Business and Career Opportunities Bids and Purchases

FedBizOpps – Procurements

SOURCE:  Kentucky Procurement Assistance Program

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

R — USPSC Senior Development Transition Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic 60-2013 121813 Tatiana P Rossova, Personnel720px-USAID-Identity.svg Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE: 11/29/2013
CLOSING DATE: 12/18/2013
Gentlemen/Ladies:

SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 60-2013
USPSC Senior Development Transition Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the PSC services described in the attached.

Submissions shall be in accordance with the attached information at the place and time specified.

Any questions may be directed to Samuel Matthews, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34/35/36,
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. 60-2013

1. SOLICITATION NUMBER: 60/2013
2. ISSUANCE DATE: 11/29/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 12/18/2013 (6 p.m. Almaty Time)
4. POSITION TITLE: USPSC Senior Development Transition Specialist
5. MARKET VALUE: $84,697-$110,104 per annum (GS-14 equivalent) with 25% Post Differential (currently)
6. PERIOD OF PERFORMANCE: Two years
7. PLACE OF PERFORMANCE: USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
8. JOB DESCRIPTION:

A) BACKGROUND

The Kyrgyz Republic is a small, landlocked and mountainous country of Central Asia with a population of just over 5.5 million people. It is the second-poorest country in Central Asia, with one-third of the population living below the poverty line. In the aftermath of the April 2010 violent change in government and the ethnic conflict in the south of the country in June 2010, the Kyrgyz Republic is emerging from a deep political and economic crisis. Significantly, the Kyrgyz Republic was also the first Central Asian state to experience a peaceful and democratic transition of presidential power in 2011. The success of its citizens in building a prosperous, democratic country could have important implications for all of Central Asia.

Despite the country’s progress, impediments to development remain, including widespread corruption, low foreign investment, and a high unemployment rate. Approximately one-third of the Kyrgyz Republic’s workforce is employed abroad, reducing the available pool of qualified labor. The implementation of democratic and key economic policy reforms remains a challenge, and limited energy resources and low agricultural productivity contribute to insufficient economic growth.

Nevertheless, the country is moving towards a more stable and representative democratic government that could be a regional model. In collaboration with the Government and people of the Kyrgyz Republic, USAID assistance has helped the country achieve substantial progress in the areas of economic growth, democratic governance, health care reform, improvement of basic education and agricultural development.

USAID has been active in the Kyrgyz Republic since 1992 when it established a USAID Country Office which was managed by USAID’s Regional Mission in Almaty, Kazakhstan. Following the political crisis in 2010, and in recognition of the Kyrgyz Republic’s importance to US foreign policy goals as well as the key role the country plays in serving as a model for democratic development in the region, USAID elevated the status of the USAID/Kyrgyz Republic Office to a full USAID Mission in summer 2013. Currently, the USAID/Kyrgyz Republic Mission is USAID’s newest Mission.

B) BASIC FUNCTIONS

The Senior Development Transition Specialist (Specialist) is a senior member of the 27-person team within the two Kyrgyz Republic Offices (23 in Bishkek and 4 in Osh). Under the direct supervision of the Mission Director, the incumbent actively participates in the conceptualization, design and overall management of USAID’s programs in the Kyrgyz Republic with a particular emphasis on the economic growth portfolio.

S/he serves as a Mission expert and coordinator in providing intellectual leadership and technical support for cross-cutting issues related to the ongoing development transition in the Kyrgyz Republic. This is a cross-cutting program that includes economic development and social services activities as well as elements of democracy and governance programming such as civil society, governance, media, rule of law, and human rights. The incumbent provides technical assistance and substantive input in the design, implementation and monitoring of projects and serves as a key advisor to the USAID Mission Director, particularly in the area of economic growth programming and policy issues given that over 60% of the Mission’s funding is focused on the economic growth portfolio. Additionally, the Government of the Kyrgyz Republic has also stressed economic growth as its top priority in its 2013-2017 national strategy with which USAID/Kyrgyz Republic’s 2013-2017 Country Development Cooperation Strategy (CDCS) is tighly aligned. The incumbent also serves as a critical senior level manager and mentor to USAID/Kyrgyz Republic’s technical teams, again with a special emphasis on economic issues, as well as to USAID’s office in Osh, located in the south of the country. Additionally, from time to time, the incumbent may be called upon to serve as Acting Deputy Mission Director. She/he is responsible for assisting in oversight and management of an assistance portfolio of approximately $45 million annually, which is implemented through approximately 30 institutional contractors and grantees.

S/he reports to the USAID/KR Mission Director, and supervises one USPSC and at least three FSN staff. Due to the cross-cutting nature of the portfolio, the incumbent advises all Mission staff on issues pertaining to conflict management. S/he will play a role in strategic planning and donor coordination, report writing, as well as in managing resources and working with implementing partner.

The range of responsibilities and functions are outlined below.

C) DUTIES AND RESPONSIBILITIES

The Senior Development Specialist may from time to time assume the responsibilities and authority of the Mission Director in his/her absence. This requires that the incumbent be fully familiar with all programs and activities, the issues and objectives involved, implementing partners, other donors, and local counterparts, including high level officials. As needed, the Mission Director may delegate specific responsibilities or assignments to the incumbent, on either a short-term or long-term basis. The incumbent is also required to travel on an as-needed basis within the Kyrgyz Republic to monitor USAID activities and to travel, as well, to the USAID/CAR Regional Mission office in Almaty, Kazakhstan, to coordinate and consult with management and technical support office staff at the regional level. Given that USAID/Kyrgyz Republic as well as the Government of the Kyrgyz Republic both prioritize economic growth as a top issue and that 60% of USAID/Kyrgyz Republic’s program budget targets economic growth issues, the incumbent will be required to play a key role in advising the Mission Director and Economic Growth Office Director on issues, opportunities and program implementation in the economic sector.

Areas of direct responsibility for the position include:

1) Assist the Mission Director and staff to achieve the desired outcomes of USAID’s program in the Kyrgyz Republic in the most effective and efficient manner, with a particular emphasis on economic growth issues;

2) Provide expert advice, technical leadership, and coordination in the conceptual design, documentation and implementation of USAID projects/activities in the Kyrgyz Republic as well as monitoring the progress of these activities, with a particular emphasis on economic growth issues;

3) Supervise the Osh Office and the development of a strategic approach, activity implementation plan and public outreach plan for the South of the Kyrgyz Republic;

4) Take the lead for the Mission in program management/administration in terms of the Kyrgyz Republic’s budget and reporting processes, including tracking and maintaining budget information, as well as coordinating all information for reporting purposes, with responsible Regional Mission staff as well as Embassy personnel, as appropriate;

6) Supervise and play an important part in the Public Outreach efforts of the Mission. This includes: assisting in the development of newsletters and press releases on assistance programs, establishing a close working relationship with the Public Affairs section in the U.S. Embassy, and ensuring that all outreach and media materials are of a high quality.

7) Serve as a liaison official for dissemination of information on USG assistance with the Government of the Kyrgyz Republic, the U.S. Embassy in the Kyrgyz Republic, and international donor organizations;

8) Identify opportunities to maximize the contribution of USAID assistance to USG foreign policy priorities. Advise the Mission and USAID/CAR’s Regional office of these needs, and as required, develop concept papers outlining the potential USAID response. The incumbent keeps the Mission Director apprised of issues, problems, successes and solutions in the management of USAID’s program in the Kyrgyz Republic, with a particular emphasis on economic issues.

D) Position Elements

1) Supervision Exercised: The incumbent will have direct supervisory responsibilities for the head of the Osh Office, as well as such other staff as will be determined by the Mission Director.

2) Supervision Received: The incumbent will work under broad guidance from the Mission Director, work is performed with a high degree of independence.

3) Nature, Level, and Purpose of Contacts: The incumbent actively engages in official personal contacts with a broad range of individuals and organizations in the Kyrgyz Republic and beyond. The purpose of these contacts is to promote USAID’s development assistance objectives and to increase his/her understanding of the dynamics of Kyrgyz society as they affect USAID’s programs. It is expected that personal contacts will include, but not be limited to, the following:

– Heads of various social sector committees in the Presidential Apparatuses;
– Ministers and deputy ministers in the Kyrgyz Republic;
– U.S. Ambassador to Kyrgyzstan and other members of the Country Team;
– Chiefs of Party of USAID-funded contracts and grants;
– Senior officials and executives from U.S. headquarters of USAID-funded contracts and grants;
– Institutional contractors, PVOs and NGOs;
– Host Country officials responsible for assistance matters; and
– Representatives of international donors.
– USAID/CAR Office Directors
– USAID/Washington representatives
– CODELs, STAFFdels

E) REQUIRED SKILLS AND QUALIFICATIONS

This position requires a blend of qualities that include: broad development experience with demonstrated experience in managing economic growth activities; proven management abilities; ability to work independently; strong communication and interpersonal skills; ability and willingness to function in a collaborative and collegial environment; sensitivity to others; intellectual curiosity; balanced judgment; ability to conceptualize, both strategically and programmatically; and ability to generate trust and build alliances with donor partners. The ideal incumbent would have the following characteristics:
1) Education: Bachelor’s degree in economics, business administration, international business, or other relevant subject area. Master’s degree is preferred. Training (or experience) in relevant administrative policies and procedures is required.

2) Prior Work Experience: This position requires maturity and a minimum of seven years of progressively responsible professional experience demonstrating technicalexpertise and programmatic skills in international development in transition-related programs in developing countries, preferably related to transitions in governance or recovery from complex crises.
Specifically, this should include at least three years of experience in the design and development of programs/projects, management and technical guidance in program implementation, and monitoring and evaluating program/projects progress to improve their quality, relevance, and cost-effectiveness. Demonstrated experience in areas relevant to Kyrgyzstan’s activities in economic growth. Experience in areas such democracy/governance and the rule of law is also desirable. 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 conflict management sector. Specific USAID experience in program planning, project design, budgeting, implementation oversight and/or reporting systems and procedures is preferred. At least two years of relevant experience in Central Asia and/or NIS region, preferably in the Kyrgyz Republic.

3) Knowledge, Skills and Abilities: Comprehensive knowledge of the political, social, and economic characteristics of former-Soviet countries, preferably focusing on Central Asia, is highly desirable.

Management skills to analyze and resolve a wide range of challenges and problems arising in project/activity implementation. Familiarity with USG’s policies and priorities and means of delivering assistance in developing nations, with USAID experience being highly desirable. Ability to lead teams and work as a team member effectively. The ability to meet tight deadlines with concise documents. Strong computer skills and proficiency in MS Office software, including those in budgeting, presentations and desktop publishing.

Superior intellectual skills and subject matter expertise to develop strategies to overcome development challenges and resolve implementation obstacles to conflict prevention as information and devise creative and appropriate solutions to implementation challenges. Demonstrated technical expertise and leadership skills in transition-related programs, in the context of developing countries. Demonstrated strategic, analytic skills and current knowledge of international development management trends and best practices. Demonstrated project management skills, including effective oversight of people, programs, and financial resources to implement programs contributing to international development. 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.

High-level proficiency in oral and written communications needed to report on the status of activities and projects, to establish and maintaining effective relations with all levels of people in former-Soviet countries, and to represent USAID projects and strategies in professional meetings and conferences. Demonstrated persuasiveness, cross-cultural sensitivity, tact and poise to successfully advocate practices, approaches and policies with a range of audiences in an intercultural context.

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) Language Proficiency: Minimum Level IV (Fluent) English and proven ability to communicate quickly, clearly, and concisely, demonstrating a high degree of articulateness both orally and in writing, including technical reports. Given the level of interaction with host-country counterparts required by this position, demonstrated good working knowledge (Level III) in both written and spoken Russian preferred. Working knowledge of Kyrgyz will be an extra bonus, but not required.

All of the above are elements contributing to success performance in this position.

F) OTHER REQUIREMENTS

1) Must be an U.S. Citizen and possess or be able to obtain a U.S. Government-issued security clearance at the level of SECRET. 2) Must be able to obtain a State/Med medical clearance to serve in Central Asia. 3) Must be available and willing to commit to the Contract Performance Period of 24 months; 4) Available and willing to work additional hours beyond the established 40-hour workweek and outside established Monday-Friday workweek, as may be required or necessary; and 5) Must be willing to travel throughout the Central Asia Region.

G) SELECTION CRITERIA

Applicants will be evaluated against the following criteria:

Economic Development and USAID Knowledge 35 points
Managerial and Leadership Experience 35 points
Relevant NIS/CAR Experience: 15 points
Language and Communication Skills: 15 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) December 18, 2013. The form is available at the USAID website,http://www.usaid.gov/forms/ or http://transition.usaid.gov/forms/OF612.pdf. Applications, recent supervisor reference and three (3) personal references, and writing sample may be submitted by e-mail, fax, DHL or FedEx air courier by the closing date, above, to:

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

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

USAID/CAR expects to award a personal services contract for an off-shore US Citizen for two-year period commencing o/a February 1, 2014 (or earlier), subject to security and medical clearances and funds availability. The duty post for this contract is Bishkek, Kyrgyzstan.

10. Benefits include post differential, housing, and other benefits per USAID regulations. Basic household furnishings will be available in quarters to be provided by USG.

11. For more information about USAID/Kyrgyz Republic see Mission’s website http://centralasia.usaid.gov/

Attachment 3

AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS:

1. BENEFITS
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase
Eligibility for Worker’s Compensation
Annual & Sick Leave
Eligibility for 401(k)

2. ALLOWANCES* (if Applicable).
(A) Temporary Lodging Allowance (DSSR Section 120).
(B) Living Quarters Allowance (DSSR Section 130).
(C) Post Allowance (DSSR Section 220).
(D) Supplemental Post Allowance (DSSR Section 230).
(E) Separate Maintenance Allowance (DSSR Section 260).
(F) Education Allowance (DSSR Section 270).
(G) Education Travel (DSSR Section 280).
(H) Post Differential (DSSR Section 500).
(I) Payments during Evacuation/Authorized Departure (DSSR Section 600), and
(J) Danger Pay (DSSR Section 650).

LIST OF REQUIRED FORMS FOR PSCs

1. Optional Form 612.
**2. Medical History and Examination (DS-1843).
**3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or
**4. Questionnaire for Non-Sensitive Positions (SF-85).
**5. Finger Print Card (FD-258).

NOTE: Form 5 is available from the requirements office.

* Standardized Regulations (Government Civilians Foreign Areas).
** The forms listed 2 through 5 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.

3. POLICY GUIDANCE PERTAINING TO PSCs

a) ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) and CONTRACT INFORMATION BULLETINS (CIBs) contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to this website http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which AAPDs and CIBs apply to this contract.

b) AIDAR: The Agency for International Development Acquisition Regulation (AIDAR) Appendix D – Direct USAID Contracts With U.S. Citizens or U.S. Residents for Personal Services Abroad found at: http://www.usaid.gov/policy/ads/300/aidar.pdf is the primary regulation governing USPSCs for USAID.

Place of Performance: Bishkek, Kyrgyz Republic Bishkek KG URL: https://www.fbo.gov/spg/AID/OM/ALM/60-2013/listing.html
OutreachSystems Article Number: 131130/PROCURE/0011
Matching Key Words: writ*; technical; 

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

Broadcasting Board of GovernorsR — Miami Area Fiber Circuit Video Connectivity BBG50-R-14-0005 121213 Myria Carpenter, Fax 202-382-7870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
(i)THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG50-R-14-0005 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 2005-70, dated September 30, 2013.

(iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 517919 and the small business size standard is $30.0 M .

(v) The contractor shall be required to provide the following Contract Line Item: a dual digital fiber optic circuit (one transmit/one receive).

(vi.) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting, (OCB), requires a contractor to provide two (2) digital fiber optic circuits (one transmit/one receive) with appropriate terminating equipment between OCB’s facility located at 4201 NW 77th Avenue, Miami, Florida and The Miami video switch facility at 18321 W. Dixie Highway, Miami. http://www.theswitch.tv. The performance period shall be for one year beginning 1 January 2014 through December 31, 2014, with four (4) one-year options. The fulfillment of this requirement provides OCB access to the Miami Video Switch, which provides various alternate sources of video not available on satellite and an alternate transmission path to broadcast our program signal to Washington, DC in the event that the OCB Miami earth station becomes inoperable.   The fiber optic circuits (one transmit/one receive) from OCB to the Miami Switch shall be available to OCB for 24 hours a day, 7 days a week. The circuits shall insure that the video signals shall meet commonly accepted ITU-R BT.656 and SMPTE-259M Digital broadcast standards. Connectivity via Serial Digital Interface (SDI) with customer embedded audio. SDI is standardized in ITU-R BT.656 and SMPTE-259M, as a digitized video interface used for broadcast grade video. The Contractor shall be responsible for properly maintaining the fiber links between the Miami Switch facilities and OCB’s facilities to insure minimal disruptions.   All unscheduled circuit problems and outages shall be reported to OCB within 30 minutes of their occurrences.   Contractor shall maintain a 24-hour/7days a week point of contact for all inquiries or requests for information by OCB.

(vii) The contract term will begin with service beginning on January 1, 2013, through December 31, 2013, with four (4) subsequent 1-year option periods beginning on January 1 of each option period, if exercised. The Contractor shall submit a monthly invoice electronically to OCB, for services provided the preceding month.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below . The contractor shall demonstrate the ability and experience in providing the required services. Interested contractors must provide in their proposal a narrative about how they will address security requirements, in addition of listing similar projects with the same or like requirement, budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references who have direct knowledge of the contractor’ s skills and experience.

Contractor qualifications shall included but not be limited to: a) prior experience; b) A successful contracted fiber optic circuits (one transmit/one receive) currently available 24 hours a day, 7 days a week accomplished in such a way as to ensure acceptance by its customer; and c) sufficient personnel and equipment to air OCB’s programming is available to comply with all contract requirements.

Offerors responding to this solicitation shall submit the following items to the contracting officer:

[1] Narrative and detailed information on service requirement and identified in the contractor’s Quality Control Plan, the proposed commitment in meeting the specific timeframe hours/days and the performance measures that the offeror will take to meet all contract requirements;

[2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and

[3] Prices for all of the listed CLINS must be provided in English and United States dollars.

(ix) FAR clause 52.212-2 Evaluation-Commercial Items, applies to this acquisition. The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are approximately equal to cost/price. The following factors shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) The contractor must provide a description of the approach that they will take to meet the requirement (Management Approach);

2) The contractor’s understanding of the requirements and ability of the contractor to provide the required services meeting the technical requirements stated herein (Contractor Qualifications);

3) A description of their organization and its demonstrated capabilities in performing the service requirement and schedule (Capabilities Statement);

4) Detailed information on past performance and relevant contracts for similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information . Offerors are to use Attachment A “Past Performance References” to provide that information.   (Past Performance); and

5) A separate Price Proposal showing a breakdown of the price for the above CLIN (Price). Prices for the listed CLIN must be provided in English and United States dollars. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable.

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the System for Award Management (SAM) Web site at: https://www.sam.gov/portal/public/SAM/ prior to award. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice.

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: CONTRACTING OFFICER REPRESENTATIVE:   The Contracting Officer will appoint by letter a Contracting Officer Representative (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332).

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract and 52.237-3 Continuity of Services. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, fax or email proposals will not be accepted. Questions must be submitted in writing to the contract specialist at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is December 4, 2013, by 12:00PM, Eastern Time. Questions must be submitted in writing by email to: mecarpen@bbg.gov. Proposals shall be submitted is an original and three copies must be sent via courier or overnight delivery prior to the deadline. Proposals are due at theBroadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007F, Washington, DC 20237 on December 12, 2013, at 12:00PM, Eastern Time.

(xvi) Contact: Myria Carpenter, Contract Specialist, Telephone: 202-205-8597, Facsimile 202-260-0855, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0005/listing.html
OutreachSystems Article Number: 131128/PROCURE/0064
Matching Key Words: broadcast*; event?; program?; 


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

99 — DECONTAMINATION SPRAYERS H92244-14-T-0039 121113 Danyiele F. Peterson, Phone 757-862-9466, Fax 757-862-0809, Email danyiele.peterson@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation160px-Special_Operations_Specops_Army.svg will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0039, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70 effective 30 September 2013.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9.

Brand Name Justification: The Naval Special Warfare Development Group (NSWDG) currently uses Intelagard Systems equipment. Utilizing the same brand allows for system interoperability; parts cand be used/reused to maintain systems functionality and maintenance. The manufacturer is Intelagard, Inc.

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

Section B Schedule of Supplies and Services

CLIN NO. 0001
DESCRIPTION: MILITARY MACAW AND SWIFTCAF Compressed Air Foam System – with coyote brown harness with pressure gauage, with LP air connector, 4500-psi air cylinder, discharge handset/hose assembly, smoothbore nozzle, accessory pouch, funnel, 2 ea 8 oz containers Class A concentrate, operator manual
PART NUMBER: 46191601-v139
QTY: 4
UNIT OF ISSUE: EA

CLIN NO. 0002
DESCRIPTION: SWIFTCAF
PART NUMBER: 46191601-V236
QTY: 2
UNIT OF ISSUE: EA

CLIN NO. 0003
DESCRIPTION: BASIC NOZZLE KIT
PART NUMBER: 46191603-V969
QTY: 16
UNIT OF ISSUE: EA

CLIN NO. 0004
DESCRIPTION: VIPER RECOVERY SYSTEM; Compressed Air Foam & Solution sprayer with binary mixing capability; 5 foot delivery hose with compact air cylinder, (2) 2 gallon bladders with integrated backpack carrying system and wheeled transport system
PART NUMBER: 46191601-V301
QTY: 10
UNIT OF ISSUE: EA

Section I Clauses
Following Clauses and Provision applies to this procurement.

CLAUSES INCORPORATED BY REFERENCE
FAR 52.204-7 System for Award Management Jul-13
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors – Commercial Items Jul-13
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug-13
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep-13
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Sep-13
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar-12
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-18 Availability of Funds Apr-84
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul-13
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr-84
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items May-13
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun-12
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec-12
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec-12
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation – Commercial Items Jan-99

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance:
(1)Technical Ability to meet the requirement: Offeror shall provide drawings/pictures/product literature for evaluation purposes;
(2)Delivery : 01/04/2013 OR EARLIEST DAY OF DELIVERY
(3)Price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Alt I
Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1
Sep-13
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84

SOFARS 5652.201-9002
Authorized Changes Only By Contracting Officer
2005

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9469.

SOFARS 5652.204-9003

Disclosure of Unclassified Information

Jan-07

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.

(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.

(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.

(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation equirements. 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: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil.
Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 11 DECEMBER 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 athttps://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: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
Point of Contact for this solicitation is Danyiele Peterson at danyiele.peterson@vb.socom.mil or phone (757) 862-9466 or fax to (757) 862-0809.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0039/listing.html
OutreachSystems Article Number: 131128/PROCURE/0255
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 


Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

Department of the ArmyR–Program and Systems Support (PASS) W15QKN-13-R-0096 061913 Christopher Trotman, 609-562-3863 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Program and Systems Support (PASS) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Life Cycle Logistics; Systems Engineering; Business Improvement; Business Analytics; Modeling and Simulation Management; Test and Evaluation; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0096 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

In accordance with FAR Part 19, the Government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under the North American Industry Classification System (NAICS) 541330, with a size standard of $35.5M are encouraged to submit their capability packages and should identify your company’s small business size standard based on that code.

In addition to the above efforts to seek maximum opportunities for small business participation, the NAVAIR 6.8 CBO intends to procure an IDIQ contract specifically for small business participation entitled quote mark PASS-Small Business (SB). quote mark The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support (PASS), dated 29 May 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS requirement are the Contracting Officer, Evonne Heyward at Evonne.M.Heyward.civ@mail.mil (609-562-7116), and the Contract Specialist, Chris Trotman, at Christopher.R.Trotman.civ@mail.mil (609-562-3863). All capability packages and PWS information/comments from Industry ON THE PASS ACQUISITION ONLY must be electronically submitted to the PASS POCs by 19 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.

**NOTE: THE PASS-SB CONTRACTING OFFICER AND CONTRACT SPECIALIST WILL BE IDENTIFIED WHEN THAT REQUIREMENT’S DRAFT PWS AND SOURCES SOUGHT NOTICE ARE RELEASED. PLEASE DO NOT SUBMIT ANY INQUIRIES, COMMENTS, AND/OR QUESTIONS ON PASS-SB TO EVONNE HEYWARD OR CHRISTOPHER TROTMAN.**

Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL: https://www.fbo.gov/notices/dbcd52ea5eade0ba82670f66efa00ded
OutreachSystems Article Number: 131128/PROCURE/0274
Matching Key Words: writ*; technical; standard; 


Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

R–Programs and Systems Support-Small Business (PASS-SB) W15QKN-13-R-0183 062713 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensureDepartment of the Army effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standardof $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS POCs by 27 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL:https://www.fbo.gov/notices/a13dced78f883877e1efdaeb76be2a02
OutreachSystems Article Number: 131128/PROCURE/0275
Matching Key Words: writ*; technical; standard; 


Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

Department of the ArmyR–Programs and Systems Support-Small Business (PASS-SB)

Include PASS-SB Questions and Answers 20 June 2013 attachment to address
industry questions to date. W15QKN-13-R-0183 062713 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standardof $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS POCs by 27 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL:https://www.fbo.gov/notices/47dbb5b4e0d8f34362b131943b3d366b
OutreachSystems Article Number: 131128/PROCURE/0336
Matching Key Words: writ*; technical; standard; 


Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

R–PASS-SB
Include Questions and Answers
Revise Draft PWS Sections
1.2 & 3.3 Life Cycle Logistics added
3.5.2.6 Database Admin deleted
CDRLs and Sections Renumbered W15QKN13R0183 063013 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New JerseyDepartment of the Army located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standardof $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS-SB POCs by 30 June 2013 by 6:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL:https://www.fbo.gov/notices/65d1e61af829c7cde6b0fc459516cbc5
OutreachSystems Article Number: 131128/PROCURE/0337
Matching Key Words: writ*; technical; standard; 


Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

Department of the ArmyR–PASS-SB Questions & Answers 28 June 2013 attachment W15QKN13R0183 063013 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standardof $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS-SB POCs by 30 June 2013 by 6:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL:https://www.fbo.gov/notices/fa73f4eafc8205aaa0bd65300b95b612
OutreachSystems Article Number: 131128/PROCURE/0338
Matching Key Words: writ*; technical; standard; 

Department of the Army, Army Contracting Command, MICC, MICC – Fort Hood, MICC – Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025

U–Provide Domestic Violence Prevention Interactive Role Play Training W91151-14-B-0002 121913 Jacqueline D. Albert, 254-553-9319 MICC – Fort Hood The Contractor shall provide all personnel, management, quality control, and any other supplies and services (not government furnished) necessary to develop andDepartment of the Army execute domestic violence prevention training, which includes a form of interactive role plays to support the Fort Hood Re-integration Training. The Contractor shall develop an interactive, branching storyline script. The Contractor shall provide all requirements for script content and writers, performers, understudies and all other requirements to produce and perform the training and role plays. The Contractor shall execute a 15-20 minute role play as part of the 1 hour facilitated interactive training sessions for each session. Training sessions shall be conducted on Wednesday 3 times per day (1 day per week) and 4 days per month. The performance period is 1 April 2014 – 31 March 2017. The performance period includes times for submission and approval of skit contents and rehearsals. The anticipated date for 1st training session is 2 April 2014. The Contractor shall be responsible for assembly and disassembly of all production and performance equipment. If/when a scheduled training day changes, the Government will notify the Contractor of the change at least 72 hours before the scheduled training day. All training performances will be conducted on Fort Hood and its responsible areas. The Contractor shall perform all work identified in this PWS to professional writer and actor theatrical standards.

The Government’s primary objectives are:
To promote domestic violence prevention awareness to Soldiers, Family members, military leaders and DA civilians.
To recognize the types, red flags, signs/symptoms of abuse and understand the dynamics of spouse/intimate partner, child maltreatment and neglect.
Examine the impact of abusive behavioral responses upon the victim, affected Family members, the offender, Family and mission readiness.
To equip participants with information on reporting options to encourage self, command and community referrals.
To demonstrate and promote the practice of bystander, peer to peer, support agencies, and command intervention by Fort Hood Leaders, military personnel, and Family members to prevent and intervene safely in incidents of abuse.
Assist participants to gain knowledge, insight and skills that will positively influence future behavioral responses to relationship challenges that promote well-being and resiliency.
To ensure all members of the military community are aware of tools, programs, services, and resources available to address stressors generated by relationship challenges
Provide information and education designed to support strong, self-reliant Families and to enhance coping skills.
To reduce the rate of Family violence incidents
Fosters practice of individual well-being, community safety, promote personnel preparedness, self-sufficiency and community cohesion.
Fosters practice of individual well-being, community safety, promote personnel preparedness, self-sufficiency and community cohesion.

This action will be conducted as a commercial service acquisition in accordance with FAR Part 12 (Acquisition of Commercial Items) in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in FAR Part 15 (Contract by Negotiation). This procurement is 100% set aside for Small Business. The North American Industry Classification System (NAICS) code applicable to this requirement is 61699 and the Small Business Size Standard is $10M. The resultant contract will be a Firm Fixed Price Contract with a base year beginning 1 Apr 2014 through 31 March 2015, with two one-year option periods.

The Government anticipates issuing an Request for Proposal (RFP), W91151-14-B-0002, on or about 15 Jan 2014 with a tentative closing date of 16 Feb 2014. The IFB will be available for download at the Army Single Face to Industry website at https://acquisition.army.mil/asfi. No paper copies of the solicitation will be mailed and telephone requests will not be honored. Offerors must be registered in the System for Award Management (SAM), accessed via the Internet at http://www.sam.gov. In order to receive an award, the NAICS code identified above must be listed on your SAM profile. Offeror’s pricing, any required licenses/accreditations, and representations and certifications shall be submitted with bid. All responsible, responsive and timely bids will be considered for award.

Questions regarding this solicitation may be sent to Jacqueline Albert, Contract Specialist, at e-mail address jacqueline.d.albert.civ@mail.mil, phone 254-553-9319, please courtesy copy Leeann Burke, Contracting Officer, at e-mail address leeann.burk.civ@mail.mil, phone 254-287-3208 and SSG Noel Nieveschaluisant, Contracting Specialist, at e-mail address noel.i.nieveschalusiant.mil@mail.mil, 254-287-7638.

Set-Aside: Total Small Business Place of Performance: MICC – Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX 76544-5025 US URL: https://www.fbo.gov/notices/f1bb541aa4739fefa2eef92ddf78b878
OutreachSystems Article Number: 131127/PROCURE/0072
Matching Key Words: writ*; script?; copy; standard; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Hood, MICC – Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025

Department of the ArmyU–Provide Suicide Prevention Interactive Role Play Training W91151-14-B-0003 121913 Jacqueline D. Albert, 254-553-9319 MICC – Fort Hood The Contractor shall provide all personnel, management, quality control, and any other supplies and services (not government furnished) necessary to develop and execute suicide prevention, which includes a form of interactive role plays to support the Fort Hood Re-integration Training. The Contractor shall develop an interactive, branching storyline script. The Contractor shall provide all requirements for script content and writers, performers, understudies and all other requirements to produce and perform the training and role plays. The Contractor shall execute a 15-20 minute role play as part of the 1 hour facilitated interactive training sessions for each session. Training sessions shall be conducted on Tuesday 3 times per day (1 day per week) and 4 days per month. The performance period is 1 April 2014 – 31 March 2017. The performance period includes times for submission and approval of skit contents and rehearsals. The anticipated date for 1st training session is 2 April 2014. The Contractor shall be responsible for assembly and disassembly of all production and performance equipment. If/when a scheduled training day changes, the Government will notify the Contractor of the change at least 72 hours before the scheduled training day. All training performances will be conducted on Fort Hood and its responsible areas. The Contractor shall perform all work identified in this PWS to professional writer and actor theatrical standards.

The Government’s primary objectives are:
To promote suicide prevention awareness to Soldiers, DA civilians, Retirees and Family Members.
Minimize the adverse effects of suicidal behavior on unit cohesion. Preserve mission effectiveness and war fighting capability.
To reduce the stigma of seeking mental health, substance abuse, and suicide prevention services
Provide information to recognize at risk behavior.
Improve reporting and portrayals of suicidal behavior, mental illness and substance abuse in the Army.
Encourage help seeking behavior.
Fosters practice of individual well-being, community safety, promote personnel preparedness, self-sufficiency and community cohesion.

This action will be conducted as a commercial service acquisition in accordance with FAR Part 12 (Acquisition of Commercial Items) in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in FAR Part 15 (Contract by Negotiation). This procurement is 100% set aside for Small Business. The North American Industry Classification System (NAICS) code applicable to this requirement is 61699 and the Small Business Size Standard is $10M. The resultant contract will be a Firm Fixed Price Contract with a base year beginning 1 Apr 2014 through 31 March 2015, with two one-year option periods.

The Government anticipates issuing an Request for Proposal (RFQ), W91151-14-B-0003, on or about 15 Jan 2014 with a tentative closing date of 16 Feb 2014. The IFB will be available for download at the Army Single Face to Industry website at https://acquisition.army.mil/asfi. No paper copies of the solicitation will be mailed and telephone requests will not be honored. Offerors must be registered in the System for Award Management (SAM), accessed via the Internet at http://www.sam.gov. In order to receive an award, the NAICS code identified above must be listed on your SAM profile. Offeror’s pricing, any required licenses/accreditations, and representations and certifications shall be submitted with bid. All responsible, responsive and timely bids will be considered for award.

Questions regarding this solicitation may be sent to Jacqueline Albert, Contract Specialist, at e-mail address jacqueline.d.albert.civ@mail.mil, phone 254-553-9319, please courtesy copy Leeann Burke, Contracting Officer, at e-mail address leeann.burk.civ@mail.mil, phone 254-287-3208 and SSG Noel Nieveschaluisant, Contracting Specialist, at e-mail address noel.i.nieveschalusiant.mil@mail.mil, 254-287-7638.

Set-Aside: Total Small Business Place of Performance: MICC – Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX 76544-5025 US URL: https://www.fbo.gov/notices/8af575734fb3c29831584000b1d9cffb
OutreachSystems Article Number: 131127/PROCURE/0073
Matching Key Words: writ*; script?; copy; standard; 

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Persian Language Non News Show BBG50-R-14-0001 110613 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
The Broadcast Board of Governors (BBG), Voice of America (VOA), Persian News Network (PNN) anticipates having a non-commercial requirement for a Contractor provided weekly entertainment show that appeals to Farsi-speaking youth.  The Contractor shall be responsible for providing all necessary items (i.e., labor, supervision,Broadcasting Board of Governors facilities, equipment, insurance, materials, etc.) that are required for the production of a weekly entertainment show that must be aesthetically and musically appealing to VOA’s audiences in Iran. The Contractor shall include Hollywood news and information and other interesting aspects of life on the West Coast, of the United States.  The contract will have a base period of performance starting from January 1, 2014 through June 30, 2014.  The contract will be a firm fixed price (FFP) and include nine (9) six-month option periods. The exercise of all options will be at the discretion of the Government and subject to the availability of funding. The solicitation is expected to be posted on the Federal Business Opportunities (FedBizOpps) website on or about November 7, 2013.   The solicitation closing date will be 30 days from the date the solicitation is posted. No telephone requests for the solicitation will be accepted.  Written questions concerning the solicitation may be sent by email to wgreene@bbg.gov.  All responsible sources may submit an offer which shall be considered by the Agency.  This is not an RFQ, IFB or RFP.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0001/listing.html
OutreachSystems Article Number: 131126/PROCURE/0049
Matching Key Words: naics!512110; 


Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3a, 429 E. Bowen Rd. – Stop 4015 China Lake CA 93555-6100

600px-US-DeptOfNavy-Seal.svgR — Sources Sought – Surface Weapons Test and Evaluation Support N68936-14-R-0020 122513 Danielle Doud, Contract Specialist, Phone (805) 989-8054, Fax (805) 989-8054, Email danielle.doud@navy.mil – Kelly Reason-Williams, PCO Team Lead, Phone (805) 989-8514, Fax (805) 989-8514, Email kelly.reason-william@navy.mil 1. This is a special notice open to U.S. industry requesting information (White Papers) on how their current companies may be able to perform all or portions of the attached Draft Performance Work Statement (PWS).
2. The objective of this request is to determine the quantum of U.S. Industry which may be available and of which may also be capable of performing all or a portion of the draft SOW.

3. Background: The Aegis Externally Directed Team Leader (Code 518100E) and the Weapons Test & Evaluation (Code 518000D/E) are chartered to provide objective evaluation for assigned major weapon system and subsystem products of both Naval Air Systems Command (NAVAIR) and Naval Sea Systems Command (NAVSEA).

4. Submittals (White Papers) should address:

4.1 The company’s experience and or ability in providing systems engineering and technical support services as defined in FAR 37 in support of Naval surface weapons programs including Air Defense Warfare (ADW) and Surface Warfare (SUW) T&E operations and associated fleet weapons training exercises under the cognizance of NAWCWD Point Mugu, CA.

4.2 The company’s experience and/or ability for conducting analysis on current and developing test and evaluation technologies used by government and industry.

4.3 The company’s experience and/or ability to prepare the prescribed documentation required in the research, design, development, integration and testing as delineated in Section 4, of this Draft PWS.

5. This notice is not to be construed as any type of request for proposal. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.

6. Submissions will be no greater than 10 pages in length and will be considered up to and including SECRET. Companies are to adhere to the National Industrial Security Program Operating Manual (NISPOM) procedures for the transmittal of classified responses. Company responses are to include a name and telephone number of a point of contact having the authority and knowledge to clarify responses with Government representatives. Companies are not limited to a single response. Questions are due inwriting to the Contract Specialist no later than 15 days after the postage of this notice. Submissions are due within 30 days from release of this announcement by 12:00 PM PST and may be made by email (preferred) or by mailing your response to:

COMMANDER
NAWCWD Code 254300E
Attn: Danielle Doud
575 “I” Ave. Building 65, Suite 1
Point Mugu, CA 93042-5049

7. This notice is part of the Government’s market research, a continuous process for obtaining the latest information from industry with respect to their current and projected abilities. The information collected may be used by the Government to shape its future business strategies for Aegis requirements. Information received as a result of this request will be considered as business sensitive and will be protected as such. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. If respondents wish Government support contractors to sign a non-disclosure agreement, please include the form in the response. The Government will not use any proprietary information submitted to establish the capability, requirements, approach, or solution so as to not inadvertently restrict competition.

8. Only U.S. companies doing business in or based in the U.S. will be permitted to respond to this request. Responses to questions from interested parties will be promptly answered and provided equally to all interested parties. Any questions that involve the release of proprietary information (or the answer addresses a question peculiar to a company or that company’s possible solution) must be submitted in writing to the technical POC for review and would be answered in general terms as determined by thetechnical POC.

9.Point of Contact is Danielle Doud, Contract Specialist; NIPR e-mail:
Danielle.doud@navy.mil; Phone: 805-989-8054 Fax: 805-989-1613

Place of Performance: Pt. Mugu US URL: https://www.fbo.gov/notices/77c77939148aeeebba7709c1cfc1ef79
OutreachSystems Article Number: 131126/PROCURE/0299
Matching Key Words: writ*; technical; operating; 


Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Persian Language Non News Show BBG50-R-14-0001 122413 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov

Amendment No. 1 to BBG50-R-14-0001 is being issued to provide the Solicitation and SF 33 for offerors to submit before the deadline for proposal submissions. TheBroadcasting Board of Governors deadline for proposal submission is December 24, 2013 by 12pm Eastern Standard Time. Offerors are to submit an original and three (3) copies of their technical proposal and an original and one (1) copy of the price proposal. Offerors may submit written questions regarding this solicitation via email to Wayne Greene at wgreene@bbg.gov by the deadline of December 9, 2013 by 12pm Eastern Standard Time. No oral, faxed or emailed proposals will be accepted.

OutreachSystems Article Number: 131126/PROCURE/0365
Matching Key Words: naics!512110; 

Library of Congress, Contracts Services, Fedlink Section, 101 Independence Ave SE LA-318 Washington DC 20540-9414

493px-US-LibraryOfCongress-BookLogo.svgR — FEDLINK Information Retrieval Services LCFDL14R7000 011414 Deborah B Burroughs, FEDLINK Information Retrieval Services, Phone 202-707-0460, Email dbur@loc.gov The Library of Congress intends to issue Request for Proposal (RFP) #LCFDL14R7000, for Information Retrieval Services Strategic Sourcing for the LC/FEDLINK Program. The objective of the solicitation is to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts for acquisition of or access to commercial off-the-shelf (COTS) electronic information resources in many publication formats for the FEDLINK program. FEDLINK is a nationwide interagency consortia sponsored by the Library of Congress. These will be multi-agency contracts (MACs) established in accordance with the Library of Congress (LC) Fiscal Operations Improvement Act, P.L. 106-481, Section 103 (2 U.S.C. § 182c.) Any federal entity including the executive branch, the legislative branch, the judicial branch, and independent agencies as well as contractors to government agencies who are authorized to use federal sources of supply may be authorized to place orders under these contracts in accordance with the terms and procedures described in the solicitation.
Contractors shall be capable of providing products/services for ordering agencies with multiple organizational levels and geographic locations nationwide and/or worldwide. The Contractor shall also be capable of handling multiple purchase orders simultaneously. Contracts may be divided into four lots. Lot 1- Electronic Databases/Publications is the core of this solicitation. Vendors must offer products/services under Lot 1 in order to provide products/services under Lot 3 and must offer products/services under Lot 1 and/or Lot 2 in order to provide products/services under Lot 4. The four lots to be offered are:

Lot 1 – Electronic Databases/Publications. Products under Lot 1 covers publishers and vendors who provide access to commercial off-the-shelf electronic materials in many publication formats: information retrieval database services, newsfeeds, current awareness services, portal or content management services, electronic serials, and electronic books.

Lot 2 – Document Delivery Services. Under Lot 2 vendors shall provide machine-readable or print copies of published and unpublished materials in response to specific citation requests. Materials typically include journal and newspaper articles, conference papers and proceedings, annual reports, technical reports, dissertations and theses, official legal, financial and patent documents.

Lot 3 – Vendor Associated Publications. Under Lot 3 vendors and publishers that offer Electronic databases/publications under Lot 1 may also provide their commercial off-the-shelf print, video, microform or multimedia publications.

Lot 4 – Specialized Access/Product Integration. Under Lot 4 vendors that offer commercial electronic databases/publications or document delivery services under Lots 1 and/or Lot 2 may tailor their electronic resources packages for individual customers. Vendors may offer specialized file groupings, access to customer’s own files, special interfaces, and research assistance.

The RFP will be issued on or about Tuesday, December 3, 2013. The services of book jobbers and serials subscription agents are covered under separate LC/FEDLINK solicitations and are not the subject of this solicitation. This solicitation EXCLUDES general or standard computer or telecommunications equipment not essential for content access or retrieval; furniture and supplies; database development and implementation for customers; and personal services such as on-site reference/research staff. Vendors are responsible for ensuring that all RFP amendments are received prior to submittal of proposals. Please check this site periodically for amendments or clarifications to the RFP. All proposals must be submitted as specified in Section L of the solicitation. For information about the Library of Congress FEDLINK Program, please visit our websiteat http://www.loc.gov/flicc. For additional information about other FEDLINK services, please contact Jim Oliver, FEDLINK Vendor Services Coordinator, at joli@loc.gov.

URL: https://www.fbo.gov/spg/LOC/CS/FEDLINKCS/LCFDL14R7000/listing.html
OutreachSystems Article Number: 131123/PROCURE/0045
Matching Key Words: video*; produc*; conference?; website; site?; commercial?; 


Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Persian Language Non News Programming BBG50-R-14-0004 120613 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
The Broadcast Board of Governors (BBG), Voice of America (VOA), Persian Service anticipates having a non-commercial requirement for a Contractor provided threeBroadcasting Board of Governors hour televised concert that appeals to Farsi-speaking youth.  The Contractor shall be responsible for providing all necessary items (i.e., labor, supervision, facilities, equipment, insurance, materials, performers etc.) that are required for the production of a three hour televised concert that will be taped in front of a live audience and broadcast during the VOA Persian Norwuz program period.   This show must be aesthetically and musically appealing to VOA’s audiences in Iran. The Contractor must facilitate and make arrangements for musical guest Andranik Madadian to perform as part of this televised concert.  The requirement will include a base period of performance starting from February 1, 2014 through March 1, 2014 with an anticipated televised concert date of February 28, 2014.  The contract will be a firm fixed price (FFP). The Solicitation will be subject to the availability of funding. The Solicitation is expected to be posted on the Federal Business Opportunities (FedBizOpps) website on or about December 6, 2013.   The solicitation closing date will be 30 days from the date the Solicitation is posted. No telephone requests for the Solicitation will be accepted.  Written questions concerning the Solicitation may be sent by email to wgreene@bbg.gov.  All responsible sources may submit an offer which shall be considered by the Agency.  This is not an RFQ, IFB or RFP.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0004/listing.html
OutreachSystems Article Number: 131123/PROCURE/0046
Matching Key Words: naics!512110; 


Consumer Financial Protection Bureau, Consumer Financial Protection Bureau, CFPB, 1700 G St NW Washington DC 20052

U — Integrating Financial Coaching into Service Delivery for Transitioning Veterans and Economically Vulnerable Consumers CFP-14-R-00001 010614 Matthew Chmielewski, Contract Specialist, Email Matthew.Chmielewski@cfpb.gov – Nicholas Olson, Contracting Officer, Email Nicholas.Olson@cfpb.gov Integrating Financial Coaching into Service Delivery for Transitioning Veterans and Economically Vulnerable Consumers

Link to Original Draft Solicitation (CFP-13-R-00006): https://www.fbo.gov/notices/b3d498da2c173beb2b08769892870d5a 
Pre-Solicitation Conference Information: http://www.cvent.com/d/ccqhkt /4W 

Pre-Solicitation Conference Video Part1: http://www.youtube.com/watch ?v-Wow0OZKk6sA (Preview)
Pre-Solicitation Conference Video Part2: http://www.youtube.com/watch?v -jlJPZe1mYV4 (Preview)
URL: https://www.fbo.gov/notices/8979ace8ff0460139ba67ec42f33f6ef
OutreachSystems Article Number: 131123/PROCURE/0064
Matching Key Words: video*; conference?; 

Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA

600px-US-DeptOfNavy-Seal.svgR–Electonic Billing System N0025914T0028 121913 Joseph Bancod 619-532-6165 CONTRACT SPECIALIST The proposed contract action is for Service and commercial items for Third Party Collection system and Third Party Collection Services prepared in accordance with FAR12-6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Furthermore, this solicitation is 100% Small business set-aside ONLY.
This solicitation number N00259-14-T-0028 is issued as a request for quotation (RFQ). The closing date is, 19th December 2013 @ 08:00a.m All interested bidders shall submit quotations electronically by email to Joseph.Bancod@med.navy.mil or by facsimile at 619-532-5596, attention Joseph Bancod.
E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 19th December 2013, 08:00AM Pacific Standard Time to be considered responsive
The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items(MAR 2012) Offeror must be registered on the System for Award Management Registration(SAM) prior to award. The website address is http://www.sam.gov. A Data Universal Number System (DUNS) number is required to register.
.
CLIN 0001: Implementation Cost Quantity 01 Unit of Issue Each Price $_______________________.
Implementation cost for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0002: Service Maintenance Quantity 01 Unit of Issue Each Price $_______________________.
System Maintenance for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0003: Hosting Service Quantity 01 Unit of Issue Each Price $_____________________________.
Hosting cost for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0004: Claim Processing Fees Quantity 01 Unit of Issue Each Price $_____________________________.
Claim Processing Fees for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0005: Third Party Collection System(TPOCS) Data Conversion Quantity 01 Unit of Issue Each Price $_____________________________.
Third Party Collection System(TPOCS) Data Conversion for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0006: Servers Quantity 02 Unit of Issue Each Price $_____________________________.
Servers for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
CLIN 0007: Training Quantity 01 Unit of Issue Each Price $_____________________________.
Training for Billing System in accordance with the Performance Work Statement.
Period of Performance 01 January 2014-31 December 2014.
All responsible sources may submit a quotation, which shall be considered by the agency.
The government will only consider firm, fixed price quotation.
Contractor must be registered to the SAM prior to award. The website address for SAM registration is http://www.sam.gov .
Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, when submitting a proposal. The website address ishttp://www.Acquisition.gov.
DELIVERY ADDRESS: Naval Medical Center, 34800 Bob Wilson Drive, San Diego, CA. 92134
The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-70. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at http://www.acquisitions.gov and or http://www.asq.osd.mil .

52.204-13 System for Award Management(SAM) Maintenance
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
52.212-1 Instruction to Offerors-Commercial Item (FEB 2012)
52.212-2, Evaluation – Commercial Items (JAN 1999),
(i) Technical capability of the item offered to meet the Government requirement; (ii) past performance; (iii) Price (must provide past performance within the last three years)Technical and past performance when combined are more important than price.
The following factors shall be used to evaluate offers in descending order of importance:
FACTOR 1: Technical Capability defined as the contractor’s ability to have the basic knowledge of Third Party Outpatient Collection system(TPOCS), experience working with billing functions, collection functions and understanding of ALL requirements stated on the Performance Work Statement for the government’s requirements as stated in the PWS.

FACTOR 2: Past Performance Provide three (3) references with the Point of contact, telephone number, address, contract numbers, addressing that you have provided the same services within the last 3 years.
FACTOR 3: Price The government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance.
Contractors who do not meet the first 2 factors will not undergo a price evaluation.
52.212-3 Offeror Representations and Certification–Commercial Items (MAR
2012)
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 (MAR 2012)
52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards(FEB 2012)
52.219-6, Notice of Total Small Business Set-Aside(NOV 2011)
52-219-8 Utilization of Small Business Concerns(JAN 2011)
52-219-28 Post Award Small Business Program Representation(APR 2009).
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 (MAR 2007)
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)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.252-2 Clauses Incorporated By Reference (FEB 1998)
252.204-7004 Alternate A, Central Contractor Registration (SEP 2007)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR
2012)
252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011)
252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003)
252.232-7003 Electronic Submission of Payment Requests (OCT 2012)
PERFORMANCE WORK STATEMENT
BILLING, COLLECTIONS AND ACCOUNTING SYSTEM (BCAS)
FOR TPOCs CONVERSION SYSTEM
FOR THIRD PARTY COLLECTION SERVICES
NAVAL MEDICAL CENTER
SAN DIEGO
1.0 Introduction/Background
1.1 Background: Various portions of U.S.
Code (USC), the Code of Federal Regulations (CFR) and Department of Defense (DoD) directives require the Services to bill certain payers for the cost of healthcare delivered to persons who are seen in fixed Military Treatment Facilities (MTFs). Specifics of the statutory and regulatory requirements can be found in 32 CFR 728 (requires that designated non-DoD beneficiaries be billed for healthcare delivered in Naval MTFs – referred to as Medical Services Accounts (MSA)), 10 USC 1095 (requires DoD MTFs to bill third party payers for the costs of healthcare delivered to DoD beneficiaries with other health insurance (OHI) – referred to as Third Party Collections (TPC)), 42 USC 2651-2653 (which requires DoD MTFs to bill entities for the cost of healthcare incurred as a result of a tort liability – referred to as Medical Affirmative Claims (MAC), and DoD 6010.15-M Military Treatment Facility Uniform Business Office (Uniform Business Office Manual).
1.2 These billing functions have been performed by Naval Medical Center, San Diego Uniform Business Office personnel using the patient encounter data recording, billing, and collection functions resident in the Composite Healthcare System (CHCS) and the Third Party Outpatient Collection System (TPOCS).
However, as per the Assistant Secretary of Defense (Health Affairs) memo of 13 Dec 2010, the Office of the Secretary of Defense (OSD) will sunset support for Third Party Outpatient Collection System on 1 Oct 2014, while Third Party Outpatient Collection System will be unusable for new claims with service dates after 1 Dec 2013. Additionally, ASD(HA) has advised the Services that their replacement system should not just support Third Party Collections (outpatient) billing/collections, but should also replace the functionality provided by CHCS for Third Party Collections (inpatient), Medical Service Account and Medical Affirmative Claims billing/collections.
2.0 OBJECTIVE – THIRD PARTY OUTPATIENT COLLECTION SYSTEM CONVERSION
2.1 The scope of this requirement is to procure and maintain a Government billing, collection and accounting system that will replace the medical billing, collections and accounting functionality provided in the current Third Party Outpatient Collection System billing system and to include Third Party Collections, Medical Affirmative Claim, and Medical Service Account transactions.
This system must meet all audit, and Account Receivable reporting requirements of the Department of Defense as currently established in all written regulations, instructions, standard operating procedures, and must be able to meet any future audit, and account receivable reporting requirements as established. These include but are not limited to: Department of Defense Financial Management Regulations Volume 1 through Volume 15 and the Resource Managers Desktop Guide. There will not be supplemental systems to support entries with additional documentation. This system must provide all information needed to pass an audit (in other words, this must be a financial system of record).
2.2 The contractor shall also provide other functions recorded offline (on paper or in a data spreadsheet); it will also replace the ability of the Navy Medicine Allowance Calculation Tools (NMACT) to generate net realizable values (NRVs) for all generated invoices/claims.
The billing and collection system will be employed by the Uniform Business Office at Naval Medical Center, San Diego, and be the single source of financial information for the accounting of Uniform Business Office receivables. The requirement is to seek a current and immediate replacement which shall be completely independent of the Third Party Outpatient Collection System.
3.0 REQUIREMENTS.
3.1 Contractor shall provide and maintain a Government billing, collection and accounting system to replace Third Party Outpatient Collection System. Contractor will include all Third Party Collections (TPC), Medical Affirmative Claim (MAC) and Medical Service Account ( MSA) transactions: one system for the Military Treatment Facility (MTF) lines of business and shall include:
3.1.1 Third Party Collections (TPC), all inpatient and outpatient transactions.
3.1.2 Historical Data Conversion from Third Party Outpatient Collection System (Military Treatment Facility will stop utilizing Third Party Outpatient Collection System upon completion of conversion).
Historical data is in Third Party Outpatient Collection System file format and is proprietary information. Contractor is responsible for obtaining access to the historical data and creating the conversion files.
3.1.3 Historical Data conversion from Naval Medical Center, San Diego Denial Management Database to the Billing, Collections and Accounting System (BCAS). Database is in Microsoft Access and all information is in Microsoft Access file formats.

3.1.4 Medical Affirmative Claim – All Medical Affirmative Claims will move to a manual queue for approval by Naval Medical Center San Diego billing staff.

3.1.5 Contractor shall provide system training.

3.1.6 The contractors system will provide electronic billing for payers that accept electronic claims.

3.1.7 Contractor shall provide all software and hardware required in the performance of this contract including any required maintenance.

3.1.8 Since this is an electronic billing system accessed through the web, contractor system shall include the management of raw data and the servers (hosting off-site).
3.1.9 Contractor will purchase/provide all servers.
3.1.10 Help Desk with trouble ticket inputs – during normal business hours (0730-1600 Pacific Standard Time). The contractor shall establish a helpdesk that can provide training and assistance to Naval Medical Center San Diego Uniform Business Office personnel for any issues regarding the use of the billing system by Government personnel.
3.1.11 The contractor’s system shall extract billable data from Composite Healthcare System for Third Party Collections, Medical Service Accounts and Medical Affirmative Claims billable transactions.

3.1.12 Contractor system shall include Navy Medicine Allowance Calculation Tool (NMACT). (See Section 2.2).
3.1.13 The billing and collection system shall be deployed within 30 days of award of contract and shall be the single source of financial information for the accounting of Uniform Business Office receivables.
3.1.14 Revenue collected will be sent directly from the insurance companies to Naval Medical center San Diego
4 .0 Scope of Work
4.1 The contractor will provide a stand-alone fully automated enterprise web-based medical billing system to completely integrate the Uniform Business Office (UBO) Billing, Collections and Accounting System (BCAS) to help collect monies from third-party insurance claims (TPC), self-pay patients (MSA) and all tort liability claims (MAC) which shall be purchased in the form of licenses.
The contractor’s system shall comply with the Privacy Act of 1974, Health Insurance Portability and Accountability Act (HIPAA) provisions that apply to Protected Health Information. The contractor’s system shall have the capacity to submit both in electronic and paper format for all claims forms in current use and any new formats required by law.
5.0 DELIVERABLE
5.1 All deliverables will be accepted via electronic media/mail. All requirements and duties described in the Performance Work Statement shall be initiated and completed within the established schedule/guideline. Acceptance of the deliverables shall be the responsibility of the Contracting Officer’s Representative.
5.2 Prepare/Process/Submit Invoices/Claims.
For all TPC, MSA and MAC transactions, the contractor system shall generate claims and submit those claims to the medical insurance carriers or appropriate payer. The system shall also record payments, write-offs and non-payment reasons; maintain an audit trail by user for claim and invoice actions.
5.3 Manage an accounts receivable (AR)/maintain a record of accounts. The billing system shall maintain an account receivable as follows:
5.3.1 Sales Codes. UBO activities for this contract occur in several lines of business; Third Party Collections (TPC), Medical Service Accounts (MSA) and Medical Affirmative Claims (MAC).
5.3.2 TPC Sales Codes. The system shall assign TPC events a Sales Code of either TPT (TPC (outpatient)) or TPN (TPC (inpatient)).
Encounters arising from an inpatient disposition for a DoD beneficiary with OHI are considered TPC (inpatient). All other encounters for DoD beneficiaries with OHI are considered TPC (outpatient).
5.3.3 MAC. The MTF staff shall assign MAC encounters which shall be assigned Sales Codes of TPL and input Sales Codes into system.
5.3.4 MSA. The system shall assign various sales codes dependent upon the Patient Category
5.4 Generate (NRV) Program Performance Metrics. The system shall prepare Third Party Collection (TPC) (outpatient and inpatient), Medical Services Accounts (MSA), (except for MSA IABs) and age all open claims AR and generate a Net Realizable Value (NRV). The system shall age the AR and shall generate a NRV by UBO line of business (TPC out and in).
5.5 Gain/Maintain approval as Government financial system of record.
The billing and collection system (and its business rules and methodologies) shall constitute a Government billing system of record and, as such, be available for periodic review by Government auditors and examiners. Access to the system by contractor personnel shall be subject to Government review and oversight.
5.6 Obtain an authority to operate/connect (ATO/ATC). The government shall require a DoD Information Assurance Certification and Accreditation Process (DIACAP) on contractor’s system. The Government will be responsible to perform the DIACAP certification and provide interim authority to operate. The DIACAP accreditation will be achieved within 60 days.
5.7 Provide a detailed training/operation manual.
Manual will provide detailed guidance in all operations including creating, approving, transmitting, printing, transaction posting, report creation, report printing, and audit trail printing.

6.0 GOVERNMENT QUALITY ASSURANCE SURVEILLANCE PLAN

6.1 Quality Control
6.1.1 Contractor Quality Control. The Contractor is responsible for management and quality control actions necessary to meet the quality standards set forth in the contract. The contractor shall develop and maintain an effective QC program to ensure services are performed in accordance with this PWS. The contractor shall develop and implementprocedures to identify, prevent, and ensure non-recurrence of defective services.
The contractor’s QC program is the means by which he assures himself his work complies with the requirement of the contract. It is not required that the Contractor submit their plan to the Government.
6.2 Government Quality Assurance. The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the government must do to ensure the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rates.
6.2.1 Quality Assurance Surveillance Plan.
This QASP has been developed as the principal basis for assessing overall contract performance. The following table will be used by the Government to assess the effectiveness of the Contractor’s services. This QASP provides the methodology by which the Contractor’s performance will be monitored to determine compliance with established performance objectives, and to establish performance benchmarks that ensure a quantifiable basis for measuring effectiveness. The plan is designed to limit surveillance to the minimum necessary to verify that the Contractor is satisfactorily performing services directly related to the performance objectives of this Performance Work Statement (PWS). Performance objectives are those designated with corresponding performance measures and standards.
6.2.2 Table Quality Assurance Surveillance Plan
PWS #
Deliverable
Acceptable Quality Level Surveillance Method Disincentive/Incentive
2.2 NRV Program Performance Metrics Report (BUMED). 92% with no discrepancies. 100% Review of Monthly Report. Contract Discrepancy Report (CDR).
3.1.10 Trouble Tickets Resolved in 48 hours. 95% of all tickets resolved in 48 hours. Review of Contractor’s weekly report. Contract Discrepancy Report (CDR).
3.1.13 and 4.1 Software deployed as specified in PWS, and functioning as specified. Deployed within 30 days of Award. Functional Testing of Software. Contract Discrepancy Report (CDR).
5.7 On-site training and Manual delivered.
Delivered within 60 days of award Successful Training and review of Manuals. Contract Discrepancy Report (CDR).

6.2.3. Delivery Address
The contractor shall submit all deliverables to the following addresses via electronic mail:
Joseph Bancod Email: joseph.bancod@med.navy.mil
7.0 CONTRACT DISCREPANCY REPORTS (CDRs)
7.1.1 In instances where the Contractor’s performance takes exception to the contract and/or is unacceptable, the KO
will issue a CDR to the Contractor consistent with section 6.2.2 of the Table Quality Assurance Surveillance Plan.
7.1.2. The KO shall ensure that all inspection data is attached to the CDR. The Contractor cannot be expected to
respond to performance deficiencies that are not clearly and specifically identified.
A cover memorandum on the
CDR should specify that the Contractor has three working days to respond in writing to the KO.
7.1.3. Upon return of the CDR package from the Contractor, the KO shall review the Contractor’s comments and give careful, objective consideration to the facts and mitigating circumstances documented in the response. The KO shall then make a final recommendation on the acceptability of Contractor performance and note it on the CDR. The KO shall state why the Contractor’s response does or does not have merit. The KO shall attach as much additional documentation as required to support their findings and recommendations.
7.1.4. The Contracting Officer(KO) shall forward copies of each completed CDR and the final recommendation to (1) the Contractor for final response to CDR.

7.1.5. Contract Discrepancy Form(CDR)
CONTRACT DISCREPANCY REPORT(CDR)FORM
Contract Number:
Contract Clause:
Date:
Occurrence Date:
KO Findings:
Please respond to this CDR within 3 business days.
KO (sign and date):
/s/
Contracting Officer’s
Contractor Response:
Contractor Project Manager (sign and date):
KO Determination/Recommendation:

KO (sign and date):
/s/
8.0 Place of Performance
The work to be performed under this contract shall be performed at the contractor’s site and maintained remotely, and made available for use by the MTF.
9.0 Information Security (IS)
The contractor shall protect against unauthorized disclosure of data to ensure the privacy of Government contractors and private individuals for which the information is maintained.
All data maintained by the contractor’s accounts receivable management system is subject to the provisions of the Privacy Act of 1974; DoD 5400.11-R, DoD Privacy Program; and DoD 5200.11-R, DoD Information Security Program, The contractor shall ensure that the application meets the features of identification and authentication, auditing, and discretionary access control. Additionally, the contractor will employ FIPS 140-1 compliant encryptions and digital certificates for web based components.
10.0 Patient Information
All data received, processed, evaluated, loaded and/or created as a result of this contract shall remain the sole property of Naval Medical Center San Diego.

Appendix A – Copy of Sample Business Associate Agreement and Data Use Agreement
Department of Defense
Standard
 Clause for Business Associates with HITECH Act Information
Introduction
In accordance with DoD 6025.18-R “Department of Defense Health Information Privacy Regulation,” January 24, 2003, the Contractor meets the definition of Business Associate.
Therefore, a Business Associate Agreement is required to comply with both the Health Insurance Portability and Accountability Act (HIPAA) Privacy and Security regulations. This clause serves as that agreement whereby the Contractor agrees to abide by all applicable HIPAA Privacy and Security requirements regarding health information as defined in this clause, and in DoD 6025.18-R and DoD 8580.02-R, as amended. Additional requirements will be addressed when implemented.
(a) Definitions. As used in this clause generally refer to the Code of Federal Regulations (CFR) definition unless a more specific provision exists in DoD 6025.18-R or DoD 8580.02-R.
HITECH Act shall mean the Health Information Technology for Economic and Clinical Health Act included in the American Recovery and Reinvestment Act of 2009.
Individual has the same meaning as the term “individual” in 45 CFR 160.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g).
Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E.
Protected Health Information has the same meaning as the term “protected health information” in 45 CFR 160.103, limited to the information created or received by the Contractor from or on behalf of the Government pursuant to the Contract.

Electronic Protected Health Information has the same meaning as the term “electronic protected health information” in 45 CFR 160.103.
Required by Law has the same meaning as the term “required by law” in 45 CFR 164.103.
Secretary means the Secretary of the Department of Health and Human Services or his/her designee.
Security Incident will have the same meaning as the term “security incident” in 45 CFR 164.304, limited to the information created or received by Contractor from or on behalf of Covered Entity.
Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160, 162 and part 164, subpart C.
Terms used, but not otherwise defined, in this Clause shall have the same meaning as those terms in 45 CFR 160.103, 160.502, 164.103, 164.304, and 164.501.

(b) The Contractor shall not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law.
(c) The Contractor shall use appropriate safeguards to maintain the privacy of the Protected Health Information and to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract.
(d) The HIPAA Security administrative, physical, and technical safeguards in 45 CFR 164.308, 164.310, and 164.312, and the requirements for policies and procedures and documentation in 45 CFR 164.316 shall apply to Contractor. The additional requirements of Title XIII of the HITECH Act that relate to the security and that are made applicable with respect to covered entities shall also be applicable to Contractor.
The Contractor agrees to use administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the electronic protected health information that it creates, receives, maintains, or transmits in the execution of this Contract.
(e) The Contractor shall, at their own expense, take action to mitigate, to the extent practicable, any harmful effect that is known to the Contractor of a use or disclosure of Protected Health Information by the Contractor in violation of the requirements of this Clause. These mitigation actions will include as a minimum those listed in the TMA Breach Notification Standard Operating Procedure (SOP), which is available at: http://www.tricare.mil/tmaprivacy/breach.cfm
(f) The Contractor shall report to the Government any security incident involving protected health information of which it becomes aware.
(g) The Contractor shall report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract of which the Contractor becomes aware.
(h) The Contractor shall ensure that any agent, including a subcontractor, to whom it provides Protected Health Information received from, or created or received by the Contractor, on behalf of the Government, agrees to the same restrictions and conditions that apply through this Contract to the Contractor with respect to such information.
(i) The Contractor shall ensure that any agent, including a subcontractor, to whom it provides electronic Protected Health Information, agrees to implement reasonable and appropriate safeguards to protect it.
(j) The Contractor shall provide access, at the request of the Government, and in the time and manner reasonably designated by the Government to Protected Health Information in a Designated Record Set, to the Government or, as directed by the Government, to an Individual in order to meet the requirements under 45 CFR 164.524.
(k) The Contractor shall make any amendment(s) to Protected Health
Information in a Designated Record Set that the Government directs or agrees to pursuant to 45 CFR 164.526 at the request of the Government, and in the time and manner reasonably designated by the Government.
(l) The Contractor shall make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Contractor, on behalf of the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner reasonably designated by the Government or the Secretary, for purposes of the Secretary determining the Government’s compliance with the Privacy Rule.
(m) The Contractor shall document such disclosures of Protected Health Information and information related to such disclosures as would be required for the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528.
(n) The Contractor shall provide to the Government or an Individual, in time and manner reasonably designated by the Government, information collected in accordance with this Clause of the Contract, to permit the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528.
General Use and Disclosure Provisions
Except as otherwise limited in this Clause, the Contractor may use or disclose Protected Health Information on behalf of, or to provide services to, the Government for treatment, payment, or healthcare operations purposes, in accordance with the specific use and disclosure provisions below, if such use or disclosure of Protected Health Information would not violate the HIPAA Privacy Rule, the HIPAA Security Rule, DoD 6025.18-R or DoD 8580.02-R if done by the Government.
The additional requirements of Title XIII of the HITECH Act that relate to privacy and that are made applicable with respect to covered entities shall also be applicable to Contractor.
Specific Use and Disclosure Provisions
(a) Except as otherwise limited in this Clause, the Contractor may use Protected Health Information for the proper management and administration of the Contractor or to carry out the legal responsibilities of the Contractor.

(b) Except as otherwise limited in this Clause, the Contractor may disclose Protected Health Information for the proper management and administration of the Contractor, provided that disclosures are required by law, or the Contractor obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it was disclosed to the person, and the
Set-Aside: Total Small Business Place of Performance: NAVAL MEDICAL CENTER SAN DIEGO 34800 BOB WILSON DRIVE, SAN DIEGO, CA 92134 US URL:https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0028/listing.html
OutreachSystems Article Number: 131122/PROCURE/0059
Matching Key Words: writ*; copy; technical; standard; operating; procedure?; 


Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301 Room B130 Gaithersburg MD 20899-1410

R — National Earthquake Hazards Reduction Program (NEHRP) Secretariat and National Construction Safety Team (NCST) Support SB1341-14-RP-0009 010614 Divya Soni, Phone 3019756394, Email divya.soni@nist.gov Note: This is a reposting of Solicitation #SB1341-13-RP-0099, originally posted on August 13, 2013.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information140px-NIST_logo.svg included in this notice. THIS ACQUISITION IS BEING PROCURED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PART 13.5. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.

This solicitation is a Request for Proposal (RFP). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-70.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 and the size standard is $14.0 million. This acquisition is being conducted through unrestricted competition.

Offerors will be responsible for obtaining related amendments to this solicitation, if any, from http://www.fbo.gov. It is the responsibility of each potential offeror to monitor http://www.fbo.gov for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Divya Soni at divya.soni@nist .gov , with a copy to Maisie.meade@nist.gov and mimi.robinson@nist.gov and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number.

The U.S. Department of Commerce, National Institute of Standards and Technology (NIST) Engineering Laboratory (EL) promotes U.S. innovation and industrial competitiveness in areas of critical national priority by anticipating and meeting the measurement science and standards needs for technology-intensive manufacturing and construction in ways that enhance economic prosperity and improve the quality of life. Measurement science research and services include the development and dissemination of performance metrics, measurement and testing methods, modeling and simulation tools, technical data, guidelines, and the technical basis for standards, codes, regulations, and practices. EL conducts disaster and failure studies in support of this mission. EL also conducts applied earthquake engineering research to provide the technical basis for building codes, standards, and practices, and is responsible for working with the private sector and other agencies to implement improved earthquake-resistant design guidance for building codes and standards for new and existing buildings, structures, and lifelines. NIST is a non-regulatory agency and does not set building and fire codes, standards, and regulations.

This solicitation is for the procurement of support and technical expertise needed by NIST to fulfill its responsibilities under the National Earthquake Hazards Reduction Program (NEHRP) and the National Construction Safety Team (NCST) Programs, as outlined below and in the attached Performance Work Statement (PWS), through an Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract:

Line Item 0001:
Description: The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from date of award
Quantity: 12 MO
Amount: Not-to-Exceed $128,000.00

Line Item 0002:
Description: Travel and related costs for Line Item 0001. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from date of award
Quantity: 1 LO
Amount: Not-to-Exceed $800.00

Line Item 0003:
Description: Other Direct Costs (ODCs) for Line Item 0001.
Period of Performance: Twelve months from date of award
Quantity: 1 LO
Amount: Not-to-Exceed $50.00

Line Item 0004 (Option):
Description: Option Period One – The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from end of base period.
Quantity: 12 MO
Amount: Not-to-Exceed $129,150.00

Line Item 0005 (Option):
Description: Travel and related costs for Line Item 0004. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from end of base period.
Quantity: 1 LO
Amount: Not-to-Exceed $1,050.00

Line Item 0006 (Option):
Description: Other Direct Costs (ODCs) for Line Item 0004.
Period of Performance: Twelve months from end of base period.
Quantity: 1 LO
Amount: Not-to-Exceed $62.50

Line Item 0007 (Option):
Description: Option Period Two – The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from end of previous period.
Quantity: 12 MO
Amount: Not-to-Exceed $129,150.00

Line Item 0008 (Option):
Description: Travel and related costs for Line Item 0007. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $1,050.00

Line Item 0009 (Option):
Description: Other Direct Costs (ODCs) for Line Item 0007.
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $62.50

Line Item 0010 (Option):
Description: Option Period Three – The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from end of previous period.
Quantity: 12 MO
Amount: Not-to-Exceed $129,150.00

Line Item 0011 (Option):
Description: Travel and related costs for Line Item 0010. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $1,050.00

Line Item 0012 (Option):
Description: Other Direct Costs (ODCs) for Line Item 0010.
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $62.50

Line Item 0013 (Option):
Description: Option Period Four – The Contractor shall provide support and technical expertise in accordance with the attached PWS.
Period of Performance: Twelve months from end of previous period.
Quantity: 12 MO
Amount: Not-to-Exceed $129,150.00

Line Item 0014 (Option):
Description: Travel and related costs for Line Item 0013. Travel shall be paid in accordance with the Federal Travel Regulation (FTR).
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $1,050.00

Line Item 0015 (Option):
Description: Other Direct Costs (ODCs) for Line Item 0013.
Period of Performance: Twelve months from end of previous period.
Quantity: 1 LO
Amount: Not-to-Exceed $62.50

PROPOSAL PREPARATION/SUBMISSION INSTRUCTIONS
Offerors shall submit their proposals in two separate volumes as detailed in this section of the solicitation. All proposals shall be submitted so that they are received at NIST no later than 12:00 PM EST on January 6, 2014.

All proposals shall conform to the solicitation provisions and be prepared in accordance with this section. The proposal shall be clearly and concisely written as well as neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of the proposal shall be appropriately numbered. Page limits are provided below. In all sections of the Offeror’s proposal, the Offeror must use Times New Roman font, with a font size no smaller than 12 pitch, and must use margins no less than 1 inch on top/bottom/left/right. Text within a graphic shall comply with the font/pitch size requirements.

The Offeror shall submit one original copy of the entire proposal on one (1) compact disc or DVD, four (4) hardcopies of the Technical Volume and two (2) hardcopies of the Business Volume to the address identified in the solicitation notice, by the response deadline identified above.

Offerors shall clearly identify all pages of the quote that are proprietary. Failure to do this may result in release of information via a FOIA, if requested.

Offerors must submit all questions concerning this solicitation in writing to divya.soni@nist.gov , with a copy to  maisie.meade@nist.gov , and mimi.robinson@nist.gov. Questions must be submitted no later than December 23, 2013. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.

OVERALL ARRANGEMENT OF PROPOSALS

Volume I – TECHNICAL Volume
There shall be no pricing information or labor rates included in the Technical Volume. The Offeror shall submit Volume I in distinct sections for the following Factors A through F, along with an attachment for Part I of Past Performance Information Questionnaires, if applicable. Volume I is limited to no more than forty (40) pages; any pages beyond the 40th page will not be evaluated. The Cover Page, Transmittal Letter, Table of Contents, Past Performance Information, and Resumes are not included in the 40 page limit.

The Offeror shall submit the following as part of Volume I:

Factor A – EXPERIENCE
The Offeror’s proposal shall contain information demonstrating the relevance of the Offeror’s experience as it relates to the knowledge and operations of the National Earthquake Hazards Reduction Program (NEHRP), the National Construction Safety Team Advisory Committee, and the requirements of the Government’s PWS for the first task order under this IDIQ.
In addition, the proposal shall identify the ability and procedures of the Offeror to staff the Project Manager and the professional Technical Editor for each Task Order, anticipating the potential for multiple simultaneous projects (Task Orders). The proposal shall also demonstrate the Offeror’s ability to produce high quality, edited reports and web page documents and meeting summaries in a timely manner that combine inputs from a number of individuals into a cohesive and well-written document that provide effective communication of similar statutory Programs and Advisory Committees.

Factor B – PAST PERFORMANCE
The Offeror shall submit past performance information as part of the Technical Volume. The Offeror shall submit past performance information for contracts under which the Offeror has performed as a prime contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past five years by governmental or non-governmental entities. The Offeror shall submit at least two references on each non-Federal contract. Offerors are authorized to provide information on problems encountered on the identified contracts, as well as the Offeror’s corrective actions. Past performance information may shall submitted as a portion of the Technical Volume, or the Offeror may choose to use the Past Performance Information Questionnaire attached. If this questionnaire is used, the Offeror shall submit Part I of the questionnaire with its proposal as an attachment to the Technical Volume. References for the Offeror shall submit Part II of the Questionnaire according to the instructions contained therein.

The term “Offeror” here is defined as the prime contractor and any of its major subcontractors. The term “Major Subcontractor” is defined as any subcontractor that the Offeror expects to subcontract work to in excess of $150,000.00 throughout the life of this contract.

Factor C – KEY PERSONNEL/PROGRAM MANAGEMENT QUALIFICATIONS, CAPABILITIES AND EXPERIENCE
NIST expects that this IDIQ contract will require the work of at least one (1) Program Manager and one (1) Technical Writer/Editor designated as key personnel. The Offeror may propose any additional staff or labor categories. The proposed key personnel shall demonstrate experience conducting projects of similar scope, nature, and duration, with examples cited. The Contractor shall demonstrate the ability to replace designated key personnel and technical experts with qualified individual(s) in a timely manner, as stated in the Offeror’s key personnel replacement plan. The Offeror shall indicate whether these key personnel are committed to other agencies or organizations to perform similar services during this contract’s period of performance.
The Offeror shall identify any candidates, including program management and technical individuals to cover all areas listed in the PWS, proposed as key personnel and submit resumes for these candidates. The Contractor shall include qualifications of each individual proposed as key personnel who will be responsible for fulfilling this requirement, as evidenced by education and previous experience in conducting projects of similar scope, nature, and duration, with examples cited;

Each resume submitted shall not exceed 10 typed pages (back-to-back) in length and include the following:

– candidate’s name;
– the organization name of their current employer;
– their relevant education, including advanced degrees and areas of specialization, list of active professional engineering licenses (if applicable);
– their relevant capabilities and experience, including notable projects;
– their current country of citizenship.

If a proposed candidate is a non-US citizen, the Offeror shall provide valid VISA documentation. The resumes shall be submitted as a distinct portion of the TechnicalVolume.
If the Offeror is selected for award, the proposed candidates will be designated as key personnel in the key personnel clause in the IDIQ after award.

Factor D – PROGRAM MANAGEMENT AND QUALITY CONTROL PLAN APPROACH
The Offeror’s proposal shall demonstrate how the quality of the work will be managed and controlled to satisfy the requirements of the PWS. In addition, the proposal shall demonstrate the ability and mechanisms of the Offeror to ensure meeting each scheduled deliverable due date as well as demonstrating the Offeror’s capability to meet scheduled deliverable due dates for multiple simultaneous active projects.

Factor E – TECHNICAL APPROACH
The Offeror shall provide a written, detailed Technical Approach for how it proposes to satisfy the requirements of the PWS of the base contract and Task Order 1. The PWS for the base contract and the PWS for Task Order 1 are attached. If the Offeror’s proposal reiterates the PWS without providing sufficient detail for the Government to evaluate how the Offeror proposes to satisfy the requirements of the PWS, the proposal will not be further evaluated, and the Offeror will not be considered for award.

The Technical Approach shall include the following components:

Key Subfactor E.1 Understanding of Technical Requirements – The Offeror’s proposal shall demonstrate a clear understanding of the requirements presented in the solicitation, the challenges it presents and proposed methodology.

Key Subfactor E.2 Feasibility and Completeness of Approach – The Offeror’s proposal shall demonstrate how the Offeror’s proposed approach is workable and how the end results are likely to help the Government successfully achieve its goals. The Offeror’s proposal shall also demonstrate how the Offeror’s methods and approach have adequately and completely satisfied the requirements specified in the PWS.

Key Subfactor E.3 Technical Approach for Task Order 1 – The Offeror’s proposal shall demonstrate the Offeror’s understanding of the requirements of the first task order and describe how the Offeror proposes to successfully complete it, including meeting all milestones. The Offeror shall describe how it will perform and manage individual tasks required by the PWS for Task Order 1 and ensure that Contractor services and deliverables comply with the requirements of the PWS. The PWS for Task Order 1 is attached.

Volume II – BUSINESS Volume (Factor F – Price)
The Proposal Form (Standard Form 33), must be executed fully and used as the cover sheet (or first page) of Volume II. Include one (1) originally signed copies of the form in the Original Volume II. The Offeror shall submit the following as part of Volume II:

A. Base Contract Pricing – The Offeror shall submit its price information based on its proposed fixed-price fully burdened hourly labor rates for each proposed labor category.

The Offeror shall propose fixed fully burdened hourly labor rates for each labor category it proposes for each year throughout the projected life of this contract. NIST anticipates the award of an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for one (1) base period of twelve (12) months from date of award plus four (4) twelve-month option periods. The Offeror shall assume that the contract will begin on February 3, 2014. Therefore, each proposed labor category shall be assigned a fixed fully burdened hourly labor rate for the base period and each of the four option periods.

Under the anticipated IDIQ contract, labor-hour task orders shall be issued. For each future task order under the anticipated contract, the contractor shall propose a total Not-to-Exceed price based on the labor rates in the contract and will be asked to provide a price breakdown to enable the Government to make a price fairness and reasonableness determination.

The Offeror shall propose fixed fully burdened hourly labor rates for the following periods. The Offeror shall assume for price proposal preparation purposes that the contract will begin on February 3, 2014. However, these dates are not binding and the actual period of performance of the base contract may be different than listed below:

Base Period: February 3, 2014 – February 2, 2015
Option Period I: February 3, 2015 – February 2, 2016
Option Period II: February 3, 2016 – February 2, 2017
Option Period III: February 3, 2017 – February 2, 2018
Option Period IV: February 3, 2018 – February 2, 2019

The Offeror’s fully burdened hourly labor rates must reflect the current market labor rates with any discounts provided. Current significant budgetary constraints demand that the impact of these constraints and ownership of the solution be shared throughout the public sector including its contractors. Offerors are asked to consider reduction or elimination of costs/pricing of the escalation of labor hour rates during the performance period of this contract. If the proposed labor rates will increase throughout the life of the contract, the Offeror shall provide a justification for the escalation of each proposed fixed fully burdened hourly labor rate for each period. For example, if the proposed labor rates increase by 2% each period, a justification for this increase shall be submitted in the Business Volume.

A. Task Order 1 Pricing – The Offeror shall also propose pricing for Task Order 1 and describe its proposed labor mix.

The pricing breakdown shall include the number of hours proposed per contract employee and the corresponding fully burdened hourly labor rates from the Base Contract Pricing. The proposed number of hours for each proposed contract employee shall be clearly identified and associated with the applicable labor category for each contract employee. For proposal preparation purposes, the Offeror shall assume a start date of February 2, 2014 for Task Order 1.
In order to facilitate the award process, ALL offers shall include a statement regarding the terms and conditions herein as follows:

The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.”
OR
The Offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)”

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.
The successful Offeror must be actively registered in the System for Award Management (SAM) at the website https://www.sam.gov. Failure or refusal to register in SAM will forfeit award.

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, represents the best value to the Government, price and non-price factors considered.

Price Evaluation
The Government intends to use a price/technical tradeoff process to award an Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract to the responsible Offeror whose proposal represents the best value to the Government, evaluated cost/price and other factors considered.

Upon receipt of proposals, the Contracting Officer will review them to determine if each Offeror followed all of the proposal preparation/submission instructions in this solicitation. A proposal that did not follow the proposal submission instructions may be deemed unacceptable and may not be further evaluated.

Each proposal will be evaluated using the factors and subfactors described below. An Offeror’s failure to address any factor may be considered indicative of the Offeror’s lack of understanding of the Government’s requirements and may result in that proposal’s being determined to be unacceptable.

Evaluation Factors for Award:

FACTOR A – EXPERIENCE
FACTOR B – PAST PERFORMANCE
FACTOR C – KEY PERSONNEL/PROGRAM MANAGEMENT QUALIFICATIONS,
CAPABILITIES AND EXPERIENCE
FACTOR D – PROGRAM MANAGEMENT AND QUALITY CONTROL PLAN
APPROACH
FACTOR E – TECHNICAL APPROACH
FACTOR F – PRICE

In determining best value, Non-Price Factors A through E, when combined, shall be equally important to Factor F (Price).

The Non-Price Factors A through E listed above are listed in descending order of importance.

The Government reserves the right to make an award to other than the lowest-cost/priced Offeror or to the Offeror with the highest rating based on non-cost/price Factors A through E listed above if the Contracting Officer determines that to do so would result in the best value to the Government.

DUE DATE FOR PROPOSALS
***The due date and time for receipt of proposals is January 6, 2014 no later than 12:00PM EST. The offeror shall hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.

Proposals must be received at the specific location at NIST identified below on or before the due date and time specified in the solicitation. Only information received on or before the due date and time shall be considered for award. Any proposal, or part thereof, received after the due date and time, shall be deemed late and not considered for award.

Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If an offeror is hand-delivering their proposal, the offeror must email the Contract Specialist at divya.soni @nist.gov and CC maisie.meade@nist.gov and mimi.robinson@nist.gov so that the email is received no later than 12:00 PM EST one business day before the proposal will be hand-delivered. The email must contain the following information:
a. Offeror’s Company Name
b. Name of the person delivering the proposal
c. Date and approximate time that the person will arrive at NIST Gaithersburg, MD campus
d. Confirmation that the person is a US Citizen

Proposals must be submitted so that they are received at the following address:
Divya Soni
NIST
Building 301, Room B146
100 Bureau Drive, Stop 1640
Gaithersburg, MD 20899-1640

The Offeror must deliver the proposal so that it is received at the specific address, building number included, listed above by the due date and due time listed above.

APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION:

All application provisions and clauses for this solicitation can be found in the attached document titled “Applicable Provisions and Clauses SB1341-14-RP-0009.pdf”.

URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RP-0009/listing.html
OutreachSystems Article Number: 131122/PROCURE/0062
Matching Key Words: writ*; copy; technical; standard; procedure?; 

FedBizOpps – Special Notes

Department of Energy, Oak Ridge National Laboratory – UT Battelle LLC (DOE Contractor), Oak Ridge National Laboratory, Bethel Valley Road P.O. Box 2008 Oak Ridge TN 37831-6192

212px-US-DeptOfEnergy-Seal.svg99 — Technology Available for Licensing: Low-Cost, Nanofermentation System for Production of High Value Materials ORNL-TT-2014-01 022414 Jennifer T. Caldwell, Gp Leader, Technology Licensing, Phone 865-574-4180, Fax 865-574-9241, Email caldwelljt@ornl.gov – Carol D. Rader, Technology Commercialization Specialist, Phone (865) 241-0898, Fax 865-574-9241, Email radercd@ornl.gov Low-Cost, Nanofermentation System for Production of High Value Materials Technology Available for Licensing

UT-Battelle, LLC, acting under its Prime Contract No. DE-AC05-00OR22725 with the U.S. Department of Energy (DOE) for the management and operation of the   Oak Ridge National Laboratory   (ORNL), is seeking a commercialization partner for technology using a nanofermentation system to produce high value materials. The ORNL Technology Transfer Office will accept licensing applications through February 24, 2014.

The high cost and limited quantity of many nanomaterials create a barrier to their commercialization because potential end users are reluctant to develop applications for materials when they are not confident the materials will be available in useful quantities at cost competitive pricing. ORNL researchers have successfully expanded the application areas for nanoparticles produced using a novel fermentation method.

This technology also has broader applications for the production of luminescent materials using fermentation-type processes (to produce non-toxic lighting technology) and the development of metal-oxide, mixed-metal-oxide, and non-oxide semiconductor particles. Another application is for semiconductors such as copper indium gallium (di)selenide (CIGS) and copper zinc tin sulfur (CZTS) that are useful solar cell materials for highly flexible, lightweight solar panels.

In the earlier work, researchers produced large quantities of semiconducting quantum dots of high market value using a bacterial fermentation process that employs chemicals to control bacterial synthesis. The researchers developed a way to control particle size and morphology by a chemical means of modifying the fermentation broth.

Potential applications include production of various complex and thin films, solar cells, and other semiconductor applications.

This technology was originally developed using federal funds and selected for further development under the laboratory’s Technology Innovation Program (TIP). TIP supports technology development using royalties from existing technology licenses to accelerate the market readiness of high potential technologies.

License applications will be evaluated based on prospective partners’ ability and commitment to successfully commercialize the technology, with a preference for United States based businesses and small businesses. If a license is executed, the ORNL researchers developing the technology will be eligible to compete for additional TIP funding to further advance the technology.

For additional information and license application, contact Jennifer Caldwell, Group Leader, Technology Commercialization, Oak Ridge National Laboratory, 865-574-4180, caldwelljt@ornl.gov.

Technology descriptions and related publications may be found at  http://www.ornl.gov/connect-with-ornl/for-industry /partnerships/technology-licensing/technology-innovation-program/nanofermentation -system .

Intellectual Property

UTB ID 199800522, Mixed oxide nanoparticles and method of making , U.S. Patent 6,444,453 .

UTB ID 200501521, Fermentative Process For Making Inorganic Nanoparticles , U.S. Patent 7,060,473 .

UTB ID 200601686, Microbial-Mediated Method for Metal Oxide Nanoparticle Formation , . U.S. patent application 12/357,523

UTB ID 200701968, Microbially-Mediated Method for Synthesis of Non-Oxide Semiconductor Nanoparticles, U.S. patent application 12/364,638 and 12/874 ,522 .

UTB ID 201002436, Method of Microbially Producing Metal Gallate Spinel Nano-objects, and Compositions Produced Thereby , PCT patent application PCT/US13/031357 .

UTB ID 201002461, Method for Producing Complex Films, and Films Produced Thereby , U.S. patent application 14/110, 222 .

UTB ID 201302995, Method of Synthesizing Metal-Oxide Particles , U.S. patent application 61/777,012 .

Place of Performance: Bethel Valley Road P.O. Box 2008 Oak Ridge, TN 37831-6196 US URL: https://www.fbo.gov/spg/DOE/ORNL/ORNL/ORNL-TT-2014-01/listing.html
OutreachSystems Article Number: 131123/SPECIAL/0601
Matching Key Words: film?; produc*; business*; produce?; production?; 

USABID State and Local Purchases

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

R – RFP for Brokerage Services for HSTD Regions 1, 9 & 11 RFP : 140 SOL RFP for Brokerage Services for HSTD Regions 1, 9 & 11 RFP : 1400000084 Office Of The Controller Donald Robinson Published On : 10/22/13 Amended On : 11/21/13 Closing On : 1/8/14 3:30 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131127/BID/0001
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Apheresis SuppliesAttachment SOL UK-1316-14 Apheresis SuppliesAttachment Due Date: 12-17-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131127/BID/0287
Matching Key Words: age:state!ky; state!ky;

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Bus SOL K-0693-14 Bus Due Date: 12-17-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131126/BID/0167
Matching Key Words: age:state!ky; state!ky; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

T – Printing and Binding of a Book for University Press of Kentucky SOL K-0692-14 Printing and Binding of a Book for University Press of Kentucky – Haragan / The Olmsted Parks of LouisvilleAttachment A Addendum 1 Due Date: 11-27-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131123/BID/0307
Matching Key Words: age:state!ky; state!ky; 

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

R – Sponsorship – 3rd Annual Pickleball Tournament-EP Tom Sawyer RFP SOL Sponsorship – 3rd Annual Pickleball Tournament-EP Tom Sawyer RFP : 1400000103 Kentucky Department Of Parks Published On : 11/20/13 Amended On : Closing On : 12/11/13 11:00 AM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131122/BID/0004
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

FOR MORE NEWS

BeeNetwork

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: