Business and Career Opportunities Bids and Purchases

FedBizOpps – Procurements

CONTRIBUTING SOURCE:   Kentucky Procurement Assistance Program

Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030 R — USPSC Senior Democracy Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic 61-2013 010814 Tatiana P Rossova, Personnel Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE: 12/18/2013 CLOSING DATE: 01/08/2014 Gentlemen/Ladies: SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 61-2013 USPSC Senior Democracy 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

720px-USAID-Identity.svg 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. 61-2013 1. SOLICITATION NUMBER: 61/2013 2. ISSUANCE DATE: 12/18/2013 3. CLOSING DATE/TIME SPECIFIED FOR RECEIPT OF APPLICATIONS: 01/08/2014 (6 p.m. Almaty Time) 4. POSITION TITLE: USPSC Senior Democracy 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. Kyrgyzstan’s success or failure in its efforts to achieve successful democratic transition will have long-term ramifications for how democracy is viewed in this country and the broader region. Because it serves as a potential model for democracy in the region, and because of its proximity to South Asia and its potential to contribute to stability in nearby Afghanistan and Pakistan, the Kyrgyz Republic is of considerable geopolitical and strategic interest to the United States. USAID 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 headquartered in Bishkek with a sub-office in Osh, Kyrgyz Republic. USAID/Kyrgyz Republic (USAID/KR) is responsible for managing a development program of over $50 million, of which approximately $25 million are dedicated to economic development activities spread across several sub-sectors: macro-economic policy, trade and investment, private sector development, agriculture, and clean energy. In addition to the Mission Director, the Mission is staffed with three direct hires, five U.S. Personal Service Contractors (USPSCs), and 17 Foreign Service Nationals (FSNs). USAID/KR is seeking highly motivated, highly qualified individuals to manage a complex portfolio of flexible programs designed to assist the continuing transition to a peaceful society with a capable system of governance in the Kyrgyz Republic. USAID/KR works with Kyrgyz government partners, and local and international non-governmental organizations (NGOs) supporting the development of the private sector, agriculture, basic and higher education, improved healthcare, rule of law, protecting human rights, combating corruption, strengthening political competition and civil society, the media, and enhancing the quality of governance. The mission is also responsible for management of conflict reduction programs. B) BASIC FUNCTIONS The incumbent serves as the Democracy Specialist in the USAID/Kyrgyz Republic Mission and reports to the Supervisory Democracy Officer. S/he serves as a Mission expert in providing technical leadership and support for a range of democracy, governance, and conflict mitigation issues related to the ongoing democratic consolidation in the Kyrgyz Republic. The incumbent provides substantive input in the design, implementation and monitoring of projects in these areas, involving a full range of project and program design, management, oversight, activity monitoring, data collection, political analysis and evaluation of the democracy, governance and conflict mitigation portfolio in the Kyrgyz Republic. In this role, the Democracy Specialist must be able to employ his/her knowledge of political, social and cultural developments in the Kyrgyz Republic, as well as possess a background in diverse democracy and governance programming, including rule of law, human rights, media, civil society, parliamentary, local government, elections, political party, conflict mitigation, youth, religion, trafficking-in-persons, and gender development. The Democracy Specialist must be able to effectively develop and cultivate cooperative working relationships with local and international non-governmental organizations (NGOs) and implementing partners, international donors, and government partners in the Kyrgyz Republic. In addition, the employee works closely with and coordinates USAID programs with the interagency partners in the U.S. Embassy Bishkek. The Democracy Specialist also supports rapid response to requests from the Ambassador and others related to USAID programs and program areas and serves as a key advisor to the Embassy staff on democracy, governance and conflict-mitigation-related issues. The incumbent supervises the democracy, governance and conflict mitigation-related activities of three foreign service national (FSN) Project Management Specialists. The Democracy Specialist, together with the Supervisory Democracy Officer, provides training, mentorship and feedback on performance for the four FSN staff. The range of responsibilities and functions are outlined below. C) MAJOR DUTIES AND RESPONSIBILITIES S/he will serve as a high level decision-maker and provide guidance and recommendations to senior USAID and U.S. Embassy staff. The incumbent will take part in all parts of program life from concept development to implementation, evaluation, and close out. Duties and responsibilities include but are not limited to the following: 1) Program Development and Management (50%) The Specialist will play a leading role in the design, oversight, and management of assistance programs to achieve USAID/KR strategy objectives and intermediate results of the democracy, governance, and conflict mitigation portfolio. In fulfilling these duties, the incumbent develops, oversees, manages, and evaluates health sector development programs. S/he will supervise CORs, AORs, and activity managers for USAID activities in the Kyrgyz Republic and serve as COR, AOR and/or activity manager for selected activities. The Specialist will provide guidance and direction for proposals and implementation of grants, contracts, and cooperative agreements. S/he will assist implementing partners to ensure understanding of the performance monitoring system and their role in the process and advises them on specific measurement techniques appropriate for their programs. The incumbent will develop concept papers, project authorizations, and project amendments, in line with agency regulations and guidance and will lead or be a key member oftechnical selection committees for the award of procurement instruments. Designing programs in line with the USAID/KR strategy will require the incumbent to monitor, analyze, and report on political and social conditions in the Kyrgyz Republic to assess assistance needs and priorities. The incumbent will provide support for monitoring and evaluation of democracy and governance sector programs, this will include the plan and design of evaluation instruments as needed to make informed program design and management decisions. S/he will conduct or lead data gathering, research and analysis, and dialogue with counterparts necessary to inform program design decisions. The incumbent will also evaluate the costs, benefits and effectiveness of projects. The Specialist will also support the development of the Democracy and Governance section in the Operational Plan, Performance Monitoring Plan, and other key documents. Technical Advice and Special Projects (25%) The Specialist will be a senior advisor to USAID and other USG agencies on democracy and governance sector development issues in the Kyrgyz Republic and will actively foster and facilitate USG interagency collaboration and cooperation. S/he will perform a variety of duties related to special projects involving the ongoing democratic consolidation in the Kyrgyz Republic. In particular, the Democracy Specialist will lead USAID or USG discussions related to rule of law, human rights, and media sector reforms in the Kyrgyz Republic. The incumbent will participate in regular and ad hoc donor and government coordination meetings and will provide expert technical advice to all stakeholders on these and other sectoral issues as well as advising USAID and US Embassy senior management on appropriate actions. The incumbent will represent USAID as a technical specialist to a variety of formal and informal coordination groups, including but not limited to the Development Partners Coordination Council (DPCC) and Government of Kyrgyzstantechnical working groups. As needed, s/he may be asked to represent USAID at meetings with other donors and the Government of the Kyrgyz Republic. When required, the Specialist will also prepare technical white papers, implementation and action plans, progress reports, press release, public speeches, and professional correspondence on democracy and governance topics. As relevant, the Democracy Specialist will also conduct research and advise other sector teams to inform strategy and program design and management. S/he will work with other offices within the Mission to generate synergies and complementary activities. Mentorship (25%): A crucial piece of the incumbent’s job will be mentoring local staff. S/he will advise, train and otherwise support the career development of professional staff responsible for managing democracy and governance sector activities. S/he will contribute to and oversee the development of sub-sectoral technical competencies among DGO staff in strategy and activity development and program monitoring and evaluation. E) REQUIRED QUALIFICATIONS: 1) Prior Work Experience: This is a position that requires maturity and a minimum of seven years of progressively responsible experience in management of democracy and governance programs, grants, or cooperative agreements, with a proven track record of programmatic accomplishment and professional achievement, demonstrating the ability to function in complex, frequently changing political and economic conditions. At least five years of effective international program development/management experience while residing in a transitional or developing country. At least three years of successful leadership experience in a team environment. Demonstrated expertise in management and evaluation of programs, with extensive knowledge of USAID/State regulations governing all areas of program development and procurement is highly desired. Experience in USAID or knowledge of USAID systems highly desirable. Experience managing programs in Central Asia and the Kyrgyz Republic specifically is preferred. 2) Knowledge, Skills, and Abilities: Excellent project management skills; strong analytical and writing skills as evidenced by previous experience and a writing sample. Exceptional leadership and interpersonal skills and demonstrated ability to work effectively in a collegial and persuasive fashion in a team environment to achieve consensus on policies, activities and administrative matters. The incumbent must have fulfilled mentorship roles in the past and have the strong skills necessary to support team members’ development. Technical knowledge of rule of law, human rights, and media sector development in transitional countries is desirable. Strong ability to interact effectively with a broad range of internal and external partners and USAID clients, international organizations, and host country government officials or NGO counterparts; and to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team. The incumbent must be fluent in English (working knowledge of Russian or Kyrgyz is preferred but not required) and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including technical reports. S/he must have demonstrated ability to produce professional quality statements of work, white papers, and other professional documents in the specified technical areas. The incumbent must be able to make oral presentations logically and persuasively to senior officials, other donors, the NGO community, and to USAID and other USG officials. 3) Teamwork/Interpersonal Skills: Exceptional leadership, communications and inter-personal skills. Ability to develop and maintain high-level, effective relationships with a broad range of host country government officials or NGO counterparts, USAID partners, and other donor organizations. Ability to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team, and to manage staff dedicated to providing flexible technical assistance to key government/civil society counterparts. Technical skills are not sufficient to be selected for this position, as candidates are required to convincingly relate how their experience demonstrates their ability to mentor and develop staff within team environments. 4) Education: A minimum of a Master’s Degree in a relevant development-related field (eg: public policy, foreign affairs, law, or other). 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 the Kyrgyz Republic. 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 Kyrgyz Republic and occasionally to other countries in Central Asia. G) SELECTION CRITERIA: Prior Work Experience: 20 points Knowledge, Skills and Abilities: – Project Management, analytical and writing skills: 25 points – Knowledge of democracy and governance sector issues and best practices: 25 points Teamwork/Interpersonal and Communications Skills: 20 points Education 10 points Bonus: Good Working Knowledge of Russian or Kyrgyz Language 5 points Total: 105 points Notice to Applicants: The USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation. 9. APPLYING Qualified individuals are requested to submit a Optional Application for Federal Employment OF-612 including experience, salary history, list of references, and recent sample of his/her written work (maximum 1-3 pages, i.e. policy memo) no later than COB (6 p.m. Almaty time) January 8, 2014. 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/KR (through USAID/CAR) expects to award a personal services contract for an off-shore or resident-hire US Citizen for a two-year period commencing as early as practically possible 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 http://www.usaid.gov/kyrgyz-republic 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/61-2013/listing.html OutreachSystems Article Number: 131219/PROCURE/0069 Matching Key Words: writ*; technical;  Department of the Air Force, Pacific Air Forces, 18 CONS – Kadena, Unit 5199 Kadena AB, APO Japan AP 96368-5199 356px-Seal_of_the_US_Air_Force.svgU — High Stakes Negotiation Training FA5270-14-Q-0003 122313 Tessa L. Durant, Phone 3156347506, Email tessa.durant@us.af.mil – Anthony W. Mattera, Contract Specialist, Phone 6341851, Email anthony.mattera@us.af.mil (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation, FA5270-14-Q-B003 is being issued as a request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-71. (iv) This procurement is being issued as FIRM FIXED PRICE, and NOT set-aside. North American Industrial Classification Standard (NAICS)code is 611430 (v) See attachment for a list of contract line item number and items, quantities and units of measure. (vi) See attachment for description of requirements for the items to be acquired. (vii) See attachment for date and place of delivery and acceptance and FOB point. (viii) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition, applies to this acquisition. There are no addenda to the provision. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Delivery and Price (x) The clause at 52.212-3, Offeror Representations and Certifications — Commercial Items, along with Alternate I. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item applies to this acquisition. In addition, the following provisions and clauses apply under FAR 52.212-5 FAR: 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; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.223-15 Energy Efficiency in energy-Consuming Product; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer–Central Contractor Registration; 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation 252.204-7004 Alt A System for Award Management; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7008 Assignment of Claims (Overseas); 252.247-7023 Alt III Transportation of Supplies by Sea (xiii) Addendum to FAR 52.212-4: Requirements Relating to Compensation of Former DoD Official (IAW DFAR 252.203-7003) ; Electronic Submission of Payment Requests (IAW DFAR 252.232-7003); Transportation of Supplies by Sea, Alternate III (IAW DFAR 252.247-7023). 252.225-7042 Authorization to Perform (1) FAR 52.212-4 paragraph (k), is changed to read: TAX EXEMPTION CERTIFICATE The contractor will submit requests for gasoline or diesel oil tax exemption certificates to the Contracting Officer. This request will show the actual amount of gasoline or diesel oil used exclusively for the performance of this contract, with documentary evidence and detailed item breakdown to certify the accurate consumption o gasoline or diesel, or other necessary information and data as may be required. The Contracting Officer will issue to the contractor a Tax Exemption Certification for the actual amount of gasoline or diesel oil used exclusively for the performance of this contract. The contractor shall claim all tax and customs exemptions as listed in paragraph “EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT”. EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT (a) Paragraph 2, Article XI of the Status of Forces Agreement between Japan and the United States, authorizes the United States entry into Japan free from Japanese customs duties and all other charges on materials, supplies and equipment imported for the official use of the United States Armed Forces or for the exclusive use of such forces or ultimately to be incorporated into articles or facilities used by such forces. (b) Paragraph 3, Article XII of said Status of Forces Agreement, authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces. Currently, these taxes are: (1) Gasoline tax and local road tax on gasoline; (2) Diesel oil tax; (3) Liquefied petroleum tax, and (4) consumption tax. (c) If you are the successful offeror, the Contracting Officer or his authorized representative will issue customs or tax exemption taxes in accordance with procedures agreed upon between the Government of Japan and the United States of America. Tax exemption certificates for either at the end of each month or upon termination of the contract. These can be applied against future purchases of motor fuel. They will be issued only to you as the prime contractor, so, if you employ a subcontractor or supplier who uses motor fuel, you must purchase the motor fuel to secure the exemption. (d) List below the customs duties or taxes which have been excluded from your proposal as required by the Taxes Clause. Contractor must claim all customs and tax exemptions to which the U.S. Government is entitled. Type of Commodity and Amount of Duty or Tax Percentage of Tax Excluded in Yen (¥) (1) Customs Duties _________ _________ (2) Taxes: (a) Gasoline tax and local road tax on gasoline ___________ _________ (b) Diesel oil tax ________________ __________________ (c) Liquefied petroleum tax _______________ __________________ (d) Consumption tax ________________ __________________ FAR 52.212-4 paragraph (t), is changed to read: REQUIRED INSURANCE (In addition to that required by Japanese Law) (a) The Contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance on each vehicle used by the Contractor at the work site: Type: Automobile Property Damage Insurance Amount: ¥3,000,000 or Dollar equivalent Bodily Injury Insurance Amount: ¥30,000,000 or Dollar equivalent All vehicles must be properly inspected/insured in accordance with Japanese Compulsory Insurance (JCI) requirements. (b) Prior to the commencement of work hereunder, the Contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the U.S. Government in such insurance shall not be effective for such period as may be prescribed by the laws of the state in which this contract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer. (c) The Contractor agrees to insert the substance of this clause, including this Paragraph (c) in all subcontracts hereunder. (End of provision) FAR 52.212-4 paragraph (u), is changed to read: In accordance with FAR 52.233-2 SERVICE OF PROTEST (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 18 CONS/LGCB Unit 5199, Bldg 95, Kadena AB APO, AP 96368 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) (w) AFFARS 5352.201-9101 – Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsman, CMSgt Gene L. Eastman, HQ PACAF/A7KP, Hickam AFB, HI 96853-5427, Phone Number (808) 449-8567, Facsimile Number (808) 449-8572, Gene.Eastman@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (x) 5352.242-9000 – Contractor Access to Air Force Installations (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (y) Wide-Area Work Flow Clause (WAWF) SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet athttps://wawf.eb.mil/ . Before using WAWF, ensure your company’s Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren’t, changes can be made to your company’s CCR profile at http://www.ccr.gov. Click on “Update” or “Renew” using “TPIN”. CCR customer support can be reached at 1-888-227-2423. If your company’s electronic businesses POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask to establish a group for your company’s CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Air Force Pacific at 011-81-3117-55-3068. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create one of the following: [ X ] “2-n-1 format” for services only [ ] “Invoice and Receiving Report (Combo) [ ] “Invoice ” for medical supplies [ ] “Construction Invoice” for construction THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5270 ADMIN DODAAC: FA5270 INSPECT BY DODAAC: W91NJ2 SERVICE ACCEPTOR: W91NJ2 “SHIP TO” DODAAC: W91NJ2 PAY OFFICE DODAAC: F68800 ADDING CLINs To input the line item for the invoice, the following codes will be required to Add CLIN/SLIN: Structure your CLINs as follows: Example: Item No. 0001 Stock Part No. Type SUP Qty provided 5062 Unit GL Unit Price $2.00 Description LP Gas ACRN AA Final Payment Y Final Invoice Y INVOICE SUBMISSION Return to the Header tab, then click ‘Create Document’. This will then bring up the completed invoice for review. Once reviewed for accuracy, click ‘SUBMIT’. The Receiving Report document will appear and will look similar to the invoice. Click ‘SUBMIT’; this will bring up a screen that will identify the email addresses the newly-created documents will be sent. Just above the ‘Return’ and ‘Page Help’ buttons, you will see “Send More Email Notifications”. Notice to Contractor: WAWF will prompt asking for ‘additional e-mail submissions” after clicking “SIGNATURE”. The following E-Mail addresses MUST be input in order to prevent delays in processing: Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 18 CONS.WAWF@kadena.af.mil SERVICE ACCEPTOR/INSPECTOR: steven.j.thompson@soc.mil CONTRACT ADMINISTRATOR: tomoko.hanashiro.jp@us.af.mil Mark “SEND” for each, then “SUBMIT”. Also, see attachment for additional contract requirement or terms and conditions (xiv) There is no assigned DPAS rating. (xv) See attachment for the date, time and place offers are due. (xvi) See attachment for the name and telephone number of the individual to contact for information regarding the solicitation. Place of Performance: Bldg #100, Torii Station, Okinawa, Japan JP URL: https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-14-Q-0003/listing.html OutreachSystems Article Number: 131218/PROCURE/0069 Matching Key Words: documentar*;  Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, Bldg 2174 13 1/2 Street, Fort Campbell, KY 42223 R–OPTION – Locate utility conduit services, Fort Campbell, KY W91248-14-T-0003 122713 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243,Department of the Army Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W91248-14-T-0003 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 541370 with a small business size standard of $14.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2013-12-27 13:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Fort Campbell, KY 42223 Place of Performance: Fort Campbell, KY 42223 42223 US URL: https://www.fbo.gov/notices/d048e4c5348a028f5763b5f4b7316534 OutreachSystems Article Number: 131212/PROCURE/0063 Matching Key Words: age:state!ky; state!ky;  Department of Energy, Federal Locations, All DOE Federal Contracting Offices, U.S. DOE/NETLPittsburgh Campus626 Cochrans Mill RoadPO Box 10940PittsburghPA15236-0940US 212px-US-DeptOfEnergy-Seal.svgR–Mission Execution and Strategic Analysis DE-SOL-0005388 Michael S. DeStefano The U.S. Department of Energy (DOE), National Energy Technology Laboratory (NETL), intends to issue a competitive request for proposal (RFP), DE-SOL-0005388, as a 100% small business set-aside for Mission Execution and Strategic Analysis (MESA) Services. Proposals will only be accepted from eligible small business sources under Federal Acquisition Regulations (FAR) Subpart 19.5. Anticipated work assignments for this service contract would support activities across all NETL sites, with primary on-site presence in Morgantown, WV and Pittsburgh, PA and include travel to other DOE locations. The resulting contract will be a cost-plus award-fee contract with a base performance period of three years, with one two-year option for a potential five year total period of performance. The anticipated award date for the resulting contract will be in September 2014 with an effective date of November 2014. The services sought are to provide quality and timely technical and associated administrative support services, for both program and project planning, execution, monitoring, and assessment, and also for high quality, credible analyses of the entire economic value chain of energy; from resource assessment, extraction, and transport, to conversion, distribution, and end-use. Mission Execution services will be comprised of: technology, regulatory, and policy information compilation; technical writing; graphics development; meeting planning and facilitation; technical proposal review; peer review planning and logistical support; roadmapping support; basic project, portfolio, and program assessments; data management and process improvement; international activities support, and National Environmental Policy Act (NEPA) support. Strategic Analysis services require expertise in scientific, engineering, business, economic, energy market, and policy-related disciplines, in order to s upport, implement and conduct various analyses, modeling, appraisals, and assessments that fulfill complex programmatic, regulatory, and policy requirements. The required technical expertise encompasses: process and cost engineering; financial analysis; environmental life cycle analysis; economic, market, and regulatory analysis, technology deployment and program benefit analysis; energy infrastructure analysis, and subsurface (geologic) analyses. The North American Industrial Classification System (NAICS) code for this effort is 541330 with a small business size standard of $35.5 million. All responsible small business sources may submit a proposal, which shall be considered by the agency. A draft of RFP DE-SOL-0005388 is anticipated to be available for downloading during January 2014 on FedBizOpps (https://www.fbo.gov/) and FedConnect (https://www.fedconnect.net/Fedconnect/). Interested parties may submit comments on the draft RFP in accordance with the instructions provided with its release. Subsequently, the final RFP DE-SOL-0005388 (as revised based on comments and determinations made from the draft) is anticipated to be available for downloading during February 2014 on FedBizOpps (https://www.fbo.gov/) and FedConnect (https://www.fedconnect.net/Fedconnect/). Once the final RFP is issued, the proposal and all questions must be submitted electronically through FedConnect. Only those questions posted to FedConnect will be accepted. Prospective Offerors must register with FedConnect to respond as an interested party to submit questions, and to view responses to questions. Questions and answers will also be posted to the electronic reading room available at the following Web address: http://www.netl.doe.gov/business/solicitations/ssc2008/index.html. Questions will not be answered via telephone. The Contracting Officer must receive questions regarding the RFP via FedConnect no later than ten business days prior to the established due date. The Government reserves the right to not respond to any questions received after this timeframe. All responses to the RFP questions will be released on FedConnect referencing the RFP number, with copies of the questions, without reference to the originating sources. This is an electronic RFP; therefore, no hard (paper) copies of the RFP and related documents will be made available. Once the RFP is posted, you will be able to find the RFP by clicking on ?Search Public Opportunities? and search by the RFP Number, DE-SOL-0005388. Please bookmark this page and check it frequently for updates to the RFP. It is highly recommended that once you access the opportunity that you request to be alerted for amendments, messages, and any e-mail alerts associated with the RFP. To do so, you will need to click on the ?Register to Receive Notifications? button under ?What do I do now?? If a representative from your company has already registered interest for this opportunity, the ?Register to Receive Notifications? button will not display. Instead, you will have the option to join the response team by clicking the ?Join the Team? button within the Response Team section. Information regarding how to submit information via FedConnect can be found at https://www.fedconnect.net. Please note – FedConnect is owned and operated by Compusearch Software Systems Inc., not by the DOE and DOE does not provide help desk assistance for FedConnect. For assistance with FedConnect, please contact FedConnect directly: By e-mail: support@FedConnect.net By phone: 1-800-899-6665 (8:00 a.m. to 8:00 p.m., Eastern Daylight Time, except Federal holidays. URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0005388/listing.html OutreachSystems Article Number: 131211/PROCURE/0046 Matching Key Words: writ*; technical; standard; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299 99 — METAL DOORS H92244-14-T-0057 123113 Josephine Ocampo, Phone 757-862-9470, Fax 757-862-9478, Email josephine.ocampo@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 solicitation will not be issued. The solicitation is being160px-Special_Operations_Specops_Army.svg issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0057, 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 2005-71 effective 25 Nov’13. This procurement is 100% smal business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 2’6″ x 6’8″ metal doors, right hand opening in with entrance lock set, (1) 18 gauge standard frame, reinforced with a 12 gauge galvanized 2″ flange, locking slide bolts and a 1″ tube frame exterior door (gate) opening out, with a 16 gauge steel half panel, hinged to opposite side of frame with a locking slide bolt. One (1) Master Lock SLNC0126D34Ule series or equal Qty – 25 ea CLIN 1001 2’6″ x 6’8″ metal doors, right hand opening in with entrance lock set, (1) 18 gauge OPTION standard frame, reinforced with a 12 gauge galvanized 2″ flange, locking slide bolts and a 1″ tube frame exterior door (gate) opening out, with a 16 gauge steel half panel, hinged to opposite side of frame with a locking slide bolt. One (1) Master Lock SLNC0126D34ULE series or equal. Subject to FAR 52.232-18 Availability of Funds Qty – 25 ea CLIN 1002 2’6″ x 6’8″ metal doors, right hand opening in with entrance lock set, (1) 18 gauge OPTION standard frame, reinforced with a 12 gauge galvanized 2″ flange, locking slide bolts and a 1″ tube frame exterior door (gate) opening out, with a 16 gauge steel half panel, hinged to opposite side of frame with a locking slide bolt. One (1) Master Lock SLNC0126D34ULE series or equal. Subject to FAR 52.232-18 Availability of Funds Qty – 25 ea F O B Destination Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-8 Cancellation, Rescission and Recovery of funds for illegal or Improper Activity (for Non Commercial) Jan 1997 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012 FAR 52-209-1 Qualifications Requirements Feb 1995 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors – Commercial Items Jul 2013 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug 2013 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2013 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Sep 2013 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer – System for Award Management Jul 2013 FAR 52.232-36 Payment by Third Party Jul 2013 FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-7 Indemnification and Medical Liability Insurance Jan 1997 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes – Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Alternate A System for Award Management May 2013 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun 2012 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III (May 2002) Jun 2013 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet athttp://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance Technical capability and price. Government will award this contract based on best value to the government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Apr 2012 FAR 52.222-22 Previoous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Offeror Representations and Certifications – Commercial Items (Aug 2007) Jun 2005 FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 862-9469.. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 31 Dec’13. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Set-Aside: Total Small Business Place of Performance: 1636 Regulus Ave Virginia Beach, VA 23461 US URL:https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0057/listing.html OutreachSystems Article Number: 131211/PROCURE/0346 Matching Key Words: film?; produc*; you; tube; website; business*; event?; instruct*; commercial?;  Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006 Washington DC 20523 720px-USAID-Identity.svgR — USPSC Democracy Officer – Elections SOL-OCR-14-000002 122313 Travis Axton, Phone 2027066115, Email raxton@usaid.gov Request for Personal Service Contractor USAID Office of Civilian Response Position Title: Democracy Officer – Elections (Multiple Positions) Solicitation Number: SOL-OCR-14-000002 Salary Level: GS-14 Equivalent Hourly Rate: $40.58 – $52.76 (Equivalent Daily Rate: $324.64 -$422.08) Issuance Date: December 9, 2013 Closing Date: December 23, 2013 Closing Time: 5:00 P.M. EST Dear Prospective Applicants: The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens to provide personal services overseas as a Democracy Officer – Elections under a personal services contract, as described in the attached solicitation. The Office of Civilian Response (OCR) is hiring a Democracy Officer – Elections who will be U.S. Personal Services Contracts (USPSCs) on intermittent contracts providing support when changed circumstances in a country necessitate an increase in staffing or additional specialized skills. The USPSCs will be a part of OCR’s “Firehouse” and those serving in the Firehouse must be prepared to work abroad in USAID missions and embassies, often with little time for preparations. Deployments can be for any period of time from 2 months to almost a full year. Submittals must be in accordance with the attached information at the place and time specified. Applicants interested in applying for this position MUST submit the following materials: 1 Complete resume. In order to fully evaluate your application, your resume must include: (a) All full time paid positions, job title, location(s), and dates held (month/year), for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Please specify unpaid or part time work. Unless stated otherwise, part-time hours will be prorated at 20 hours worked per week. Unpaid, part-time and any experience that does not include dates (month/year) and locations will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) for all supervisors within the last 10 years. (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) Country of Citizenship. 2 A one page narrative demonstrating how you are qualified for the position. The narrative should take into consideration the selection criteria, describing your experience, training, education and/or awards you have received that are relevant to the position. If the narrative exceeds one page the additional pages will NOT be reviewed or evaluated. Additional documents submitted will not be accepted. Incomplete or late applications will not be considered. Your complete resume and one page narrative addressing the selection criteria must be mailed, delivered, faxed, or emailed to: GlobalCorps 529 14th Street, NW, Suite 700 Washington, DC 20045 E-Mail Address: raxton@usaid.gov and dgelections@globalcorps.com Facsímile: (202) 280-1184 Applicants can expect to receive a confirmation email when application materials have been received. Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to: Travis Axton Telephone Number: (202) 706-6115 E-Mail Address: raxton@usaid.gov Website: http://www.globalcorps.com Facsímile: (202) 280-1184 Sincerely, Michael Clark Contracting Officer Solicitation for U.S. Personal Service Contractor (USPSC) Democracy Officer – Elections (Multiple Positions) 1. SOLICITATION NO.: SOL-OCR-14-000002 2. ISSUANCE DATE: December 9, 2013 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: December 23, 2013 5:00 pm EST 4. POSITION TITLE: Democracy Officer – Elections 5. MARKET VALUE: GS-14 equivalent hourly/daily rate ($40.58 – $52.76/$324.64 -$422.08- not eligible for locality pay). Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background. Salaries over and above the top of the pay range will not be entertained or negotiated. 6. PERIOD OF PERFORMANCE: One (1) year, with four (4) option years STATEMENTS OF LIMITATIONS ON PERIOD/PLACE OF PERFORMANCE AND BENEFITS: The purpose of this contract is to establish an employee/employer relationship with the contractor to perform services overseas on a temporary, on-call basis as part of the Bureau for Democracy, Conflict, and Humanitarian Assistance (DCHA) / Office of Civilian Response (OCR) “Firehouse.” The Personal Services Contractor(s) hired under this contract will provide up to a maximum of 250 workdays of services on an annual basis. The specific projects, as well as dates, number of days and locations to be worked will be determined by mutual agreement between the contractor and his/her OCR supervisor according to requests made to OCR by USAID overseas missions. This is an intermittent USPSC solicitation. There is no obligation by OCR to provide assignments for a minimum number of days, and the contractor will be free to provide “blackout” dates during which he/she will not be available to accept assignments. Upon identification of a temporary need within the scope of work, OCR will contact the contractor and provide the following information: 1. Date contractor is needed to report to OCR or assignment in the field 2. Duration of Assignment 3. Place of Performance The contractor will notify OCR whether he/she is available for the assignment within two business days. At the time the contractor accepts the assignment, he/she is expected to commit for the duration of the assignment. While the contractor will be required to commit to a certain time period, it is understood that the exigencies of a crisis may require the assignment to be curtailed or extended (not to exceed 250 days per year). The contractor shall notify OCR at the time of commitment if his or her existing schedule would preclude an extension. Notification of schedule conflicts shall not necessarily disqualify the contractor from the assignment, but will simply assist OCR in recruiting a replacement. Subsequently, if unforeseen circumstances arise, and the contractor needs to curtail the assignment and leave post, the contractor must receive approval from OCR and the Mission prior to departure. As services provided by the contractor are on a temporary, on-call basis, health and life insurance reimbursements will be provided on a prorated basis based on the number of days during which the contractor actually provides services. 7. PLACE OF PERFORMANCE: Overseas There may be an initial orientation and training program in Washington, D.C. This may include formal classroom training, online training, on-the-job training and security training. After completion of appropriate training, the Democracy Officer – Elections will be considered available for overseas assignment. 8. STATEMENT OF WORK POSITION DESCRIPTION Background USAID’s Office of Civilian Response (OCR) is seeking highly motivated, highly qualified individuals who want the opportunity to help support USAID missions abroad when faced with a natural disaster, political crisis, internal conflict or otherwise in need of surge staff support due to some unforeseen circumstance. Created in 2008, OCR provides crisis staffing to USAID missions throughout the world with a full range of specialized expertise. Since then this office has provided over 20,000 days of mission support in deployments to countries such as Libya, Tunisia, Kyrgyzstan, Sri Lanka, Burma, Honduras, Somalia, South Sudan, Democratic Republic of Congo, and many other countries. As a member of OCR’s team of crisis responders, you would be available at short notice to bring to USAID missions your specialized skills in support of a mission’s response to a crisis. USAID is striving to become an even more nimble and agile organization when responding to crises. Countries experiencing a significant political transition in the midst of a crisis or emerging from civil conflict have unique needs that cannot always be fully addressed by a traditional USAID mission staffing yet timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed state. OCR plays a unique role in USAID by ensuring the USAID mission has sufficient staff with the right skills during those critical golden hours. To respond quickly and effectively and meet USAID mission needs, OCR retains a group of high level professionals and experts under (USPSCs) as part of a “Firehouse”. These knowledgeable and skilled professionals are rapidly available to missions to expand their capacity, augment their existing capability, fill in gaps, replace evacuated staff, or in some cases project USAID presence to field sites or non-presence countries. OCR staff provide specialized skills in a range of areas from contracting to communications, program design, election monitoring, project management, development outreach, reporting, and strategic planning, and others. As a member of the “Firehouse” you would play a crucial role in supporting USAID programs at a time when their success is most critical. USPSCs are considered employees of USAID for all purposes except programs administered by the Office of Personnel Management (OPM) – such as federally sponsored health insurance, life insurance, and retirement benefits. However, there are several other similar benefits that USPSCs may participate in, such as partial reimbursement for health and life insurance costs, as well as full coverage of workers’ compensation, among other benefits. For more complete information on USPSC benefits, please see page 12 of this solicitation. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY INTRODUCTION This position calls for an experienced elections expert with the presence, knowledge and the leadership skills to serve for the Office of Civilian Response at select USAID Missions abroad. The incumbent will be responsible to liaise with senior management officials at the State Department, the US Regional Missions, USAID/ Washington and with the U.S. Ambassador or his/her Representative, other agencies of the US Government, international organizations, and the non-government community abroad as well as senior local government officials. The incumbent must be skillful in determining the appropriate approach in negotiating and persuading others, and in establishing rapport in order to gain and relay information to key decision makers. The incumbent may be responsible to visit program sites, outside the primary office setting and to act according to USG protocol and regulations. The applicant should be a specialist in elections with experience in developing countries and post-conflict situations, related to the design documentation, management, negotiation, and coordination of elections and political processes, in areas including but not limited to election administration, electoral integrity, electoral and legal process reform, national dialogue and consensus building, civic and voter education, political finance, political competition, political violence, and political party development. DUTIES AND RESPONSIBILITIES While each deployment is different, the elections expert is responsible for the following types of activities and/or programs: designs, documents, implements, and evaluates Mission-specific democratic development, elections, and political processes programs or projects; researches and prepares a variety of written materials, serves astechnical expert and authority for the planning, management and coordination of elections support and political processes programs; identifying key issues and constraints in fragile or unstable political environments; working with other interagency partners, international actors, host government institutions and civil society, and implementing partners to ensure USG policy is met. The incumbent must be comfortable making sound, independent judgments with little supervision once given the general framework within which to work. Judgment and ingenuity is required to interpret policy and program guidelines. Incumbent will have formal decision making authority within a broad program area. He/she will have wide latitude to independently plan, develop and carry out activities or changes to activities. The applicant must be able to adapt quickly to different Missions and to be able to provide authoritative expert advice. The work typically requires formal responsibilities for leading teams, guiding and coordinating the work of other professional or technicalstaff. The Democracy Officer- Elections will be responsible for: • Participating in review of elections and political processes projects and program; providing leadership in the design and development of new programs. • Reviewing and approving completed feasibility studies. • Advising on assessments, strategy development and prioritization, program design, budget planning, technical inputs for procurements, implementation, monitoring, reporting and evaluation of political processes programs by USAID and as part of donor basket funds. • Overseeing, coordinating, and evaluating selected program operations for the Mission. • Undertaking the planning, design, development, negotiation and implementation of projects as needed and possibly serving as COR for select contracts and grants. • Assisting with the management and oversight of grants, contracts, and purchase orders for which USAID is responsible. • Managing or participating in conflict assessments, and supporting any whole-of-government planning. • Preparing correspondence, memoranda, press releases, or other documents relevant to program activities and prepares speeches, briefing/background papers, and statements/talking points as needed. • Working collaboratively with culturally and demographically diverse populations; working with Mission and Embassy leadership, other donors, and program or technicaloffices with a team focus. • Advising on the development of a legal framework of elections, voter registration processes and procedures, election procedures and balloting design and equipment. • Developing voter and civic education campaigns. • Advising on voter access, particularly for voters with special election related needs or constraints such as IDPs, women and minority ethnic groups. SUPERVISORY RELATIONSHIP: The Democracy Officer- Elections will take direction from and will report to the Deputy Director of OCR or his/her designee, and while on assignment, to a mission-based supervisor designated by the OCR Deputy Director. SUPERVISORY CONTROLS: During deployment, the mission supervisor will set overall objectives and provide technical direction and day-to-day supervision. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished subject to mission approval and consistent with mission objectives, policies, and protocols. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision while remaining in line with agreed upon work plans and overall mission objectives. For the purpose of contract, personnel, training or general administrative matters, the OCR Deputy Director or his/her designee will provide direction and oversight. 10. PHYSICAL DEMANDS Firehouse members must obtain a Class 1 State Department medical clearance. OCR Firehouse members may be in positions overseas that lead to unusual mental stress, and may require arduous physical exertion, by prolonged standing, by riding in and getting out of vehicles, and by operating manual or stick-shift motor vehicles. The duties may require: entering and maneuvering in facilities accessible only by stairs, long flight times, and carrying heavy baggage and items (over 30 pounds). The incumbent must be able to operate in an environment that requires endurance and ability to evaluate surroundings. Applicants must be physically and mentally capable of performing these functions efficiently and safely. 11. WORK ENVIRONMENT Work is primarily performed in an office setting, though the contractor is likely to be assigned to areas where site visits and extraordinary travel time is involved and that may entail working out of temporary duty residences or hotel rooms. The contractor will travel as a U.S. government employee and is subject to Chief of Mission authority. As such, the contractor will be expected to conform to all embassy and/or USAID mission policies and procedures at his or her assignment location regarding housing, work hours, diplomatic protocols, and security. The contractor may be required to staff field offices or other locations off-site of the USAID mission or embassy. Many of the overseas environments in which the contractor may be required to work present a health risk such as: extreme air pollution, lack of potable water, or presence of waterborne and other communicable diseases. Special safety and/or security precautions, wearing of protective equipment, exposure to severe weather conditions, working in non-permissive environments, restrictions on movement and/or evacuations of a USAID mission or embassy may occur. 12. START DATE: Immediately, once necessary clearances are obtained. 13. POINT OF CONTACT: See Cover Letter. REQUIREMENTS FOR THE POSITION • U.S. Citizen; • English Fluency; • Ability to obtain a SECRET level security clearance provided by USAID and a TOP SECRET clearance as designated and provided by USAID. A Top Secret clearance may be required for certain activations based on programmatic needs; • Ability to obtain a Department of State Class 1 worldwide medical clearance; AND • Bachelors Degree with 9 years of progressively responsible work experience OR • Masters Degree with 7 years of progressively responsible work experience Other Requirements ● Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements; ● A one page narrative submitted. See cover page for narrative requirements; ● Satisfactory verification of academic credentials. 14. PREFERRED EDUCATION/EXPERIENCE FOR THIS POSITION This position requires knowledge of development project design, programming and management based on internationally recognized best practices. Applicant must have knowledge of principles, research, and policy in the area(s) of elections and political processes, including but not limited to election administration, electoral integrity, electoral and political processes legal reform, national dialogue and consensus building process and political party development. Examples of qualified applicants include the following: A Bachelor’s degree with a minimum of nine (9) years of proven political processes experience. Should have six (6) years previous work experience with an international development organization preferably overseas, and be able to demonstrate ability to analyze the political/cultural/economic environment and use information to design, manage, implement, monitor and evaluate elections or political processes. Proven experience with writing and communications, and ability to brief and negotiate with leadership and supervisors. Should be able to demonstrate serving as an advisor to an international development agency/organization or election management body in a crisis or crisis prone environment. Preferably a minimum of two (2) years of overseas field experience in conflict prone countries. Language fluency in addition to English is preferred (French, Arabic, or Spanish). OR A Master’s degree, law degree, or equivalent, preferably in the field of political processes, with seven (7) years proven political process experience. Should have six (6) years previous work experience with an international development organization preferably overseas. Should be able to demonstrate having served as an expert advisor to an international development agency/organization or election management body in a crisis or post-conflict environment. Preferably a minimum of two (2) years of overseas field experience in conflict prone countries. Language fluency in addition to English is preferred (French, Arabic, or Spanish). 15. SELECTION CRITERIA (100 Total) (Used to determine the competitive ranking of qualified applicants.) Criteria 1: Demonstrated knowledge of the technical, administrative and operational aspects of election processes. Knowledge of best practices in the legislative, executive and political party functions in electoral process. Experience in the security aspect of elections as well as techniques of conflict management and mitigation pertaining to elections (20 points) Criteria 2: Demonstrated knowledge of and experience in design of internationally funded elections support activities and project management. Knowledge of and experience in managing bilateral or multilateral programs in support of elections. Knowledge of and experience with international best practices in contract and grant award processes and management (20 points) Criteria 3: Demonstrated experience interacting and coordinating with various U.S. government, foreign government, international organizations and non-governmental organizations to achieve United States foreign policy objectives; Familiarity/experience with U.S. Government policies and procedures for the programming of development assistance (10 points) Criteria 4: Demonstrated ability to understand the socio-political and economic environment of a foreign country. Ability to source data and information locally in foreign environments. Demonstrated ability to interact effectively with foreign government and non-government officials (10 points) Criteria 5: Familiarity with the politics, economics, history and cultural mores of at least one region of the developing world, not to include one’s home region, gained through education and experience. Demonstrated ability to utilize a major foreign language (French, Spanish, Arabic) in the course of conducting business with local partners (FSI 3 equivalent or better) (10 Points) Interview: The most qualified applicant(s) will be required to undergo an interview (30 Points) References (Pass/Fail) Total Possible Points: 100 BASIS OF RATING: Applicants who meet the Education/Experience requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor (EF) responses. Those applicants determined to be competitively ranked will also be evaluated on interview performance and satisfactory professional reference checks. Applicants are required to address each of the EFs in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to address the selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. The applicants determined to be competitively ranked will be interviewed and may be required to provide a writing sample. Face-to-face interviews will be conducted in Washington D.C. OCR will not pay for expenses associated with the interviews but will conduct telephone or videoconference interviews for those not available in Washington D.C. Professional references and academic credentials will be evaluated for applicants being considered for selection. APPLYING: Applications must be received by the closing date and time at the address specified in the cover letter. Qualified individuals are required to submit: 1 Complete resume. In order to fully evaluate your application, your resume must include: (a) All full time paid positions, job title, location(s), and dates held (month/year), for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Please specify unpaid or part time work. Unless stated otherwise, part-time hours will be prorated at 20 hours worked per week. Unpaid, part-time and any experience that does not include dates (month/year) and locations will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) for all supervisors within the last 10 years. (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) Country of Citizenship. 2 A one page narrative demonstrating how you are qualified for the position. The narrative should take into consideration the selection criteria, describing your experience, training, education and/or awards you have received that are relevant to the position. If the narrative exceeds one page the additional pages will NOT be reviewed or evaluated. Additional documents submitted will not be accepted. By submitting your application materials, you certify that all of the information on and attached to the application is true, correct, complete, and made in good faith. You agree to allow all information on and attached to the application to be investigated. False or fraudulent information on or attached to your application may result in you being eliminated from consideration for this position, or being terminated after award, and may be punishable by fine or imprisonment. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any email. DOCUMENT SUBMITTALS Via mail: GlobalCorps, 529 14th Street, NW, Suite 700, Washington, DC 20045 Via facsímile: (202) 280-1184 Via email: raxton@usaid.gov and dgelections@globalcorps.com NOTE: If the full security application package is not submitted within 30 days after the Office of Security determines eligibility, the offer may be rescinded. If a Secret security clearance is not obtained within nine months after offer acceptance, the offer may be rescinded. If Top Secret clearance is not obtained within nine months after receipt of the Secret security clearance and award, USAID may terminate the contract at the convenience of the government. NOTE: If the full medical clearance package is not submitted within 30 days after offer acceptance, the offer may be rescinded. If a Class 1 Department of State medical clearance is not obtained within six months after offer acceptance, the offer may be rescinded. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS All individuals contracted as USPSCs are required to have a DUNS Number. In this instance, USAID will provide a generic DUNS Number, and USPSCs are not required to register with CCR. For general information about DUNS Numbers, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number (10/2003) https://www.acquisition.gov/far/current/html/52_200_206.html LIST OF REQUIRED FORMS FOR PSCs Forms outlined below can found at: http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/main.do 1. Optional Form 612. 2. Medical History and Examination Form (DS-6561). 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). Forms 1 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job. CONTRACT INFORMATION BULLETINS (CIBs) and ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PSCs CIBs and AAPDs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which CIBs and AAPDs apply to this contract. AAPD 06-10 – PSC MEDICAL PAYMENT RESPONSIBILITY AAPD No. 06-10 is hereby incorporated as Attachment 1 to the solicitation. FAR 52.222-50 – COMBATING TRAFFICKING IN PERSONS FAR clause 52.222-50 is hereby incorporated as Attachment 2 to the solicitation. As a matter of policy, and as appropriate, a USPSC is normally authorized the following benefits and allowances: BENEFITS: Employer’s FICA Contribution Contribution toward Health & Life Insurance Pay Comparability Adjustment Annual Increase (pending a satisfactory performance evaluation) Eligibility for Worker’s Compensation Annual & Sick Leave ALLOWANCES (if Applicable).* (A) Temporary Lodging Allowance (Section 120). (B) Living Quarters Allowance (Section 130). (C) Post Allowance (Section 220). (D) Supplemental Post Allowance (Section 230). (E) Post Differential (Chapter 500). (F) Payments during Evacuation/Authorized Departure (Section 600), and (G) Danger Pay (Section 650). * Department of State Standardized Regulations (Government Civilians Foreign Areas). FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA, and Medicare ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. ATTACHMENT 1 Acquisition & Assistance Policy Directive (AAPD) No. 06-10 PSC Medical Expense Payment Responsibility General Provision 22, MEDICAL EXPENSE PAYMENT RESPONSIBILITY (OCTOBER 2006) (a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/c23002.htm. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. “MEDICAL EVACUATION (MEDEVAC) SERVICES.” (c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision). (d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met: (1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad; (2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and (3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition. (e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled “Emergency and Irregular Travel and Transportation.” In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs. (f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor’s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism. (g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider. (h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent. (i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s). ATTACHMENT 2 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009). (a) Definitions. As used in this clause- “Coercion” means- (1) Threats of serious harm to or physical restraint against any person; (2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harm to or physical restraint against any person; or (3) The abuse or threatened abuse of the legal process. “Commercial sex act” means any sex act on account of which anything of value is given to or received by any person. “Debt bondage” means the status or condition of a debtor arising from a pledge by the debtor of his or her personal services or of those of a person under his or her control as a security for debt, if the value of those services as reasonably assessed is not applied toward the liquidation of the debt or the length and nature of those services are not respectively limited and defined. “Employee” means an employee of the Contractor directly engaged in the performance of work under the contract who has other than a minimal impact or involvement in contract performance. “Forced Labor” means knowingly providing or obtaining the labor or services of a person- (1) By threats of serious harm to, or physical restraint against, that person or another person; (2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the person did not perform such labor or services, that person or another person would suffer serious harm or physical restraint; or (3) By means of the abuse or threatened abuse of law or the legal process. “Involuntary servitude” includes a condition of servitude induced by means of- (1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not enter into or continue in such conditions, that person or another person would suffer serious harm or physical restraint; or (2) The abuse or threatened abuse of the legal process. “Severe forms of trafficking in persons” means- (1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in which the person induced to perform such act has not attained 18 years of age; or (2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. “Sex trafficking” means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose of a commercial sex act. (b) Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not- (1) Engage in severe forms of trafficking in persons during the period of performance of the contract; (2) Procure commercial sex acts during the period of performance of the contract; or (3) Use forced labor in the performance of the contract. (c) Contractor requirements. The Contractor shall- (1) Notify its employees of- (i) The United States Government’s zero tolerance policy described in paragraph (b) of this clause; and (ii) The actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; and (2) Take appropriate action, up to and including termination, against employees or subcontractors that violate the policy in paragraph (b) of this clause. (d) Notification. The Contractor shall inform the Contracting Officer immediately of- (1) Any information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in conduct that violates this policy; and (2) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this clause. (e) Remedies. In addition to other remedies available to the Government, the Contractor’s failure to comply with the requirements of paragraphs (c), (d), or (f) of this clause may result in- (1) Requiring the Contractor to remove a Contractor employee or employees from the performance of the contract; (2) Requiring the Contractor to terminate a subcontract; (3) Suspension of contract payments; (4) Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance; (5) Termination of the contract for default or cause, in accordance with the termination clause of this contract; or (6) Suspension or debarment. (f) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in all subcontracts. (g) Mitigating Factor. The Contracting Officer may consider whether the Contractor had a Trafficking in Persons awareness program at the time of the violation as a mitigating factor when determining remedies. Additional information about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of State’s Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip. Place of Performance: Overseas US URL: https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OCR-14-000002/listing.html OutreachSystems Article Number: 131210/PROCURE/0057 Matching Key Words: writ*; technical; operating;  Department of Commerce, U. S. Census Bureau, Acquisition Division, 1201 East 10th Street Jeffersonville IN 47130 R — Technical Writing Customized Training BEA-13-00083 091713 Tanisha Contee, Contract Specialist, Phone 301-763-4129, Email tanisha.l.contee@census.gov The Department of Commerce, Bureau of Economic Analysis (BEA) intends to negotiate on a Full and Open basis, administered by the U.S. Census Bureau for Technical600px-US-DeptOfCommerce-Seal.svg Writing Customized Training Services. Details of these services are in the attached Statement of Work titled “Technical Writing Customized Training BEA-13-00083.” This requirement will be on a Firm Fixed Price basis from Date of Award through one year and with one Option Period. This will be evaluated on the basis of price; technicalcapabilities; past performance and experience/expertise and a review of references. An award will be made to the contractor whose proposal is the most advantageous to BEA and represents the best value. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the government. In doing so, interested sources must submit a quote/proposal with pricing and information that demonstrates their ability to meet BEA’s needs. Written response should be received within 15 days from the date of publication of this synopsis. To be eligible for award, contractors must be registered in the System for Award Management (SAM) before the closing date and time of this solicitation. The Request for Quote (RFQ)/Proposal (RFP) must be submitted to Tanisha Contee via email at tanisha.l.contee@census.gov. Please note your Dun and Bradstreet (DUNS) number in your RFQ/RFP). Please indicate the solicitation title and number (BEA-13-00083) in the subject line of your email when responding. All questions should be in writing and directed to Ms. Contee via email and a response to the question(s) will be updated in the solicitation on the Federal Business Opportunities website with 48 hours. Phone calls will not be accepted. The cut-off date for questions is Friday, September 13, 2013 3:00PM Eastern Standardtime, to allow for adequate response time (no exceptions). Place of Performance: Bureau of Economic Analysis 1441 L Street NWRoom 3007 BE-17 Washington, DC 20230 US URL:https://www.fbo.gov/spg/DOC/CB/JeffersonvilleIN/BEA-13-00083/listing.html OutreachSystems Article Number: 131207/PROCURE/0058 Matching Key Words: writ*; technical; standard; 


