12
Unit of Issue: Months
Unit Price: ______________________________
Total Amount: ___________________________
CLIN 1002: Travel
PoP is 15 October 2014 to 14 October 2015
Cost: $41,270.04 NTE (DO NOT CHANGE)
CLIN 2001: Labor (Option Year 2)
Description: Shall support tasks IAW PWS Program Management Support for Requirements Definition and Development Service dated 13 June 2013. PoP is 15 October 2015 to 14 October 2016
Quantity: 12
Unit of Issue: Months
Unit Price: ______________________________
Total Amount: ___________________________
CLIN 1002: Travel
PoP is 15 October 2015 to 14 October 2016
Cost: $42,508.14 NTE (DO NOT CHANGE)
In addition to the above CLINs offerors shall submit pricing for CLIN 3001. In the event the Government utilizes the 52.217-8 clause the offeror’s below pricing shall be used. The following CLINs will not appear on the awarded contract. The following CLINs will only be added to the contract if the Government utilizes the 52.217-8 Option to Extend Services clause.
CLIN 3001: Labor (52.217-8 Option to Extend Services)
Description: Shall support tasks IAW PWS Program Management Support for Requirements Definition and Development Service dated 13 June 2013. PoP will be determined prior to exercising this option. For evaluation purposes only, this CLIN will be part of the Total Evaluated Price (TEP) for award.
Quantity: 6
Unit of Issue: Months
Unit Price: ______________________________
Total Amount: ___________________________
Addendum 1 to FAR 52.212-1, Instructions to Offerors – Commercial Items (Feb 2012):
FAR Provision 52.212-1, Instructions to Offerors – Commercial Item:
Each Offeror is required to submit their proposal as specified in FAR Provision 52.212-1, Instructions to Offerors- Commercial Items Addendum 1.
(a) Submission of Offers.
(i) Interested parties capable of providing the specified service must submit a written offer via email to: Ronald Lighty, Contract Specialist at ronald.lighty@us.af.mil
(ii) Do not send as an executable or .exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award.
(iii) Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2010 ® and Microsoft ® Excel 2010. PDF is Adobe Portable Document Format.
(iv) Submit offer as follows:
Document Content File Format – The minimum font size for the proposal pages is 12 pitch. Required documents should be submitted via electronic email with a request receipt, and should be clearly marked as to volume number, title, copy number, solicitation identification and the Offeror’s name, address, CAGE Code, Tax Identification (TIN) number, and DUNS number.
The price proposal will be evaluated for reasonableness based upon a comparison of the Offeror’s price to the Independent Government Estimate and via price analysis. All CLINs will be evaluated for reasonableness.
(b) To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all commercial solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. The response shall consist of two (2) separate parts, Part 1- Technical Capability and Management, Part II – Pricing. Part I Technical Capability shall be no more than 10 pages one sided. Part II – Pricing shall be no more than 10 pages one sided.
(c) This is a Lowest Price Technically Acceptable (LPTA) acquisition. Technical Capability and Management will be evaluated and given ratings of acceptable or unacceptable. Unacceptable offers are not eligible for award. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Offerors shall describe in detail their proposed approach. Offerors shall use the Government-provided Performance Work Statement (PWS) to develop their technical approach. Offerors shall specifically explain how their approach will meet the key requirements of the PWS. The proposed instructions in this section are designed to assist offerors in preparing a complete response that reflects a full understanding of the approach proposed to accomplish all work required herein.
PROVISIONS/CLAUSES: The provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation and the Offeror must include a completed copy of this provision with their proposal. The provision at 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 2012) applies to this solicitation and the Offeror must include a completed copy of attachment two (2) entitled DFARS 252.209-7999 with their proposal. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this Solicitation. The clause at FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders, Commercial Items, applies to this solicitation. FAR Clause 52.217-8, Option to Extend Services may apply, and FAR Clause 52.217-9, Option to Extend the Terms of the Contract will apply if terms of this contract are extended, FAR Clause 52.219-6, Notification of Employee Rights Under the National Labor Relations Act, FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.
The clause at FAR 52.232-18, Availability of Funds (Apr 1984), applies to this Solicitation and is incorporated via full text.
FAR Provision 52.212-2 Evaluation – Commercial Items (January 1999)
(a) This acquisition will utilize Lowest Price Technically Acceptable (LPTA) evaluation procedures in accordance with FAR 15.101-2, as supplemented. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable Offeror with the lowest evaluated cost or price, which is deemed responsible in accordance with FAR 9.104 and whose proposal conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representations, certifications, and all other information required by this solicitation. The following factors will be used to evaluate offers.
FACTOR 1 – TECHNICAL ACCEPTABILITY
The technical approach will be evaluated for evidence of the degree to which the offeror’s technical approach demonstrates a clear understanding of the SG5R Program Management Support Service roles and responsibilities, as defined within the PWS. Responses should display a reasonable, well-thought-out approach that is likely to yield the required results within the required time frame. The offeror’s proposal shall be used to assess the offeror’s understanding of tasks to be performed, as well as the technical approach and methodology for accomplishing tasks under any resultant award to meet the requirements of the PWS. The offeror shall submit a written technical approach which effectively demonstrates the offeror’s clear understanding of all tasks.
SUBFACTOR 1.1 – MANAGEMENT APPROACH: The management approach will be evaluated for the degree to which the offeror’s proposal reflects a management approach (including approach to staffing) that will lead to the successful accomplishment of the requirement, fill positions in a timely manner and maintain a personnel support structure with the requisite education, skills, and expertise to perform tasks in accordance with the PWS.
The STANDARD for Technical Acceptability is met when the proposal demonstrates:
• How the offeror will accomplish the tasks identified in the PWS with the proposed staff. Offeror shall provide a staffing plan with their proposal.
• How the offeror will organize their team and provide all necessary resources to efficiently perform the services for SG5R Project Management Support.
• How the offeror will manage the project, schedule missions and interface with the customers.
• The offeror’s understanding of the complexity of the tasks identified in the PWS.
SUBFACTOR 1.2 – EXPERIENCE: The offeror’s proposal (including potential subcontractors) will be evaluated on the degree to which the proposal reflects corporate or proposed staff experience identical to, similar to, or related to the requirement. The offeror’s proposal shall address the offeror’s:
• Proposed personnel represent appropriate skill sets/ labor categories, training and level of effort with respect to the tasks outlined in the PWS.
• Knowledge and experience with Strategic Planning, Programming and Operations Support, business and requirements planning as described in the PWS.
• Understanding of and demonstrated experience in tasks associated with capabilities based assessments analysis or analysis of alternatives and execution plans policy review, development as described in the PWS.
• Experience with working on High Performance Teams (HPT) as described in the PWS. If no direct experience with HPTs is available, please explain your experience with a commercially similar experience.
• Ability to demonstrate relevant experience during the last five (5) years working with projects or activities similar in size, scope and complexity. (The government will determine if the offeror’s experience is similar in size, scope and complexity to the possible areas as described in the PWS.)
SUBFACTOR 1.3 – QUALITY CONTROL APPROACH: The offeror’s approach to quality control identifies processes, procedures, and metrics which are likely to result in a successful outcome within cost and on schedule. The offeror’s quality control approach will be evaluated for the degree to which:
The STANDARD for Technical Acceptability is met when the proposal demonstrates the offeror’s ability to:
• Keep an organized file of all required documents up to date and on site at all times.
• Conform to all contractual requirements.
• Meet the Government’s performance evaluation criteria and identifies corrective actions to mitigate and correct performance deficiencies.
• Provide quality product in a timely and consistent manner.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Set-Aside: Competitive 8(a) Place of Performance: AF/SG office at: Defense Health Headquarters Building, 7700 Arlington Blvd Fallls Church, VA 22042 US URL:https://www.fbo.gov/notices/a06893803d1810afcb4473ae70c5c217
OutreachSystems Article Number: 130919/PROCURE/0096
Matching Key Words: writ*; copy; technical; standard;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Polk, MICC – Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000
T–Visual Information Services at Fort Polk, LA W9124E13TVISI 060713 Matthew Wiggins, 337-531-0906 MICC – Fort Polk THIS IS A SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation or pre-solicitation and this notice does not guarantee that a solicitation will be posted in the future. This information is being submitted for the purpose of seeking sources only.
Prospective offerors are requested to complete and return a Capabilities Statement as described in the attached Questionnaire file to determine which companies possess the capability, experience and financial ability to perform the proposed contract services. Offerors that do not return the attached Questionnaire completely filled out (adding any Not Applicable statement where needed) by the date and closing time (found near the end of this Sources Sought) to matthew.c.wiggins4.civ@mail.mil will be considered non-responsive. The U.S. Government is in no way obligated to do business with, or to enter into, any form of contract with any person, firm, or other entity that receives or responds to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
Information obtained as a result of this notice will be used in completion of market research to determine the level of interest, particularly small business interest, in providing the Visual Information Services.
REQUIREMENT:
Mission and Installation Contracting Command – Fort Polk, LA seeks small business sources that are able to provide Visual Information Services for Fort Polk (as further described by the attachments and DRAFT Performance Work Statement). The North American Industry Classification System (NAICS) code(s) is 512110 (Motion Picture and Video Production) and corresponding Small Business Size Standard is $30.0 Million or less. The proposed contract type, if awarded is anticipated to be primarily Firm Fixed Price.
SCOPE:
The contractor shall be required to perform Visual Information, Photography, Presentation, and Graphic Arts, and Equipment support services In Accordance with the attached Draft PWS and Applicable Attachments PDF files .
REQUEST FOR CAPABILITIES STATEMENT:
Interested businesses should provide a completed attached questionnaire to matthew.c.wiggins4.civ@mail.mil.
All interested parties are encouraged to email responses to Matthew Wiggins at email matthew.c.wiggins4.civ@mail.mil No Later Than 09:00 AM (Central Standard Time) 07 June 2013. NO TELEPHONIC COMMUNICATIONS WILL BE ACCEPTED.
DISCLAIMER: This is a request for information (RFI) and is issued solely for information and planning purposes only and does not constitute a solicitation. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary or confidential will be treated accordingly. Information received in response to this RFI will not be returned.
Set-Aside: Total Small Business Place of Performance: MICC – Fort Polk Directorate of Contracting, PO Drawer 3918 Fort Polk LA 71459-5000 US URL:https://www.fbo.gov/notices/571aed7f4724d646be24d8d65a5402ba
OutreachSystems Article Number: 130919/PROCURE/0626
Matching Key Words: video*; produc*; business*; production?; naics!512110;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Stewart, MICC – Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
T–Marne Television Production W9124M-13-MARNETV 092013 Brett Zeigler, 912-767-2336 MICC – Fort Stewart THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY FOR THE PURPOSES OF CONDUCTING MARKET RESEARCH.
This is a sources sought announcement only for the purposes of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. There is no solicitation available at this time. Requests for a solicitation will not receive a response. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and does not serve to bind the U.S. Government in any way. It is the offeror’s responsibility to monitor the Federal Business Opportunities (FBO) website located at http://www.fbo.gov for the release of any follow-on information. The Government will not reimburse any concern for any information that is submitted in response to this sources sought request. Any information submitted is voluntary. The MICC Fort Stewart Contracting Office intends to issue a six (6) month extension to the incumbent contractor for Marne TV Support on Fort Stewart and Hunter Army Airfield, Georgia. The extension period will be from 24 Sep 2013 to 23 Mar 2014. While budget cuts may affect the longevity of this requirement and the need beyond the six (6) month extension, this announcement is issued to determine the extent to which small businesses are capable of performing as the prime contractor for all labor, personnel, equipment, materials, supplies, supervision and other items and services necessary to provide Marne TV Support located on Fort Stewart and Hunter Army Airfield. The work to be performed requires the contractor to provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to produce programming for Marne TV. The contractor provides services as a Producer, Director, Writer, Editor, Broadcaster, Cameraman, Grip, Sound Tech, Engineer, Graphics Editor, and News Anchor, to create television programming with a military emphasis. The programming must be sustainable with a focus on continued improvement. The six (6) month extension will allow for sufficient time to determine if the requirement will be continued and to compete the follow-on requirement which will be posted on the FBO website.
The estimated workload for this requirement is:
– Event Coverage and Video Production: Not to exceed 19 Hours/Week
– Script Writing: Not to exceed 10 Hours/Week
– Video Editing: Not to exceed 30 Hours/Week
– Travel: Not to exceed 2 Hours/Week
This work is performed under the North American Industry Classification System (NAICS) Code 512110. The small business size standard for this NAICS is $30 million average annual revenue for the last three fiscal years. Work under this requirement shall provide the management, administration, supplies, materials and labor necessary to perform the required services. Interested sources must submit technical capabilities and other information that demonstrates their ability to meet the Government’s needs. Responses must be received no later than 5:00 p.m. EST, Friday, September 20, 2013 by email to Brett Zeigler, derrick.b.zeigler.civ@mail.mil and Jimmy Frye, james.r.frye20.civ@mail.mil. No solicitation will be released for competition from this announcement, and no reimbursement will be made for any cost associated with providing information in response to this announcement. No contract will be awarded on a basis of offers received in response to this notice, but offers will be used to determine if a comparable source is available and more advantageous to the Government. No solicitation document is available and telephones requests for technical information will not be honored.
Place of Performance: MICC – Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA 31314-3322 US URL: https://www.fbo.gov/notices/6fcffa33ba6e4a0892aa079267a8cd49
OutreachSystems Article Number: 130919/PROCURE/0627
Matching Key Words: video*; edit*; produc*; website; business*; event?; produce?; production?; naics!512110; writ*; script?; technical; standard;
Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW Portals Bldg., Room 508A Washington DC 20250-0567
U — Market Research – Commodity Analysis and Technical Writing Training Market_Research_AG-3151-SS-13-CATWT 092313 Luis E Gallardo, Email luis.gallardo@wdc.usda.gov – Nannette Henderson, Contract Specialist (Contractor), Email nannette.henderson@wdc.usda.gov A market survey is being conducted to determine if there are adequate contractors available for a proposed project who meet the specific criteria outlined below. This is not a Solicitation Announcement or Request for Proposal. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. FSA will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice.
Companies who have the experience, as well as an interest in doing business with FSA, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Responses should be submitted by September 23, 2013, at 10:00 am ET to luis.gallardo@wdc.usda.gov and nannette.henderson@wdc.usda.gov.
Attachment: PWS Commodity Analysis and Technical Writing Training
URL: https://www.fbo.gov/spg/USDA/FSA/MSD/Market_Research_AG-3151-SS-13-CATWT/listing.html
OutreachSystems Article Number: 130919/PROCURE/0630
Matching Key Words: writ*; technical;
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Baled Post-Consumer Sorted Office Fiber 14-0008 092513 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
Place of Performance: 309 Frazier Rd. bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/14-0008/listing.html
OutreachSystems Article Number: 130919/PROCURE/0827
Matching Key Words: state!ky;
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Old Corrugated Containers QRP14-0009 092513 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 Old Corrugated Containers (Grade # 11). The duration of this is for 1 year. Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time. Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome. The contract performance location is bldg 2951 Frasier Rd. Fort Knox Ky 40121
Place of Performance: 309 Frasier Rd Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0009/listing.html
OutreachSystems Article Number: 130919/PROCURE/0828
Matching Key Words: state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Production Music 09172013-wg 092313 Wayne D Greene, Contract Specialist, Phone 202-619-2339, Fax 202-260-0855, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation No. 09162013-CON is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-069, dated September 3, 2013. (iv) The North American Industry Classification Systems (NAICS) code for this acquisition is 512290. (v) The Broadcasting Board of Governors (BBG) has a requirement, subject to the availability of funding, a Contractor to provide production music for the Voice of America (VOA) language service. The production music will be used by VOA on radio, television and internet. The Contractor shall have a broad range of musical styles and genres in its vast music library that will enable VOA to utilize for its 53 language services for broadcasting to 200 countries around the world. The Contractor’s production music shall not include any separate costs for licenses or synchronization or royalty fees for VOA’s worldwide distribution. The Base Year will be October 1, 2013 through September 30, 2014. The contract will include two (2) additional 1-year options, whose exercise will be at the discretion of the Government and the availability of funding.
Evaluation Factors:
1. Must have a vast instrumental music production library with assorted and varied thematic entries that include but are not limited to the following categories: ethnic; news; bridges; sports; documentary; holiday themes; drama; pop; rock; country; and hip-hop.
2. The length of the selections must range from 5-second stings to beds that may exceed 3-minutes used for narration.
3. The production library is non-exclusive and must contain a master library of at least 250,000 tracks with a minimum of 10 new collections per month containing multiple tracks.
4. Must be available in digital format with appropriate metadata to include written or electronic media consisting of timings, descriptions, categories and composer.
5. Must be available for use on radio, television and Internet.
6. Price
(vi) The Base Year will be October 1, 2013 through September 30, 2014. The contract will include two (2) additional 1-year options, whose exercise will be at the discretion of the Government and the availability of funding. The Contractor shall submit an invoice electronically to BBG for payment on a monthly basis. IMPORTANT NOTE: The term of the contract is contingent upon availability of full funding for the Government’s Fiscal Year 2014. In the event that funding is less than anticipated, the contract term may be amended to cover only part of the period stated herein. Delivery terms and point: FOB Destination, Washington, D.C. (vii) The provision at FAR 52.212-1, “Instruction to Offerors–Commercial Items” applies to this solicitation. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Technical proposal with a narrative of the Offeror’s understanding of requirement and a description of their capability to provide the service stated above. [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; [3] Price for the above; [5] a completed copy of the provision at FAR 52.212-3, “Offeror Representations and Certifications–Commercial Items” and [6] Offeror’s DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. (viii) The Government will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, past performance and other factors in the solicitation. An award may be made without discussions. When combined, technical evaluation factors are significantly more important than cost or price. The following technical factors shall be used to evaluate proposals and are listed in descending order of importance with the first two (2) factors being significantly more important than the last two (2): 1. Offeror’s experience in conducting music research in international settings; 2. Offeror’s experience in conducting music research; and 3. Offeror’s past performance. (ix) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered in the System for Award Management (SAM) Web site at: https://www.sam.gov. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (x) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: CONTRACTING OFFICER’S REPRESENTATIVE (COR). The Contracting Officer will appoint by letter the COR, who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (xi) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-39 Notification of Employee Rights Concerning Payment of union Dues or Fees (E.O. 13201); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) (xii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract, 52.232-18 Availability of Funds and 52.237-3 Continuity of Services ;(xiii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Notice of Delay- If the Contractor becomes unable to complete the contract work at the time(s) specified because of technical difficulties, notwithstanding the exercise of good faith and diligent efforts in the performance of the work called for hereunder; the Contractor shall give the Contracting Officer written notice of the anticipated delay and the reasons therefore. Such notice and reasons shall be delivered promptly after the condition creating the anticipated delay becomes known to the Contractor but in no event less than thirty (30) days before the completion date specified in this contract, unless otherwise directed by the Contracting Officer. When notice is so required, the Contracting Officer may extend the time specified in the schedule for such period as deemed advisable. (xiv) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25. (xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). The Offerors shall submit a firm-fixed price proposal. Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted. Proposals shall be submitted with an original and three (3) copies. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to Wayne Greene, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007D, Washington, DC 20237 before 2:00 p.m., Eastern Time on September 23, 2013. Contact: Wayne Greene, Contract Specialist, email: wgreene@bbg.gov or Facsimile 202-382-7870. All responsible sources may submit an offer that will be considered by the Agency.
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/09172013-wg/listing.html
OutreachSystems Article Number: 130918/PROCURE/0109
Matching Key Words: documentar*;
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Loose Scrap Metal 14-0007 092413 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
Place of Performance: 309 Frazier Rd bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/14-0007/listing.html
OutreachSystems Article Number: 130918/PROCURE/0809
Matching Key Words: state!ky;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Puget Sound, 467 W STREET BREMERTON WA 98314-5000
R — Protestant Music Director N0040613T0677 092313 Kim Gripp, Phone 4253044005, Email kim.gripp@navy.mil Protestant Music Director for Naval Station Everett in Marysville, WA, in accordance with the Performance Work Statement in the attached solicitation.
Set-Aside: Total Small Business Place of Performance: Marysville, WA 98271 US URL: https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040613T0677/listing.html
OutreachSystems Article Number: 130917/PROCURE/0078
Matching Key Words: naics!711510;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Puget Sound, 467 W STREET BREMERTON WA 98314-5000
R — Catholic Music Director N0040613T0678 092313 Kim Gripp, Phone 4253044005, Email kim.gripp@navy.mil Catholic Music Director for Naval Air Station Whidbey Island in Oak Harbor, WA, in accordance with the Performance Work Statement in the attached solicitation.
Set-Aside: Total Small Business Place of Performance: Oak Harbor, WA 98278 US URL: https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040613T0678/listing.html
OutreachSystems Article Number: 130917/PROCURE/0079
Matching Key Words: naics!711510;
Other Federal Procurements (Small)
Government Printing Office http://www.gpo.gov/gpo/bidopps/bidopps.action?region=central Government Printing Office 732 North Capitol St. NW Washington DC 20401 Ph: 202.512.0526 Fax: 202.512.1782
76 — Title: United States ReportsBid Opening Date: October 28, 2013Sc SOL 894-S Title: United States ReportsBid Opening Date: October 28, 2013Scope: These specifications cover the production of case-bound books requiring such operations as film making, printing, casebinding, packing, and distribution. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130919/SMALL/8575
Matching Key Words: film?; produc*; production?; distribut*;
FedBizOpps – Awards
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 6650 Meloy Drive, Bldg. 6, Fort Benning,, GA 31905
69–Clay Targets 0010351288 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; 0010351288 $34,372.80 091713 ALL GAMALIEL SHOOTING SUPPLY [DUNS: 068331974],1497 Fountain Run Road,Gamaliel KY 42140 No Description Provided
URL: https://www.fbo.gov/notices/0e3c57b548eb327ddb0b6186dc9ab4aa
OutreachSystems Article Number: 130918/AWARDS/1160
Matching Key Words: state!ky;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 561 Iowa Avenue, Fort Leonard Wood, MO 65473
99–Military Working Dog Handling Equipment W911S7-13-T-0089 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W911S7-13-P-0117 $18,758.36 091613 ALL ELITE K-9, CORP. [DUNS: 156107943],7660 OLD US HWY 45,BOAZ KY 42027-9613 No Description Provided
URL: https://www.fbo.gov/notices/9cb9dec2bf91f279827c93609464e097
OutreachSystems Article Number: 130917/AWARDS/1023
Matching Key Words: state!ky;
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, 1 Munro Avenue Mission Support Building, Room 212A Cape May NJ 08204-5092
99 — Marquee Signs HSCG42-13-Q-QNA440 John Giel, Phone 609-898-6312, Fax 609-898-6811, Email John.M.Giel@uscg.mil HSCG42-13-P-QNA440 $36,228.35 091613 Golden Rule Signs, LLC., 401 W. Main-Suite 2100 , Louisville, KY 40202 US
URL: https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG42-13-Q-QNA440/listing.html
OutreachSystems Article Number: 130917/AWARDS/1025
Matching Key Words: state!ky;
USABID State and Local Purchases
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Endowment Investment Manager: Non-Core Real EstateAttachment #1A SOL UK-1306-14 Endowment Investment Manager: Non-Core Real EstateAttachment #1Attachment #2 Due Date: 10-9-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130919/BID/0346
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – KNEX WORK SHOP KITS RFB : 1400000203 Office Of The Cont SOL KNEX WORK SHOP KITS RFB : 1400000203 Office Of The Controller Richard Mize Published On : 9/16/13 Amended On : Closing On : 9/23/13 1:30 PM EDT Time Left: 6 Days, 01:43:46 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130918/BID/0012
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Investigative Services for the KY Board of Social Work RFP : 14 SOL Investigative Services for the KY Board of Social Work RFP : 1400000055 Board Of Examiners Of Social Work Pro Services Published On : 9/13/13 Amended On : Closing On : 9/25/13 4:50 PM EDT Time Left: 9 Days, 05:23:28 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130917/BID/0003
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Investigative Services for the KY Board of Social Work RFP : 14 SOL Investigative Services for the KY Board of Social Work RFP : 1400000047 Board Of Examiners Of Social Work Pro Services Published On : 9/13/13 Amended On : Closing On : 9/25/13 4:30 PM EDT Time Left: 9 Days, 05:03:02 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130917/BID/0004
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Budgetary Consultant Professional Services RFP : 1400000052 SOL Budgetary Consultant Professional Services RFP : 1400000052 Department For Public Advocacy Pro Services Published On : 9/13/13 Amended On : Closing On : 9/20/13 1:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130917/BID/0005
Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Related articles
- Iraqi gardeners encounter U.S. bureaucracy (washingtonpost.com)
- Contracting office awarded for community outreach (dvidshub.net)
- UPS workers urged to reject new contract, voting underway (wave3.com)
- Tesla, Elon Musk To Fight Auto Dealers Nationally? (cleantechnica.com)
September 19, 2013
Business / Career, Government