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 — Persian Language Non News Programming BBG50-R-14-0004 122313 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 (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR ACOMMERCIAL 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-14-0004 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 Circular 2005-071, dated November 25, 2013. (iv) This is full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 512110 and the small business size standard is $30.0M. (v) The contractor shall provide Firm Fixed Price in accordance with SECTION (ix)(5). (vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. requires the organization and production for an Iranian New Year (Norwuz) concert in Los Angeles, California. The concert must feature Andranik Madadian and other famous Farsi-speaking music stars performing before a live audience of no less than 100 persons with no admission fee. (vii) The period of performance is Date of Award through March 30, 2014. The Contractor shall submit a monthly invoice electronically for services provided. (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 and in the Statement of Work attached. The contractor shall demonstrate the ability and experience in providing the required services. Offeror qualifications shall include but not be limited to: The Contractor shall be responsible for labor and all other miscellaneous costs required to write, produce, edit, and deliver a televised Farsi language musical concert specifically targeting the 18-35 year old demographic audience. The contractor shall rent a venue that is equipped with professional video and audio recording equipment, performance stage and minimum seating capacity for 100 person audience for a live performance. The contractor shall produce a minimum of three (3) hours of live concert in Standard Definition 16×9 video format, which shall include filming with two (2) cameras on tripod, one (1) camera on shoulder and one (1) on crane, multi-track sound recording, and video and audio post production. The contractor shall be responsible for the payment of all costs associated with the project, including venue, equipment, musician’s performance(s) fees and one (1) host’s fee, travel and accommodation, as well as catering during any rehearsals and live performances. In addition, the Contractor shall provide camera operators, lighting crews, audio engineers, and a team of experienced writers, producers, and editors. (ix) 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 technical, management, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Technical Approach – The Offeror shall submit a demonstration video, of ten (10) minutes in length to be evaluated for production and editorial quality, as well as the Farsi language fluency of the on-air talent. The on-air talent appearing in the video shall be the same as the on-air talent dedicated to the concert; 2) Key Personnel – The Offeror shall provide the resumes of the executive producer (management’s single point-of-contact for BBG) and all on-air talent. No sample resumes will be accepted, only the key personnel that would be dedicated to the concert; 3) Management Approach – The Offeror must provide a description of the approach that they will take to meet the requirement; 4) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information: (i) reference’s name and address, email and telephone number of contact person; (ii) dollar amount of the contract; (iii) term of the contract; and (iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and 5) A separate Price Proposal showing a breakdown of the price elements common for same or similar services (i.e., price of venue, staffing, entertainment booking fees, etc.) There is no specific format or price elements required but the Offeror should use their best judgment to show their knowledge of this requirement. A total fixed price without a breakdown will not be accepted and will disqualify your proposal from further consideration. Prices for all of the listed CLIN shall be noted in English and United States dollars. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD. (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. (End of Clause) (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: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small BusinessProgram 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); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (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: 52.237-3 Continuity of Services and 52.242-17 Government Delay of Work. (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 who is authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing and only via email to Julian McElveen at jmcelveen@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on December 13, 2013. Technical proposals shall be submitted with an original and two (2) copies. Price proposals shall be submitted with an original and one (1) copy. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to Wayne Greene, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 before 12:00 p.m. Eastern Daylight Time on December 23, 2013. (xvi) Contact: Wayne Greene, Contract Specialist, email: wgreene@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-14-0004/listing.html OutreachSystems Article Number: 131207/PROCURE/0300 Matching Key Words: video*; edit*; produc*; website; web; business*; entertain*; produce?; production?; instruct*; commercial?; filming; naics!512110;  Department of the Army, Army Contracting Command, MICC, MICC – Fort Rucker, MICC – Fort Rucker, Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380, Fort Rucker, AL 36362-5000 R–Youth Ministry Coordinator Services W9124G14T0001 121313 Ye Yang, 334-255-3476 MICC – Fort Rucker This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcementDepartment of the Army constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Youth Ministry Coordinator Services for Fort Rucker POP 31-Jan-14 to 30-Sep-14. Set-Aside: Total Small Business Place of Performance: MICC – Fort Rucker Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380 Fort Rucker AL 36362-5000 US URL: https://www.fbo.gov/notices/40a9100428fa8f0efa483424266ef4f1 OutreachSystems Article Number: 131206/PROCURE/0061 Matching Key Words: naics!711510; 


Department of Energy, Federal Locations, All DOE Federal Contracting Offices, Golden Field OfficeU.S. Department of EnergyGolden Field Office15013 Denver West ParkwayGoldenCO80401US 212px-US-DeptOfEnergy-Seal.svgR–Standard Energy Efficiency Data (SEED) Platform Open Source Software Deployment DE-SOL-0006397 121313 Krista M. Weiland krista.weiland@go.doe.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number DE-SOL-0006397 is issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 with a small business size standard of $14.0. This requirement is being procured as a Small Business set-aside. The Department of Energy (DOE) Golden Field Office (GFO) Acquisition Division intends to procure a Standard Energy Efficiency Data (SEED) Platform Open Source Software Deployment Business Plan in accordance with the attached Performance Work Statement dated December 2, 2013. LINE ITEM DESCRIPTION 00001 SEED Business Plan This line item is firm-fixed-price. 00002 Travel Cost reimbursable travel associated with performance during the base period, if applicable. NO PROFIT OR FEE IS ALLOWED ON TRAVEL. The Not-to-Exceed (NTE) amount for travel during the base period is $2,500. The Period of Performance will be one (1) three (3) month base period as follows: December 27, 2013 ? March 26, 2014 PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed athttp://acquisition.gov/comp/far/index.html. Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. Clauses 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 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 52.212-4 Contract Terms and Conditions – Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items 52.217-8 Option to Extend Services 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.227-16 Additional Data Requirements 52.227-17 Rights in Data – Special Works 52.232-33 Payment by Electronic Funds Transfer? System for Award Management Department of Energy Acquisition Regulation (DEAR) Clauses 952.202-1 Definitions 952.208-70 Printing Other Contract Clauses 1. Alternative Dispute Resolution (ADR) a) The DOE and the Contractor both recognize that methods for fair and efficient resolution of significant disputes are essential to the successful and timely achievement of critical milestones and completion of all Contract requirements. Accordingly, the parties agree that in theevent of a dispute to jointly select a ‘standing neutral.’ The standing neutral will be available to help resolve disputes as they arise. Such standing neutral can be an individual, a board comprised of three independent experts, or a company with specific expertise in the Contract area. If a standing neutral cannot be agreed upon, the DOE Office of Dispute Resolution will make a selection. Specific joint ADR processes shall be developed. b) The parties agree the following provision may be invoked for significant disputes upon mutual agreement of the DOE and the Contractor: 1) DOE and the Contractor shall use their best efforts to informally resolve any dispute, claim, question, or disagreement by consulting and negotiating with each other in good faith, recognizing their mutual interests, and attempting to reach a just and equitable solution satisfactory to both parties. If any agreement cannot be reached through informal negotiations within 30 days after the start of negotiations, then such disagreement shall be referred to the standing neutral, pursuant to the jointly-developed ADR procedures. 2) The standing neutral will not render a decision, but will assist the parties in reaching a mutually satisfactory agreement. In the event the parties are unable after 30 days to reach such an agreement, either party may request, and the standing neutral will render, a non-binding advisory opinion. Such opinion shall not be admissible in evidence in any subsequent proceedings. c) If one party to this Contract requests the use of the process set forth in Paragraphs b(1) and b(2) of this clause and the other party disagrees, the party disagreeing must express its position in writing to the other party. On any such occasion, if the party requesting the above process wishes to file a claim they may precede in accordance with , FAR 52.233-1 Disputes or FAR 52.233-1 Disputes Alternate I. 2. Billing Instructions – ALT I Contractors will submit vouchers electronically through the Oak Ridge Financial Service Center?s (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allow vendors to submit vouchers, attach supporting documentation and check the payment status of any voucher submitted to the DOE. Submitting electronically provides benefits to vendors by: Reducing the cost of paper and postage Allowing supporting documentation to be attached and routed with the voucher to program and approving officials Immediately interfacing vouchers to DOE?s accounting system saving several days of mail and manual processing time Facilitating the prompt payment of vouchers To obtain access to and use VIPERS, please visit the web page at https://vipers.oro.doe.gov. Detailed instructions on how to enroll and use the system are provided on the web page. Please do not send a paper copy of a voucher that has been submitted electronically. Addendum to 52.212-4(g): Contractor shall submit electronic invoices to VIPERS as specified in the Billing Instructions. A Standard Form (SF) 1034 format is provided at Attachment 4. Please do not submit a paper copy SF1034 after entering the form electronically. Supporting documentation for each invoice shall include copies of receipts when requesting Travel reimbursement in accordance with the Federal Travel Regulations (FTR). 3. Government Records The Contractor and its subcontractors shall not disclose any information or data that is proprietary to the Government. All such information or data is reserved exclusively for use between the Government and the Contractor, including employees of the Contractor’s firm. When deemed appropriate, the Government may authorize the release of certain information or data necessary for use by the Contractor in performance of task order work, and in such cases specific written authorization must be given in advance. Such data so released shall not be further disseminated and shall not be considered released into the public domain. The Contractor must ensure that this is included in all tiers of subcontracts. 4. Lobbying Restriction Energy and Water Development and Related Agencies Appropriations Act, 2008 The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. 5. Quality Control The Contractor is responsible for assuring the quality of its performance and that the work performed under the contract conforms to all contract requirements. While a formal Contractor Quality Control Plan is not required, the Contractor shall maintain a file of all quality control inspections, results, dates and details of corrective actions taken by the Contractor through the term of this contract. The file shall be the property of the Government and made available to the Technical Monitor (TM) during regular business hours. The file shall be turned over to the TM fifteen (15) business days prior to the completion of the contract or immediately upon notification of termination. The Government reserves the right to request the Contractor to provide corrective action plans in the event of Government concerns of Contractor delays in performance or deficient work product. 6. Travel The contractor shall travel to the minimum extent necessary to meet the objectives of the Performance Work Statement. The contractor is cautioned to keep travel cost to a minimum and to use time and cost-saving tools such as conference calls or videoconferencing to the maximum extent practicable. Contractor employees traveling to the same conference, meeting, or other such event shall consolidate the use of any car rentals with each other and with Government employees. Travel costs do not include expenses incurred in commuting to and from work and associated parking fees. Mileage expenses to and from locations other than the normal place of work that are within the normal commuting distance to and from a person?s workplace and associated parking fees in the normal amount paid per day are not considered reimbursable travel costs. Certain travel arrangements require specific authorization or prior approval in accordance with the Federal Travel Regulation (FTR). All travel must be fully funded prior to any travel costs being incurred or actual travel occurring. The contractor shall keep documentation to establish the reasonableness of travel costs to include comparison quotes for airline, hotel, and other related transportation (e.g. rental car) and shall provide this documentation to the Contracting Officer upon request. If travel is performed, travel and per diem will be reimbursed in accordance with the Federal Acquisition Regulation (FAR) Part 31 and the FTR in effect at the time of the travel. Travel payments will be made in accordance with the FTR based on 41 CFR 300-304 which implements statutory requirements and Executive branch policies for travel by Federal civilian employees and others authorized to travel at Government cost. For travel per diem rates or additional information regarding travel requirements seehttp://www.gsa.gov/federaltravelregulation. Contractor shall maintain receipts for the time periods specified and submit receipts with claim for reimbursement as stated in the FTR. ATTACHMENTS 1) Performance Work Statement 2) SEED Platform Performance Features 3) SEED Platform Overview 4) SF1034 Format Attachments can be found at http://www.fedconnect.net. QUOTATION PREPARATION 1) Offerors shall provide one (1) copy of a quotation which addresses all line items 2) Quotations shall not exceed 25 pages 3) Quotations shall include the individuals authorized to negotiate the resulting purchase order on behalf of the Contractor. The Contractor shall notify the CO in writing within three (3) businessdays as changes are made to the foregoing persons authorized to negotiate under this purchase order. 3) This solicitation does not commit the Government to pay any costs incurred in the submission of any quotation, or in making necessary studies or designs for the preparation thereof or for acquiring or contracting for any services relating thereto. 7) This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. 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. INQUIRIES Questions concerning this solicitation shall be submitted via FedConnect no later than 2pm Eastern Standard Time on December 10, 2013. Any responses to questions will be addressed in an amendment to the solicitation. Offerors are encouraged to periodically check FedConnect to ascertain the status of any answers to questions, as hard copies will not be distributed. Requests shall include complete company name, address, and telephone number. E-MAIL, FAX AND PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. EVALUATION CRITERIA 1) Technical Capability 2) Past Performance 3) Price Technical Capability: The Offeror shall submit a narrative detailing its approach to providing the full range of services described in the PWS. The narrative shall also address how the contractor has satisfied its customers in the past and complied with applicable laws and regulations which may include the ability to meet contract requirements, good workmanship, quality, timeliness, responsiveness to customers and maintaining business relations as well as their ability to manage and document contract performance, costs and delivery schedules. Past Performance: Past performance information demonstrates how well the Offeror has satisfied its customers in the past. The Offeror shall provide the three (3) most relevant references for services or projects performed within the last 3 years and of the same or similar services, size, scope, and complexity. All contact information for the references shall be current. References that include contact information that is not current will not be considered. Offerors with no past performance history shall state so in the narrative. Government evaluators may avail themselves of various federal, state, and local past performance databases including, but not limited to, Past Performance Information Retrieval System (PPIRS) and Contractor Performance Assessment Reporting System (CPARS). Government evaluators reserve the right to contact any of the provided references to solicit additional information or clarification regarding the offeror?s past performance. Additionally, evaluator knowledge of your particular past performance may be utilized. Price: The Government will evaluate the reasonableness of the quoted price for the purchase order. As part of the quote submitted, Offerors shall propose labor categories and complete labor rate pricing information. Hourly rate pricing shall be fully burdened, inclusive of all wages, overheads including fringe benefits, general and administrative, and profit. Labor categories subject to the Service Contract Act (SCA) shall be clearly identified. DOE intends to award one purchase order to the responsible offeror whose quote is responsive to the solicitation and determined to be the best value to the Government. The Government will assess and make tradeoffs based on what the differences between or among competing technical capability quotes might mean in terms of anticipated performance and what the evaluated price premium may be to take advantage of any difference. DUE DATE AND RESPONSE INFORMATION Submission of quotes shall only be accepted through the FedConnect Response section. No email or hard copies will be accepted or considered. Information regarding how to submit offers via FedConnect can be found at http://www.fedconnect.net. For questions regarding FedConnect, contact FedConnect at support@FedConnect.net or by phone at 1-800-518-4726. Files submitted in response to the solicitations shall be identified as ?DE-SOL-0006397?. Quotes shall be received no later than 2pm Eastern Standard Time on December 13, 2013. Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0006397/listing.html OutreachSystems Article Number: 131206/PROCURE/0064 Matching Key Words: video*; produc*; conference?; web; page?; business*; documentation; event?; distribut*; instruct*; commercial?; 


Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480 Bethesda MD 20892-5480 R — Professional Services of a Technical Writer with Program Management RFQ120413 121313 Daytona H. Philpotts, Phone 3014512716, Email daytona.philpotts@nih.gov – Susan Nsangou, Phone 3014969351, Email susan.nsangou@nih.gov THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION ANDdept of health and human services A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-71 (November 2013). This announcement constitutes the only solicitation. The solicitation number for this acquisition is RFQ120413 and is being issued as a Request for Quote (RFQ). The NAICS Code for this solicitation is 541990 and the Small Business Size Standard is $14.0 million. This will be awarded as fixed price Total Small Business Set-Aside. STATEMENT of WORK (SOW) Summary and Overview This position is located in the Office of Space and Facility Management (OSFM) at the Clinical Center (CC), National Institutes of Health (NIH). The CC is the clinical research facility of the NIH. As a national resource, it provides the protocol-specific patient care, services, training and environment needed to initiate and support the clinical research sponsored by the individual NIH Institutes. The CC employs approximately 2,000 employees, across 30 different departments. The Clinical Center Complex consists of 3.5 million square feet in three congruent buildings on the NIH campus and off campus lease space. It is a complex environment which consists of biomedical research laboratories, a 234-bed clinical research hospital and animal care and use facilities. The OSFM supports the mission of the CC by providing a functional, effective and safe environment for patients, visitors and staff. This is accomplished by (1) managing and coordinating interdisciplinary teams (i.e., CC departments and Institutes/Centers) responsible for new or renovation projects in Building 10 CC space and provide engineering support for the management of these projects through all phases of a project such as inspection, certification, and maintenance; 2) ensuring the safe and efficient installation and operation of special purpose equipment including specialized electrical and mechanical systems in support of hospital operations; (3) planning and directing a comprehensive construction management and arts program to support alterations, renovations, repairs and improvements necessary to support occupants’ beneficial use and to ensure an environment that is comfortable and supportive of patient care operations; and (4) ensuring hospital facility compliance with codes and regulations such as the Joint Commission (the JC), the Life Safety Code NFPA 101 and departmental or Institute equipment or specialty regulations (i.e., operating rooms, NIAID special isolation room, NIDDK metabolic chambers). The incumbent works independently in meeting the contract requirements and possesses strong writing, project management, and group process skills. Familiarity with working in a hospital and research setting preferred. The contractor shall, with the Chief of the Office of Space and Facility Management and designated hospital stakeholders, provide the tasks described below. The frequency of performing each task shall be determined by the Contracting Officer’s Representative, to be communicated to the contractor through meetings with the Contracting Officer’s Representative or email as often as required to perform a task but no less than once a week. CONTRACT REQUIREMENTS 1. Writing Skills: The contractor shall demonstrate ability to write protocols, policies, procedures and/or standards of practice for use at least the departmental level (i.e., Office of Space and Facility Management) but preferably at the organizational (i.e., Clinical Center) or NIH level. Types of assignments in this area could include: a. Researches relevant regulatory requirements and other governmental policies and guidelines to ensure accuracy and adherence to applicable regulations; b. Develops drafts for review by stakeholders within seven (7) business days; and c. Collates feedback and prepares final documents for implementation within five (5) business days. d. Prepares documents with no spelling errors and with the format consistent with provided templates. Documents require minimal editing for important content that should be included. 2. Program Development:. Types of assignments in this area could include: a. Guidelines that outline the steps to a process such as opening a renovated space or orienting a new member so that a consistent approach to the process occurs along a timeline; b. Algorithms and flow charts to facilitate decision making. c. Case studies to illustrate key training points; d. Breakdown of an extensive process into phases such as design/plan, build, activation, and move with corresponding tasks for each phases; e. Competencies for critical elements of a process that assist with validating the knowledge, skills and abilities of a staff member; and and/or f. Providing information for website content development for OSFM. 3. Project Management/Group Process Skills: The contractor shall services for a group and/or large project that includes the following: a. Demonstrates ability to lead successful meetings (e.g. can articulate key outcomes of kick off to ongoing meetings); b. Understands the developmental stages of teams (e.g., forming, storming, norming, performing, adjourning) and manages group dynamics through each stage. c. Develops project milestones and provides strategies to meet these milestones. i. Develops spreadsheets or databases to track activities and tasks required to meet each milestone; and ii. Monitors milestone schedule and addresses potential or real milestone delays by developing strategies to address the issues. d. Records minutes for meetings that include, but not limited to: Participants, Decisions, Action Items, and Key Highlights/Discussion. Services require detailed computer work with a variety of software programs, including MS WORD, Acrobat, MS Excel, MS ACCESS, PowerPoint and MS Outlook. The work also requires working with the Chief, Office of Space and Facility Management, small work groups, and project teams. This individual requires great interpersonal skills and strong group process and project management qualities. This is a part time position located onsite at the NIH Clinical Center. The contractor will not receive payment for vacation or government holidays. Contractor will not receive extra pay for weekend work. Scheduling shall be made a week in advance and mutually agreed upon between the government Contracting Officer’s Representative and the contractor. The contractor shall perform the tasks described in the facility located in the NIH Clinical Center or via e-mail or internet connections as dictated by the Contracting Officer’s Representative and mutually agreed upon by Contractor. Quotation Instructions The contractor shall provide at least one (1) example of developing an orientation and/or training manual. The contractor shall provide at least two (2) examples of being responsible for a group and/or large project (reference Project Management/Group Process Skills.) PERIOD OF PERFORMANCE: Base Performance Period: one year and up to four one-year option period(s) pursuant to FAR 52.217-9. PRICING AND SCHEDULING: Labor Hours: The services required involve periods of up to 25 hours/week. Offerors are to assume 1,000 hours for the base year and option periods of performance for proposal purposes. Evaluation Criteria: 1. Understanding the Objective 20 points The offeror’s proposal is identify similar experience in program development and project management. The proposal shall include sufficient information to demonstrate previous effectiveness in each of the categories of work identified in the statement of work. 2. Personnel Experience 45 points The offeror’s proposal must provide resume and details which specifically address the skills, level and experience contained in the statement of work. The proposal shall include examples of such work (no more than 3 for each area-Writing, Program Development and Project Management/Group Process Skills.) 3. Past performance 10 points – up to 3 references of similar works or projects 3. Price 25 points Price is to be evaluated on a best value basis considering market conditions. The following provisions and clauses apply: FAR 52.212-1-Instructions to Offerors/Commercial; FAR 52.212-2-Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4; 52.217-9 — Option to Extend the Term of the Contract; FAR 52.219-6 — Notice of Total Small Business Set-Aside Contract Terms and conditions. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to this notice no later than 12/13/2013 Eastern Standard Time 2:00 p.m to Daytona.philpottts@nih.gov. Questions regarding the solicitation must be received by 2 pm EST 12/10/2013 to Daytona.Philpotts.@nih.gov . Set-Aside: Total Small Business Place of Performance: NIH Campus 9000 Rockville Pike NIH Clinical Center Bethesda, MD 20892 US URL:https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ120413/listing.html OutreachSystems Article Number: 131206/PROCURE/0067 Matching Key Words: writ*; technical; standard; operating; procedure?; 


National Capital Planning Commission, Office of Administration, Budget and Finance Section, 401 Ninth Street, NW, Suite 500 North, Washington DC 20004 NCPC_newlogoR — Request for Quotations – Financial and Accounting Services NCPC-14-01 010614 Deborah Young, Administrative Officer, Phone 2024827228, Email deborah.young@ncpc.gov – Barry S. Socks, Contracting Officer, Phone 202-482-7209, Fax 202-501-2550, Email barry.socks@ncpc.gov       REQUEST FOR QUOTATIONS FINANCIAL AND ACCOUNTING SERVICES SCOPE OF WORK •1.       PURPOSE This is a Request for Quotations (RFQ) for professional financial and accounting services at the National Capital Planning Commission, 401 9 th Street, NW, Suite 500 North, Washington, DC, 20004.   As a result of this solicitation, the Government intends to award a single firm-fixed price contract for commercial services to the Contractor whose quotation conforms to the solicitation, meets the Government’s requirements, and represents the overall best value to NCPC.   The term of the contract will be a one-year base contract with two one-year options for a total term, if all options are exercised, of 3 years.   The designated NAICS Code is 541219. •2.       BACKGROUND The National Capital Planning Commission (NCPC) has a need to retain the expert services of an accounting and management consulting firm to assist the Commission with preparation, submission, and execution of the budget, financial management compliance, and strategic planning and reporting in accordance with the GPRA Modernization Act of 2010.   This includes, but is not limited to : 1) preparation and submission of monthly, quarterly, and annual financial management reports as required by applicable federal government statutes and regulations;2) budgetary and proprietary transaction entry in NCPC’s financial system of record, FreeBalance Financials, both manual and through the open interface in accordance with Federal Accounting Standards, the Treasury Financial Manual, and the Standard General Ledger; 3) information extraction from FreeBalance Financials for internal management reports, budgetary and financial management submissions to U.S. Federal budget and financial management oversight agencies and Congress, and maintenance of custom automated internal and external management reports; 4) the configuration, customization, and maintenance of FreeBalance Financials to meet NCPC’s unique requirements and capture the financial data necessary to meet U.S. Federal financial management requirements; 5) developing, implementing, and maintaining budget, accounting, and financial management and other administrative policies and procedures; 6) the budgetary process, including the preparation of budget submissions, apportionments and reapportionments, the P&F, Office of Management and Budget (OMB) data calls and other MAX submissions, execution of the NCPC’s annual budget; and 7) audit support.   These efforts will require expert knowledge of federal accounting, budget and financial management requirements; significant knowledge of NCPC’s current accounting, budget, and procurement practices and systems; as well as expert knowledge of FreeBalance Financials and NCPC’s application of FreeBalance Financials. •3.       OVERVIEW NCPC is a small federal agency comprised of fewer than 40 full-time employees.   The financial and accounting function is organizationally located within NCPC’s Office of Administration. SCOPE AND DELIVERABLES The scope of this contract is to provide qualified staff to support the Commission’s accounting, budget and financial management infrastructure , in support of compliance with Federal Accounting Standards (FAS), the Treasury Financial Manual (TFM), U.S. Standard General Ledger (SGL), OMB Circular A-11, OMB Circular A-136, and other Federal budget and financial management requirements. The contractor shall provide the following support: •3.1.    Development and Implementation of Accounting, Budget, Accounting, and Financial Management Policies and Procedures in support of compliance to all applicable Federal legislation and guidance. Task(s): •§   Advise agency on the development, implementation, and maintenance of policies and procedures that satisfy NCPC’s statutory requirements; and •§   Develop Standard Operating Procedures for accounting, budget, and financial management tasks and transactions Deliverable(s): (1) Accounting policies and procedures; (2) Auditable financial statements. •3.2.    Provide Expert Advisory Services to Support the Preparation, Submission, and Execution of the NCPC Budget. Task(s): •§   prepare financial reports and other data to support NCPC budget submissions; •§   Develop and maintain budget submission templates, collect and consolidate budget submission templates, and prepare tables and maintain the budget document; •§   Prepare the P&F and other MAX submissions; •§   Prepare Apportionments and Re-apportionments (SF-132: Apportionment and Reapportionment Schedule) and Treasury Warrant requests; •§   Record all budgetary transactions, budgetary resources, apportionments, and allotments in FreeBalance Financials in accordance with FAS’s, the TFM, and the SGL; •§   Maintain the Allotment Interface •§   Maintain the Management Information System; •§   Prepare and distribute Allotment Advices and other financial reports in support   of Budget Execution Meetings; •§   Prepare Federal Agencies’ Centralized Trial Balance System II (FACTS II) (Pre-closing Adjusted Trial Balances including the SF-133: Budget Execution and Budgetary Resources and the FMS 2108 to report unexpended balances of budget authority) on the submission schedule provided by the Financial Management Service; and •§   Develop and maintain the Governmentwide Treasury Account Symbol Adjusted Trial Balance System (GTAS) submission to the Central Accounting and Reporting System (CARS) during the testing phase and when GTAS is phased out. •§   Assist NCPC to implement the GPRA Modernization Act of 2010, prepare and maintain the Strategic Plan, Annual Performance Plan, Annual Performance Report, and devise methods to track performance data. Deliverable(s): Timely and accurate preparation, submission, and execution of the NCPC budget and all applicable reporting requirements. •3.3.    Provide Expert Consultant Services to Satisfy External Financial Reporting Requirements. Task(s): •§   Process and record transactions listed below in accordance with FAS’s, the TFM, and the SGL and NCPC SOP’s and Policies and Procedures •-      Obligations in FreeBalance Financials; •-      Maintain the Obligation Interface •-      Expenditures: (1) Vendor invoices and IPACs. Payroll, and Expense Accruals in FreeBalance Financials; (2) Prepare, process, and record Payment Batches in FreeBalance and the Treasury Secure Payment System (SPS) pursuant to Prompt Payment Act; •-      Maintain the Payroll Interface •-      Capitalized Asset transactions •-      Revenues: (1) Cash receipts; (2) Accounts Receivable invoices and Reimbursable Agreements •§   Execute Month-End and Year-End Close and maintain the Expenditure Detail Interfaces; and •§   Preparation of the SF-224: Statement of Transactions. Deliverable(s): Timely and accurate accounting records to fully support NCPC’s external financial reporting requirements. •3.4.    Provide Expert Advisory Services to Support the Preparation and Submission of Quarterly and Fiscal Year-End Financial Statements and FACTS I. Task(s): •§   Reconcile monthly Trial Balances and Subsidiary Ledgers in FreeBalance Financials in support of Quarterly and Fiscal Year-End Financial Statements; •§   Prepare Quarterly and Fiscal Year End Financial Statements and Flux Analysis •§   Assist NCPC staff with the preparation of NCPC’s Performance and Accountability Report (PAR) submission and/or Annual Performance Report submissions in compliance with OMB Circular A-11, OMB Circular A-136, and the GPRA Modernization Act of 2010; •§   Prepare and Submit Federal Agencies’ Centralized Trial Balance System I (FACTS I) and Governmentwide Financial Report System (GFRS); •§   Develop and maintain the Governmentwide Treasury Account Symbol Adjusted Trial Balance System (GTAS) submission to the Central Accounting and Reporting System (CARS) during the testing phase and when GTAS is phased out; and •§   Advise and assist NCPC in the preparation of the Management and Discussion & Analysis (MD&A) that accompanies the Fiscal Year-End Financial Statement Submission. Deliverable(s): (1) Production of Quarterly and Fiscal Year-End Financial Statements in accordance with OMB Circular A-136; and (2) FACTS I and/or GTAS. •3.5.    Provide Advisory Services to Promote Efficient Management of Agency Resources. Task(s): •§   Advise and assist in the development of Internal Management Reports (Monthly Financial Report) and other accounting and financial management reports as requested by the Executive Staff; and •§   Advise and assist in the development and dissemination of Internal Management Reports, required by program managers, to efficiently and effectively manage agency programs. Deliverable(s): Financial reports that promote the efficient use of agency resources. •3.6.    Provide FreeBalance Financials Support Task(s): •§   Provide on-the-job training and on-going assistance in transaction processing and information extraction using FreeBalance Financials; •§   Provide on-the-job training and on-going reinforcement of established procedures for “standard” transaction processing; and •§   Develop and implement new procedures as “non-standard” transactions occur. •§   Assist the NCPC FreeBalance Administrator to administer FreeBalance Financials •§   Assist NCPC staff to perform routine upgrades of NCPC’s FreeBalance Financials system Deliverable(s):   (1) Designated staff trained in the use and operation of FreeBalance (2) FreeBalance Financials configured in accordance with NCPC requirements •3.7.    Provide Audit and Financial Management Support Task(s)/Deliverable(s): •§   Evaluate and rank alternative financial systems provided by service centers, in accordance with NCPC requirements, and provide recommendations for alternative financial systems; •§   Preparation and presentation of Quarterly Financial Statements to the Audit/Senior Management Committee •§   Provide on-going support and guidance to justify the financial statements during the year-end audit process; and •§   Preparation of PBC List items, including audit extracts, Audit Schedules, and transaction samples as required by the auditors. •4.       PLACE OF PERFORMANCE The offices of the National Capital Planning Commission are located at 401 9 th Street, NW, Suite 500 North, Washington, DC, 20004. •5.       PERIOD OF PERFORMANCE The period of performance for the base year is February 1, 2014 to January 31, 2015. The period of performance may be extended through option years as determined by the Government. •6.       PRIMARY POINT OF CONTACT AND QUESTIONS Deborah Young Administrative Officer/Contracting Officer Representative National Capital Planning Commission 401 9 th Street, NW, Suite 500 North Washington, DC   20004 bizops@ncpc.gov  Phone:   202-482-7228 Fax:   202-501-2575 •7.       QUOTATION SUBMISSION Each potential contractor must submit a written cost and technical quotation for this Scope of Work (SOW) by 5:00 pm, January 6, 2014.   The quotation must include a detailed firm-fixed price estimate to perform the services identified in the statement of work for the base year and each option year.   Quotations may be submitted via electronic mail, facsimile, or hand-delivered to the Contracting Officer at the address identified in Section 7 of this document. The following information must be printed on the cover page of the quotation: 1) Solicitation Number: NCPC-14-01; 2) Due Date: January 6, 2014 3) Closing Time: 5:00 pm EST. All quotations become the property of the National Capital Planning Commission and will not be returned. Proposals must include the following: Past Performance Record : The offeror shall identify three (3) government contracts/task orders that demonstrate recent and relevant performance.   “Recent” is defined as within the last three (3) years.   “Relevant” is defined as work similar in complexity and magnitude to work and the work environment identified in this SOW.   The NCPC is especially interested in past performance as it relates to delivery of products and services to small federal agencies.   If an offeror determines it has no past performance data, it shall provide the following statement in lieu of the information requested:   “(Insert offeror name) has determined that they possess no relevant past performance information in accordance with this RFQ.” For each past performance contract identified, the Offeror shall provide: •§   Government Agency •§   Government Agency Size (number of full-time employees) •§   Project Title •§   Description of the Project •§   Contract/Task Order Number and Amount •§   Length of contract •§   Period of performance (dates) •§   COR, address, phone number and email address •§   Contracting Officer, address, telephone number and email address •§   Current status, e.g. completed and/or in progress, start and estimated completion dates •§   Quality of Past Performance narrative including a discussion of actual performance under each contract listed, including problems encountered; how they were resolved; the timeliness of deliverables required; how costs were controlled; business relationships; management of key personnel; and, any other areas deemed necessary to provide insight into actual performance issues •§   A brief narrative of why the offeror believes this reference is relevant to application in a small federal agency. •8.       EVALUATION CRITERIA The NCPC intends to make a single award to the responsive and responsible firm whose quote is most advantageous to the NCPC, price and non-price related factors considered.   Proposals will be evaluated based on the following criteria: •8.1.    The NCPC will evaluate the offeror’s past performance record, including how this performance would best meet the needs of a small federal agency.   Sub-factors for evaluation are: •§   Quality : Determine whether the offeror has consistently demonstrated a commitment to delivering quality products or services. •§   Timeliness : Determine whether offeror has consistently demonstrated a commitment to timeliness of performance. •§   Cost-control : Determine whether the offeror has consistently demonstrated commitment to cost control. •§   Business relationships :   Determine whether offeror has consistently demonstrated commitment to good business relationships with their clients. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances.   It will not be based upon absolute standards of acceptable performance.   If no performance record has been identified, the offeror will not be evaluated favorably or unfavorably and will receive a neutral rating on this factor. Each offeror must provide the past performance information requested or affirmatively state that it possesses no past performance record. •8.2.    Qualifications, certifications, and experience for satisfactory performance of required services using the agency’s current financial system (FreeBalance Financials). •8.3.    Price – Price reasonableness will be determined through price analysis, in accordance with FAR 15.402.   The NCPC will utilize a comparison of proposed prices received in response to the solicitation.   The proposed price between offers with equal technical and past performance rating will be a major factor in the selection of a proposal for award. •8.4.    Small Business Classification All evaluation factors other than cost or price, when combined are approximately equal to cost or price. •9.       QUOTATION STATEMENT: Quotes must include the following: •·          Quotes/offers must include a brief statement addressing each of the selection criteria specified in the Evaluation section of this solicitation. Quotes/offers must include a detailed firm-fixed price estimate to perform the services for the base year and each option year. Quotes/offerors must provide a clear and legible Tax Identification Number and Data Universal Numbering System (DUNS) Number. Quotes/offers must be delivered by 5:00 pm Eastern Standard Time on January 6, 2014. OutreachSystems Article Number: 131206/PROCURE/0068 Matching Key Words: writ*; technical; standard; operating; procedure?; 

FedBizOpps – Awards

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 431 Battlefield Memorial Highway, Bldg S-14, Richmond, KY 40475 R–OPTION – ISO 9001:2008 Recertification Audits W22G1F318301CJ-01 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W22G1F-14-P-0015 $36,152.99 121713 ALL GOVERNMENT AND MILITARY CERTIFICATION SYSTEMS, INC. [DUNS: 078543087],Department of the Army 1200 G Street NW,Washington DC 20005 No Description Provided URL: https://www.fbo.gov/notices/a2f33683ad94b312f308c138c782e092 OutreachSystems Article Number: 131218/AWARDS/0543 Matching Key Words: age:state!ky;  Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime – BSM, DEFENSE LOGISTICS AGENCY, LOGISTICS OPERATIONS, DEFENSE SUPPLY CENTER COLUMBUS, P O BOX 3990, COLUMBUS, OH, 43218-3990 Defense_Logistics_Agency00– SEE BLOCK 6 OF AWARD DOCUMENT SPM1C114D1002 $100,000.00 112113 PATRIOT INDUSTRIES, INC. DBA-1SFM6 PATRIOT INDUSTRIES, INC. DBA 100 QUALITY DR MONTICELLO KY 42633-0000 US No Description Provided URL: https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/Awards/SPM1C114D1002.html OutreachSystems Article Number: 131217/AWARDS/0567 Matching Key Words: state!ky;  Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422 R–DATA ANALYSIS FOR ARTIFICIAL INTELLIGENCE VA24513R0025 DELTERINE MICKEY VA MEDICAL CENTER CONTRACTING OFFICE Contract Specialist VA245-13-C-0087 $199,869.84 093013 GREEN TECHNOLOGY GROUP, LLC, THE;10619 CANTERBERRY RD;FAIRFAX STATION;VA;220391921 VISN 5 VA DC STATEMENT OF WORK 1. GENERAL: This is a non-personal services requirement to provide (a) data analysis and (b) improvement facilitation. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the ContractorVA who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform data analysis and improvement facilitation as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: This request is based on a System Redesign project funded in 2010 and titled “Enhancing the center and culture for performance excellence at the Washington, DC VAMC”. Most of the tasks in this funding initiative have been completed in 2011. The remaining tasks are the focus on this contract. The Washington, DC VA Medical Center (DCVAMC) is committed to being the “Flagship of VA Healthcare.” As the flagship, the medical center is a model site for innovation, continuous quality improvement, and patient safety. DCVAMC has a systematic approach to improving performance. Senior leaders regularly review a comprehensive set of performance measures. In addition to regular Baldridge assessments, a Performance Measure Matrix (PMM) is used to measure and report our ongoing performance of critical processes leading to organizational success. This also monitors comparisons to VA and non-VA hospitals to monitor targets set by VHA, VISN5 and the facility. We use these reviews and third party assessments to identify opportunities for improvement. The DCVAMC Leadership Team guides the organization, plans for long-term sustainability, ensures effective self-governance, reviews performance, and creates a nurturing culture for operational excellence through the DCVAMC leadership system. This system focuses on balancing the needs of all stakeholders and establishes the foundation for overall leadership excellence in setting and deploying DCVAMC mission, vision, and values. Senior leaders serve as strong role models as they implement the leadership system to set organization-wide direction in accordance with the vision, mission and values. Performance and quality improvement initiatives have been a major focus at the DCVAMC. Different models of improvement have been tried. DCVAMC will focus on the Lean model. The current infrastructure does not fully promulgate effective execution of performance or change activities, resulting in inefficiency of process, delays in organizational learning, and waste of resources. Although there is currently a Center for Performance Management that exists at the DCVAMC, its ability to enhance organizational performance and promote innovation or creativity is limited due to the lack of availability of dedicated personnel to Lean initiatives and expertise in analysis of large data driven from CPRS. As a part of the Patient Flow Collaborative, the DCVAMC was offered the option to participate in the second phase of the Bed Management System (BMS) roll out. We are currently in the process of planning for the implementation of this new software. The successful implementation of this software necessitates the redesign of the way we currently coordinate inpatient flow activities. This is the second area of focus in our proposal. By developing an Inpatient Center to focus on these activities, the DCVAMC will continue to improve on delivering patient-centered care by focusing on streamlining the admissions through discharge process to serve our Veteran patients better. The current VISN 5 network’s enabling strategic goal is to deliver world-class service to veterans and their families by applying sound business principles that result in effective management of people, communications, technology, and governance. This contract for improvement through system redesign and Lean projects will help our facility achieve this strategic goal. This will be exemplified with the successful implementation of our proposed redesign project. 1.3 Objectives: The overall strategic plan for further enhancing DCVAMC’s commitment to innovative performance improvement activities is divided into two areas: 1) support for enhancing our current Center for Performance Management through analysis of data from CPRS and from Veteran Administration Informatics and Computing Infrastructure (VINCI), 2) the facilitation of Lean projects to improve care using data available through previous step. 1.4 Scope: The contractor shall provide two services: data analysis and improvement facilitation. These services are described in the following: ” Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components: o Classification of text in Hospice Consults notes within CPRS for patients in DC VA o Examination of methods of measuring severity of illness based on claims data and laboratory findings. o Examination of reason for readmission within 30 days. o Examination of trajectory to death for severely ill patients o Examination of clinical visits that could have been avoided through telemedicine or other remote contacts ” Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken: o Description of the extent of the problem using patient outcomes. o Training of clinicians/managers within VA in Lean improvement efforts. o Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes. 1.5 Period of Performance: The period of performance shall be for one year. 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Within 30 days after contract award, three copies of a comprehensive writtenQCP shall be submitted to the KO and COR, within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer’s acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that 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 rate(s). The government’s evaluation is focused on deliverable milestones. 1.6.3 Recognized Holidays: The contractor is not required to perform services during holidays which include: New Year’s Day Labor Day Martin Luther King Jr.’s Birthday Columbus Day President’s Day Veteran’s Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:30 to 5:30 Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at DCVAMC or using Telework provisions at DCVAMC. 1.6.6 Type of Contract: The government will award a firm fixed price contract. 1.6.7 Security Requirements: Must maintain the level of security required by the contract for the life of the contract. The security requirements are in accordance with the DD254 as issued by DCVAMC. 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.8 Special Qualifications: The contractor is responsible for ensuring all employees possess and maintain current Information Security levels. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Doctor Janusz Wojtusiak. The contractor shall provide a contract manager capable of data analysis who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer and could be Doctor Janusz Wojtusiak. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:30 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: The key personnel and the contract manager and alternate must have (1) terminal degrees (Ph.D. or MD), (2) a history of at least 2 publications in areas directly relevant to the project, and (3) have at least 5 or more years of data mining experience or quality improvement efforts. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contract personnel are not required to obtain and wear badges in the performance of this service. 1.6.14 Other Direct Costs: This category includes reproduction and publishing costs, shipping expenses associated with training activities and visits to contractor facilities. It could also entail the renting of suitable training venues. 1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17 PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the 30 day phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date. ACOR Alternate Contracting Officer’s Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer’s Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide (a) data servers, (b) Telework software, (c) in some instances loaned computers, (d) data that cannot be taken out of VA, and (e) personnel to assist with these services. 3.2 Facilities: The Government will provide computing and training facilities for the personnel to work from. These facilities could be arranged through Telework. If in person, the facility will include work space, desk, communication equipment, and other items necessary to maintain an office environment. 3.3 Utilities: The Government will provide all utilities in the VA facility provided to the contractor. All work shall be done on government computers or through Telework. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4 Equipment: The Government will provide computers for Telework, if these are conducive to completion of the contract. 3.5 Materials: The Government will provide Standard Operating Procedures and Policies. 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 5. Specific Tasks: 5.1. Basic Services. 5.1.1. Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components: ” Classification of text in Hospice Consults notes within CPRS for patients in DC VA. The analysis should describe the nature of consults, the recommended decision, the percentage of times the patient followed the consult, the frequency with which hospice patients were readmitted to the hospital and the factors that increase the need for hospice consults. ” Examination of methods of measuring severity of illness based on claims data and laboratory findings. The effort should statistically compare the performance of established laboratory based key clinical findings to claims based severity/prognostic indicators. ” Examination of reason for readmission within 30 days. The effort should analyze the factors that contribute to readmission and assess the probability of readmission at discharge. The effort should lead to design of an alert system within CPRS to inform discharge planners of unusual discharge requirements to prevent readmissions. ” Examination of trajectory to death for severely ill patients. The project should examine 12 months prior to death and classify patients in groups that have distinct trajectory to death. ” Examination of clinical visits that could have been avoided through telemedicine or other remote contacts. The project shall identify factors that could lead to increased access to appointments for primary or specialist care patients. 5.1.2. Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken: ” Description of the extent of the problem using patient outcomes. The project shall rely on VA employee’s description of problems and confirm these problems through analysis of CPRS data. ” Training of clinicians/managers within VA in Lean improvement efforts. The project shall provide clinicians/managers with continuing education or university credits. It shall assist participating clinicians/managers in understanding how to proceed with Lean projects. ” Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes. For each project, the facilitator shall meet with VA employees individually before group meeting and as a group during scheduled times to solicit their suggestions for change. The procedures to follow should include Lean procedures. 5.1.3. Preparation of manuscripts. The contractor shall conduct literature review and prepare the following manuscripts: 1. Paper on use of Hospice in VA 2. Paper on accuracy of methods for predicting patient’s prognosis 3. Paper on reasons for readmission within 30 days for one index disease 4. Paper on trajectory of illness for one group of patients 5. Paper on clinical Lean procedures with examples from lessons learned at VA 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. 6.2. Preparation of papers and submission of papers for publication shall follow the DC VA approval requirements and the target journal format and procedures. URL: https://www.fbo.gov/spg/VA/VACNAC/VACNAC/Awards/VA245-13-C-0087.html OutreachSystems Article Number: 131213/AWARDS/0671 Matching Key Words: writ*; copy; technical; standard; operating; procedure?;  Department of Commerce, U. S. Census Bureau, Acquisition Division, 1201 East 10th Street Jeffersonville IN 47130 600px-US-DeptOfCommerce-Seal.svgU — Technical Writing Customized Training BEA-13-00083 Tanisha Contee, Contract Specialist, Phone 301-763-4129, Email tanisha.l.contee@census.gov YA1321-13-0257 $25,099.00 092013 Strategic Partners, Inc., Bells Mill Road, Potomac, MD 20854 US URL: https://www.fbo.gov/spg/DOC/CB/JeffersonvilleIN/BEA-13-00083/listing.html OutreachSystems Article Number: 131207/AWARDS/0408 Matching Key Words: writ*; technical; 

FedBizOpps – Surplus

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598 99 — Sale of Scrap Ammunition Containers QRP14-0012 121313 Bridgette Caico, Sales, Shipping and Receiving Clerk, Phone 5026245026, Fax 5026245672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for non-exclusive sale of scrap ammunition containers. This is a one time sale. Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date andDepartment of the Army enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is13 Dec 2013 at 2pm Eastern Standard Time. Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome. The contract performance location is bldg 2962 Frasier Rd. Fort Knox Ky 40121 Bridgette Caico Shipping, Sales, and Receiving Clerk Fort Knox Qualified Recycle Program Phone- 502-624-5026 Fax- 502-624-5672 Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox, KY 401 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0012/listing.html OutreachSystems Article Number: 131206/SURPLUS/0928 Matching Key Words: state!ky; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net R — Standard Energy Efficiency Data (SEED) Platform Op SOL DE-SOL-0006397 Description THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number DE-SOL-0006397 is issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 with a small business size standard of $14.0. This requirement is being procured as a Small Business set-aside. The Department of Energy (DOE) Golden Field Office (GFO) Acquisition Division intends to procure a Standard Energy Efficiency Data (SEED) Platform Open Source Software Deployment Business Plan in accordance with the attached Performance Work Statement dated December 2, 2013. LINE ITEM DESCRIPTION 00001 SEED Business Plan This line item is firm-fixed-price. 00002 Travel Cost reimbursable travel associated with performance during the base period, if applicable. NO PROFIT OR FEE IS ALLOWED ON TRAVEL. The Not-to-Exceed (NTE) amount for travel during the base period is $2,500. The Period of Performance will be one (1) three (3) month base period as follows: December 27, 2013 ? March 26, 2014 PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed athttp://acquisition.gov/comp/far/index.html. Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. Clauses 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 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 52.212-4 Contract Terms and Conditions – Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items 52.217-8 Option to Extend Services 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.227-16 Additional Data Requirements 52.227-17 Rights in Data – Special Works 52.232-33 Payment by Electronic Funds Transfer? System for Award Management Department of Energy Acquisition Regulation (DEAR) Clauses 952.202-1 Definitions 952.208-70 Printing Other Contract Clauses 1. Alternative Dispute Resolution (ADR) a) The DOE and the Contractor both recognize that methods for fair and efficient resolution of significant disputes are essential to the successful and timely achievement of critical milestones and completion of all Contract requirements. Accordingly, the parties agree that in the event of a dispute to jointly select a ‘standing neutral.’ The standing neutral will be available to help resolve disputes as they arise. Such standing neutral can be an individual, a board comprised of three independent experts, or a company with specific expertise in the Contract area. If a standing neutral cannot be agreed upon, the DOE Office of Dispute Resolution will make a selection. Specific joint ADR processes shall be developed. b) The parties agree the following provision may be invoked for significant disputes upon mutual agreement of the DOE and the Contractor: 1) DOE and the Contractor shall use their best efforts to informally resolve any dispute, claim, question, or disagreement by consulting and negotiating with each other in good faith, recognizing their mutual interests, and attempting to reach a just and equitable solution satisfactory to both parties. If any agreement cannot be reached through informal negotiations within 30 days after the start of negotiations, then such disagreement shall be referred to the standing neutral, pursuant to the jointly-developed ADR procedures. 2) The standing neutral will not render a decision, but will assist the parties in reaching a mutually satisfactory agreement. In the event the parties are unable after 30 days to reach such an agreement, either party may request, and the standing neutral will render, a non-binding advisory opinion. Such opinion shall not be admissible in evidence in any subsequent proceedings. c) If one party to this Contract requests the use of the process set forth in Paragraphs b(1) and b(2) of this clause and the other party disagrees, the party disagreeing must express its position in writing to the other party. On any such occasion, if the party requesting the above process wishes to file a claim they may precede in accordance with , FAR 52.233-1 Disputes or FAR 52.233-1 Disputes Alternate I. 2. Billing Instructions – ALT I Contractors will submit vouchers electronically through the Oak Ridge Financial Service Center?s (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allow vendors to submit vouchers, attach supporting documentation and check the payment status of any voucher submitted to the DOE. Submitting electronically provides benefits to vendors by: Reducing the cost of paper and postage Allowing supporting documentation to be attached and routed with the voucher to program and approving officials Immediately interfacing vouchers to DOE?s accounting system saving several days of mail and manual processing time Facilitating the prompt payment of vouchers To obtain access to and use VIPERS, please visit the web page at https://vipers.oro.doe.gov. Detailed instructions on how to enroll and use the system are provided on theweb page. Please do not send a paper copy of a voucher that has been submitted electronically. Addendum to 52.212-4(g): Contractor shall submit electronic invoices to VIPERS as specified in the Billing Instructions. A Standard Form (SF) 1034 format is provided at Attachment 4. Please do not submit a paper copy S F1034 after entering the form electronically. Supporting documentation for each invoice shall include copies of receipts when requesting Travel reimbursement in accordance with the Federal Travel Regulations (FTR). 3. Government Records The Contractor and its subcontractors shall not disclose any information or data that is proprietary to the Government. All such information or data is reserved exclusively for use between the Government and the Contractor, including employees of the Contractor’s firm. When deemed appropriate, the Government may authorize the release of certain information or data necessary for use by the Contractor in performance of task order work, and in such cases specific written authorization must be given in advance. Such data so released shall not be further disseminated and shall not be considered released into the public domain. The Contractor must ensure that this is included in all tiers of subcontracts. 4. Lobbying Restriction Energy and Water Development and Related Agencies Appropriations Act, 2008 The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. 5. Quality Control The Contractor is responsible for assuring the quality of its performance and that the work performed under the contract conforms to all contract requirements. While a formal Contractor Quality Control Plan is not required, the Contractor shall maintain a file of all quality control inspections, results, dates and details of corrective actions taken by the Contractor through the term of this contract. The file shall be the property of the Government and made available to the Technical Monitor (TM) during regular business hours. The file shall be turned over to the TM fifteen (15) business days prior to the completion of the contract or immediately upon notification of termination. The Government reserves the right to request the Contractor to provide corrective action plans in the event of Government concerns of Contractor delays in performance or deficient work product. 6. Travel The contractor shall travel to the minimum extent necessary to meet the objectives of the Performance Work Statement. The contractor is cautioned to keep travel cost to a minimum and to use time and cost-saving tools such as conference calls or videoconferencing to the maximum extent practicable. Contractor employees traveling to the same conference, meeting, or other such event shall consolidate the use of any car rentals with each other and with Government employees. Travel costs do not include expenses incurred in commuting to and from work and associated parking fees. Mileage expenses to and from locations other than the normal place of work that are within the normal commuting distance to and from a person?s workplace and associated parking fees in the normal amount paid per day are not considered reimbursable travel costs. Certain travel arrangements require specific authorization or prior approval in accordance with the Federal Travel Regulation (FTR). All travel must be fully funded prior to any travel costs being incurred or actual travel occurring. The contractor shall keep documentation to establish the reasonableness of travel costs to include comparison quotes for airline, hotel, and other related transportation (e.g. rental car) and shall provide this documentation to the Contracting Officer upon request. If travel is performed, travel and per diem will be reimbursed in accordance with the Federal Acquisition Regulation (FAR) Part 31 and the FTR in effect at the time of the travel. Travel payments will be made in accordance with the FTR based on 41 CFR 300-304 which implements statutory requirements and Executive branch policies for travel by Federal civilian employees and others authorized to travel at Government cost. For travel per diem rates or additional information regarding travel requirements see http://www.gsa.gov/federaltravelregulation. Contractor shall maintain receipts for the time periods specified and submit receipts with claim for reimbursement as stated in the FTR. ATTACHMENTS 1) Performance Work Statement 2) SEED Platform Performance Features 3) SEED Platform Overview 4) SF1034 Format Attachments can be found at http://www.fedconnect.net. QUOTATION PREPARATION 1) Offerors shall provide one (1) copy of a quotation which addresses all line items 2) Quotations shall not exceed 25 pages 3) Quotations shall include the individuals authorized to negotiate the resulting purchase order on behalf of the Contractor. The Contractor shall notify the CO in writing within three (3) business days as changes are made to the foregoing persons authorized to negotiate under this purchase order. 3) This solicitation does not commit the Government to pay any costs incurred in the submission of any quotation, or in making necessary studies or designs for the preparation thereof or for acquiring or contracting for any services relating thereto. 7) This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. 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. INQUIRIES Questions concerning this solicitation shall be submitted via FedConnect no later than 2pm Eastern Standard Time on December 10, 2013. Any responses to questions will be addressed in an amendment to the solicitation. Offerors are encouraged to periodically check FedConnect to ascertain the status of any answers to questions, as hard copies will not be distributed. Requests shall include complete company name, address, and telephone number. E-MAIL, FAX AND PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. EVALUATION CRITERIA 1) Technical Capability 2) Past Performance 3) Price Technical Capability: The Offeror shall submit a narrative detailing its approach to providing the full range of services described in the PWS. The narrative shall also address how the contractor has satisfied its customers in the past and complied with applicable laws and regulations which may include the ability to meet contract requirements, good workmanship, quality, timeliness, responsiveness to customers and maintaining business relations as well as their ability to manage and document contract performance, costs and delivery schedules. Past Performance: Past performance information demonstrates how well the Offeror has satisfied its customers in the past. The Offeror shall provide the three (3) most relevant references for services or projects performed within the last 3 years and of the same or similar services, size, scope, and complexity. All contact information for the references shall be current. References that include contact information that is not current will not be considered. Offerors with no past performance history shall state so in the narrative. Government evaluators may avail themselves of various federal, state, and local past performance databases including, but not limited to, Past Performance Information Retrieval System (PPIRS) and Contractor Performance Assessment Reporting System (CPARS). Government evaluators reserve the right to contact any of the provided references to solicit additional information or clarification regarding the offeror?s past performance. Additionally, evaluator knowledge of your particular past performance may be utilized. Price: The Government will evaluate the reasonableness of the quoted price for the purchase order. As part of the quote submitted, Offerors shall propose labor categories and complete labor rate pricing information. Hourly rate pricing shall be fully burdened, inclusive of all wages, overheads including fringe benefits, general and administrative, and profit. Labor categories subject to the Service Contract Act (SCA) shall be clearly identified. DOE intends to award one purchase order to the responsible offeror whose quote is responsive to the solicitation and determined to be the best value to the Government. The Government will assess and make tradeoffs based on what the differences between or among competing technical capability quotes might mean in terms of anticipated performance and what the evaluated price premium may be to take advantage of any difference. DUE DATE AND RESPONSE INFORMATION Submission of quotes shall only be accepted through the FedConnect Response section. No email or hard copies will be accepted or considered. Information regarding how to submit offers via FedConnect can be found at http://www.fedconnect.net. For questions regarding FedConnect, contact FedConnect at support@FedConnect.net or by phone at 1-800-518-4726. Files submitted in response to the solicitations shall be identified as ?DE-SOL-0006397?. Quotes shall be received no later than 2pm Eastern Standard Time on December 13, 2013. Overview Reference number: DE-SOL-0006397 Issue date: 12/05/2013 Response due: 12/13/2013 02:00 PM ET Set Aside: Total Small Business NAICS: 541611-Administrative Management and General Management Consulting Services PSC / FSC: R415-SUPPORT- PROFESSIONAL: TECHNOLOGY SHARING/UTILIZAT Agency: DOE Contracting office: Golden Field Office U.S. Department of Energy Golden Field Office 15013 Denver West Parkway Golden, CO 80401 Place of Performance: Contact: Krista Weiland Phone: Fax: Email: krista.weiland@go.doe.gov Vendors conference:Location: Details: For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131206/SMALL/4768 Matching Key Words: video*; produc*; conference?; web; page?; business*; documentation; event?; distribut*; instruct*; commercial?; 

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 – KENTUCKY REVERSE AUCTION SERVICES RFP : 1400000123 Offi SOL KENTUCKY REVERSE AUCTION SERVICES RFP : 1400000123 Office Of The Controller Published On : 12/16/13 Amended On : Closing On : 1/14/14 1:30 PM EST Time Left: 28 Days, 02:38:02 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131218/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 – TissueAttachment SOL UK-1326-14 TissueAttachment Due Date: 1-10-14 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131217/BID/0206 Matching Key Words: age:state!ky; state!ky;  Utah – Legal Notices http://www.utahlegals.com/ A service provided by Utah Press Association that consolidates public notices published in more than 35 newspapers across the state of Utah. R – REQUEST FOR PROPOSAL VIDEO PRODUCTION DESCRIPTION OF WORK: Centra SOL REQUEST FOR PROPOSALS VIDEO PRODUCTION DESCRIPTION OF WORK: Central Utah Water Conservancy District (the “District”) is accepting proposals to produce a series of short videos highlighting the District’s current and upcoming projects and facilities. The District is planning to have a series of videos created to increase public education and community outreach. The District would like to highlight current and ongoing projects, educate the public on the importance of water conservation to reach our goal of decreased per capit. READ MORE For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131216/BID/0210 Matching Key Words: video*; produc*; education*; produce?; 


Utah – Legal Notices http://www.utahlegals.com/ A service provided by Utah Press Association that consolidates public notices published in more than 35 newspapers across the state of Utah. R – Request for Proposals Video Production DESCRIPTION OF WORK: Cent SOL Request for Proposals Video Production DESCRIPTION OF WORK: Central Utah Water Conservancy District (the “District”) is accepting proposals to produce a series of short videos highlighting the District’s current and upcoming projects and facilities. The District is planning to have a series of videos created to increase public education and community outreach. The District would like to highlight current and ongoing projects, educate the public on the importance of water conservation to reach our goal of decreased per capita water use of 25% by 2025 and have the ability to e. READ MORE For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131216/BID/0211 Matching Key Words: video*; produc*; education*; produce?; production?;  Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com R – Development of Training Videos for WIC Clients: Electric Benefit Card SOL null Document Title: Development of Training Videos for WIC Clients: Electric Benefit Card Document Status: OPEN Version: 00000 Estimated Value  (US$): 20,000.00 Estimated Units: Not Available Open Date: 12/10/2013 11:58AM Close Date: 12/30/2013 03:00PM Last Changed Date:   Comm-PASS Category: Professional Services / HUMAN RESOURCES-Marketing Issuing Organization: Department of Public Health / Department of Public Health Procurement Type: Restricted To Use By Issuing Entity Only Applicable Procurement Law: MGL c. 7, 22; c. 30, 51, 52; 801 CMR 21.00 For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Description: *This RFQ is open to vendors on contract through PRF50. Responses received from non PRF50 vendors will not be reviewed.* The purpose is to engage an experienced and qualified vendor who will develop, create and produce two (2) client videos. The client videos need to be narrated in English and Spanish for WIC clients for the purpose oftraining and promotion of a new WIC Electronic Benefit (EBT) Card. The videos will be used as an educational tool for WIC clients on how to process WIC transactions at grocery stores using their new WIC Card. It is critical that the videos are thoughtfully conceived, well executed and delivered effectively to enhance our message. The selected vendor will be responsible for project management, content development, creative script, finding talent, scouting filming locations, filming, and editing. The vendor will also produce a shortened version of the English and Spanish client videos, for the DPH website. The web videos will need to meet all ADA and EHS accessibility requirements for posting videos on the mass.gov website Related Solicitation Number: PRF50 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131213/BID/0006 Matching Key Words: video*; edit*; produc*; train*; website; web; education*; produce?; filming; 


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 – Neurovascular ProductsAttachment A (.xlsx) SOL UK-1322-14 Neurovascular ProductsAttachment A (.xlsx) Due Date: 1-3-14 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131213/BID/0283 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 – Chloraprep DressingAttachment A (.xls) SOL UK-1325-14 Chloraprep DressingAttachment A (.xls) Due Date: 1-10-14 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131213/BID/0284 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 U – Moot Court Attorney Trainer Services RFP : 1400000106 D SOL Moot Court Attorney Trainer Services RFP : 1400000106 Department Of Criminal Justice Training Published On : 12/6/13 Amended On : Closing On : 1/13/14 4:30 PM EST For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131210/BID/0001 Matching Key Words: age:state!ky; state!ky; 


Missouri – State of Missouri Commodities/Services https://www.moolb.mo.gov/BidList/bidbytype.asp?rtype=commo Harry S Truman Building, 301 West High St., Jefferson City, Missouri 65102 R – BROADCAST VIDEO PRODUCER SERVICES- MISSOURI DEPARTMENT OF CONSE SOL B3Z14122 BROADCAST VIDEO PRODUCER SERVICES- MISSOURI DEPARTMENT OF CONSERVATION Due Date: 12/31/2013 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131210/BID/0445 Matching Key Words: video*; produc*; produce?;  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 – Facilities & Support Services Construction Publis SOL Facilities & Support Services Construction Published On : 11/20/13 Amended On : 11/28/13 Closing On : 1/21/14 2:00 PM EST Time Left: 46 Days, 02:41:27 Open Autopsy Technician Services RFP : 1400000119 Justice – Office Of The Secretary Published On : 12/5/13 Amended On : Closing On : 1/14/14 4:00 PM EST Time Left: 39 Days, 04:41:27 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131207/BID/0015 Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100 76 – 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment B SOL K-0694-14 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment BAddendum 1 Due Date: 12-19-13 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131207/BID/0337 Matching Key Words: age:state!ky; state!ky;  Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100 76 – 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment B SOL K-0694-14 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment B Due Date: 12-19-13 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131205/BID/0245 Matching Key Words: age:state!ky; state!ky;  Texas Public Notices http://tx.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across Texas. R – REQUEST FOR PROPOSALS THE CITY OF HIDALGO (CITY) and theREQUEST SOL REQUEST FOR PROPOSALS THE CITY OF HIDALGO (CITY) and theREQUEST FOR PROPOSALS THE CITY OF HIDALGO (CITY) and the TEXAS MUNICIPAL FACILITIES CORPORATION (TMFC) are soliciting proposals for ELECTRICITY SUPPLY. Awritten copy of the Request for Proposal (RFP) can be obtained from: City of Hidalgo, Purchasing Department, 704 East Texano Drive, Hidalgo, TX 78557. A printed copy of the proposal should be delivered to the same address. The due date for receipt of written proposals for the CITY and the TMFC is 3:00 PM December 11, 2013 at which time they will be opened. Pricing proposals should be emailed by 1:00 PM December 11, 2013 with a reprice at 1:00 PM on December 16, 2013 to: hidalgorfp2014@aol.com with acopy to: sresendez_cityofhidalgo@yahoo.com The CITY and the TMFC reserves the right to accept or reject all or parts of the bids, waive minor technicalities, and award the bid to best serve the interest of the CITY and the TMFC.Click here to view the public notice as it appeared in print.Appeared in: The Monitor on Monday, 12/02/2013 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131203/BID/0486 Matching Key Words: writ*; copy;  Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com T – Photography/Videography Services SOL null Document Title: Photography/Videography Services Document Status: OPEN Version: 00000 Estimated Value (US$): Not Available Estimated Units: Not Available Open Date: 11/26/2013 09:45AM Close Date: 12/16/2013 02:00PM Amendment Deadline: 12/09/2013 12:00PM Last Changed Date: 11/26/2013 09:51AM Comm-PASS Category: Professional Services  / HUMAN RESOURCES-Artists Issuing Organization: Worcester State University ( formerly Worcester State College) / Worcester State University ( formerly Worcester State College) Procurement Type: Restricted To Use By Issuing Entity Only Applicable Procurement Law: Not applicable to this document. For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Description: Provide photographic and videographic services to enhance the website and other media Related Contract Number: Not Available For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131202/BID/0016 Matching Key Words: video*; website; 

Kentucky State Procurement

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 — 2014 SNAP-ED AND EFNED PROMOTIONAL ITEMS SOL K-0694-14 2014 SNAP-Ed and EFNED Promotional ItemsAttachment AAttachment B Due Date: 12-19-13 For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 131206/KY/4594 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: