BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

FedBizOpps – Procurements 

 CONTRIBUTING SOURCE:   Kentucky Procurement Assistance Program

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

R — VOA English Division-News Column Reporter (Embassy) BBG50-R-14-0010 022614 Patrice Abner, Contract Specialist, Phone 2023827837, Email pabner@bbg.gov nbsp;

(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION;Broadcasting Board of Governors PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation is issued as a Request for Proposal  (RFP) to establish a Blank Purchase Agreement (BPA). There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award a Blanket Purchase Agreement. Any resultant Blank Purchase Agreement will be for one year.

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Web Column Reporter (Embassy)-Special Assignments Combination Services  described in the attached Statement of Work (SOW) for the Voice of America’s English Division -Web Service in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(iii) The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000 in average receipts for the past three (3) years. This is 100% total small business set-aside.

(iv) The period of performance will begin on or about March 3, 2014 through  March 2, 2015 (one year from date of award).

(v) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html   Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

(vi) The Government will award a Commercial Item, Firm-Fixed-Price, Blank Purchase Agreement   resulting from this RFP to the responsible offeror(s) whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price.

Proposal Submission:

Interested contractors are required to submit two (2) separate written documents (proposals) to the BBG.

1) Technical Proposal – The Offeror shall provide their resume/Curruliam Vitae that includes work experience, education and specialized training.  The technical Proposal (resume) includes the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

a) Past Performance References   – 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 references with the following information:

(i) reference’s name and address, email and telephone  number of contact person

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

2) Price Proposal :  A price proposal that states the Offeror’s proposed annual Total Price based on the number of assignments   listed in the Statement of Work under the section “Blanket Purchase Agreement Duration and Approximate Assignment Number per Annum” that will be negotiated with the BBG. Total number of assignments per annum is 52.

3) Copy of US Citizenship, work permit, photo ID and/or visa .

4) Copy of active CCR Registration in SAM. https://www.sam.gov

a) In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.

In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.

To ensure consideration for the intended position, please reference the solicitation number on each of your proposals.

The contract labor categories are considered professional labor and creative services and generally exempt from the Service Contract Act.

EVALUATION FACTORS

Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.

Factor #1 – Technical ability to include work experience, education and specialized training

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award

The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal.   The Government may also determine to make no award.

A single offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov .

Written questions must be submitted before  February 21, 2014 at 5PM  (EST)

Responses to questions will be posted by February 24, 2014 .

DEADLINE FOR PROPOSALS: February 26, 2014 at 4PM EST

ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE to: Patrice Abner at pabner@bbg.gov . Proposals are due to Patrice Abner, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237

Set-Aside: Total Small Business Place of Performance: Locations: Various stateside foreign embassies and 330 Independence Ave, SW washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0010/listing.html
OutreachSystems Article Number: 140219/PROCURE/0065
Matching Key Words: naics!711510; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

Department of the ArmyR–Leads Generation/Recruitment Support Services (LGRSS) for the US Army Medical Recruitment Brigade (USAMRB), US Army Recruiting Command (USAREC), Fort Knox, KY 40121 W9124D-14-Q-5033 030714 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation for a firm-fixed-price (FFP) contract with two, one-year option periods. The expected contract period may include a phase-in of 27 February 2015 – 26 March 2016 and base period of 27 March 2015 through 26 February 2016. The purpose of this synopsis is to gather interest, capabilities, and past performance (i.e., relevant and recent) of interested vendors capable of supporting an acquisition for LGRSS for the USAMRB, USAREC, Fort Knox, KY 40121.

BACKGROUND: Bringing quality young men and women into the Army – people who will complete their tours of duty and make a contribution to the Nation’s defense – is the objective of USAREC as it goes about the mission of providing the strength for America’s Army.

The USAMRB’s Highlander Brigade recruits highly qualified and motivated healthcare professionals through: aggressive, synchronized marketing campaigns, relentless recruiting operations, and focused, cutting edge training throughout the Brigade’s worldwide footprint in order to provide the US Army with state-of-the-art healthcare and achieve its mission. The USARMB continues as USAREC’s elite recruiting organization focused on mission accomplishment. For example:

Maximizing technological advances and relevant, creative training methods to empower all leaders to be self-adaptive and decisive in the pursuit of understanding and dominating their profession and their market;

Providing the Highlander Brigade with the administrative, operational, and logistical support required to assess new healthcare professionals into the Army Reserves within 90 days.

Fostering an ethical, moral and professionally sound command climate that will produce leaders who possess the interpersonal, conceptual, technical and tactical skills to lead under ambiguous and complex conditions

OBJECTIVES: The LGRSS would include the following: providing all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government; performance of specific tasks and processing and submitting deliverables leading to the commissioning of Army Reserve (AR) medical doctors.

CONTRACTOR MANPOWER REPORTING: Required.
US CITIZENSHIP: Required.
GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES
CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES
THE SERVICE CONTRACT ACT of 1965, as amended (41 U.S.C. 351, et seq.): APPLICABLE.

Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EST-Fort Knox Time), FRIDAY, 7 March 2014: 1. Company’s: name (i.e., legal name to include DBA); Contractor and Government Entity (CAGE) Code as cited within its active profiles in System for Award Management (SAM: https://www.sam.gov) and/or SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include physical location’s county); and point of contact’s full name, title, e-mail address, and telephone number. 2. Company type and socioeconomic factors (e.g., small business data as cited within its active SBA DSBS profile). 3. If the interested vendor is an existing GSA Schedule or Army Enterprise contract holder, include the following: contract number, NAICS Code, and issuing agency’s name. 4. Capabilities Statement. An interested vendor should demonstrate its ability to:

a. Provide all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government as Government-Furnished Property (GFP) and Services.

b. Perform services and produce deliverables for specific tasks such as, but not limited to: Area of Concentration (AOC) for specific medical doctor skill sets; Waiver Process; Lead Generation/Market Penetration; Selection Board Packet Preparation; Selection Board.

c. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than or equal to $2 million per year); nature of work/scope as related to LGRSS; and recency-ongoing services or must have been performed during the past three years. For example:

(1) How many contracts did your company have as the prime contractor for LGR-related support services?

(2) What was the duration of cited contracts?
(2a) For whom (i.e., academic, industry, public, or government groups)?
(2b) What was each contract’s price range (i.e., minimum greater than or equal to $2 million per year)?
(2c) If quality awards received, include title, issuing agency, and date received.
(2d) If certifications are held, include description, date received, and expiration date.
(2e) References for cited examples should include: company’s full, legal name and address; contract number; and point of contact’s name, title, e-mail address, and telephone number).

Questions regarding this notice may be submitted by e-mail to teresa.a.simpson.civ@mail.mil on or before 5 PM (EST-Fort Knox time), TUESDAY, 25 February 2014. Verbal, telephonic, and FAX inquiries will neither be accepted nor answered.

This sources sought notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB) nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose.

Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/1a1db3cc417c4707ab1d3ebe984ea0ed
OutreachSystems Article Number: 140219/PROCURE/0358
Matching Key Words: age:state!ky; state!ky; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Leads Generation/Recruitment Support Services (LGRSS) for the US Army Medical Recruitment Brigade (USAMRB), US Army Recruiting Command (USAREC),Department of the Army Fort Knox, KY 40121 W9124D-14-Q-5033 030714 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox AMD 01: Current Contract #: W9124D-10-C-0044; Current Contractor: MEDIACROSS, INC.

Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation for a firm-fixed-price (FFP) contract with two, one-year option periods. The expected contract period may include a phase-in of 27 February 2015 – 26 March 2016 and base period of 27 March 2015 through 26 February 2016. The purpose of this synopsis is to gather interest, capabilities, and past performance (i.e., relevant and recent) of interested vendors capable of supporting an acquisition for LGRSS for the USAMRB, USAREC, Fort Knox, KY 40121.

BACKGROUND: Bringing quality young men and women into the Army – people who will complete their tours of duty and make a contribution to the Nation’s defense – is the objective of USAREC as it goes about the mission of providing the strength for America’s Army.

The USAMRB’s Highlander Brigade recruits highly qualified and motivated healthcare professionals through: aggressive, synchronized marketing campaigns, relentless recruiting operations, and focused, cutting edge training throughout the Brigade’s worldwide footprint in order to provide the US Army with state-of-the-art healthcare and achieve its mission. The USARMB continues as USAREC’s elite recruiting organization focused on mission accomplishment. For example:

Maximizing technological advances and relevant, creative training methods to empower all leaders to be self-adaptive and decisive in the pursuit of understanding and dominating their profession and their market;

Providing the Highlander Brigade with the administrative, operational, and logistical support required to assess new healthcare professionals into the Army Reserves within 90 days.

Fostering an ethical, moral and professionally sound command climate that will produce leaders who possess the interpersonal, conceptual, technical and tactical skills to lead under ambiguous and complex conditions

OBJECTIVES: The LGRSS would include the following: providing all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government; performance of specific tasks and processing and submitting deliverables leading to the commissioning of Army Reserve (AR) medical doctors.

CONTRACTOR MANPOWER REPORTING: Required.
US CITIZENSHIP: Required.
GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES
CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES
THE SERVICE CONTRACT ACT of 1965, as amended (41 U.S.C. 351, et seq.): APPLICABLE.

Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EST-Fort Knox Time), FRIDAY, 7 March 2014: 1. Company’s: name (i.e., legal name to include DBA); Contractor and Government Entity (CAGE) Code as cited within its active profiles in System for Award Management (SAM: https://www.sam.gov) and/or SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include physical location’s county); and point of contact’s full name, title, e-mail address, and telephone number. 2. Company type and socioeconomic factors (e.g., small business data as cited within its active SBA DSBS profile). 3. If the interested vendor is an existing GSA Schedule or Army Enterprise contract holder, include the following: contract number, NAICS Code, and issuing agency’s name. 4. Capabilities Statement. An interested vendor should demonstrate its ability to:

a. Provide all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government as Government-Furnished Property (GFP) and Services.

b. Perform services and produce deliverables for specific tasks such as, but not limited to: Area of Concentration (AOC) for specific medical doctor skill sets; Waiver Process; Lead Generation/Market Penetration; Selection Board Packet Preparation; Selection Board.

c. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than or equal to $2 million per year); nature of work/scope as related to LGRSS; and recency-ongoing services or must have been performed during the past three years. For example:

(1) How many contracts did your company have as the prime contractor for LGR-related support services?

(2) What was the duration of cited contracts?
(2a) For whom (i.e., academic, industry, public, or government groups)?
(2b) What was each contract’s price range (i.e., minimum greater than or equal to $2 million per year)?
(2c) If quality awards received, include title, issuing agency, and date received.
(2d) If certifications are held, include description, date received, and expiration date.
(2e) References for cited examples should include: company’s full, legal name and address; contract number; and point of contact’s name, title, e-mail address, and telephone number).

Questions regarding this notice may be submitted by e-mail to teresa.a.simpson.civ@mail.mil on or before 5 PM (EST-Fort Knox time), TUESDAY, 25 February 2014. Verbal, telephonic, and FAX inquiries will neither be accepted nor answered.

This sources sought notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB) nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose.

Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/f6124d6334a2bb96d767750f4dee32db
OutreachSystems Article Number: 140219/PROCURE/0441
Matching Key Words: age:state!ky; state!ky; 

Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

600px-US-DeptOfJustice-Seal.svgU — Parenting Program- FCI Edgefield, South Carolina RFQP03031300070 030514 Lori Wehling, Contracting Officer, Phone (972) 352-4525, Fax (972) 352-4545, Email lwehling@bop.gov 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; quotes are being requested and a written solicitation will not be issued.

The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish an indefinite-delivery, requirements type contracts for the provision of a Parenting Program to be rendered for the inmate population incarcerated at the Federal Correctional Institution (FCI) located in Edgefield, South Carolina. FCI Edgefield is a medium security prison housing male inmates. Additionally, FCI Edgefield operates a satellite prison camp that houses minimum security inmates. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at http://www.bop.gov. A description of the services required is attached to this posting and labeled as RFQ Attachment 001 – Description of Requirement.

CONTRACT CLAUSES:
52.252-2 — Clauses Incorporated by Reference (Feb 1998).
This contract incorporates one or more clauses 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. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.
52.212-4 Contract Terms and Conditions–Commercial Items (SEP 2013) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.203-3 Gratuities (APR 1984)
52.203-12 Limitation on Payments To Influence Certain Federal Transactions (OCT 2010)
52.204-4 Printed or Copied Doubled-Sided on Post-Consumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.223-5 Pollution Prevention and Right to Know Information (MAY 2011)
52.224-1 Privacy Act Notification (APR 1984)
52.224-2 Privacy Act (APR 1984)
52.228-5 Insurance – Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury.
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
52.242-13 Bankruptcy (JUL 1995)
52.253-1 Computer Generated Forms (JAN 1991)

The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:
52.216-18 Ordering (OCT 1995) – (a) from the first day of the effective performance period through the last day of the effective performance period
52.216-19 Order Limitations (OCT 1995) – (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days
52.216-21 Requirements (OCT 1995) – (f) after the last day of the effective performance period
52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period
52.217-9 Option to Extend the Term of the Contract (MAR 2000) – prior to expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years.
52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) – beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
52.27-103-72 DOJ Contractor Residency Requirement – BOP (JUN 2004)
52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
Department of Justice Order 2640.2F (NOV 2008)
2852-223-70 Unsafe Conditions due to the Presence of Hazardous Material (JUN 1996)
52.21-603-70 Contracting Officer’s Representative (JUN 2012)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2014) – (b) 1, 4, 6, 7, 10, 14, 23, 26, 28-34, 38, 42, and 48; (c) 1- WD 2005-2135 Revision 14, 2- $21.07 (exclusive of benefits) for occupational code 15090; and 3.

OTHER CONTRACT TERMS AND CONDITIONS:

Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in April 2014.

Performance Period: The periods of performance of the resulting contract shall be Base Year – Effective Date of Award (EDOA) thru 12 months; Option Year 1 – 13 months from EDOA thru 24 months; Option Year 2 – 25 months from EDOA thru 36 months; Option Year 3 – 37 months from EDOA thru 48 months; Option Year 4 – 49 months from EDOA thru 60 months.

The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 5 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCI Edgefield.

Ordering Official: Task orders may be issued only by the Contracting Officer or a warranted Contracting Official from the Contract Administration Office. Orders may be issued orally, faxed, electronically, or via mail.

Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution.

The program manager at FCI Edgefield is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed:

1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage)

By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.

Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for adult education records. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or designee for proper disposition.

Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance.

Pricing Methodology- The contract rate for service will be on a per session basis, where a session is defined as one hour in duration. Pricing shall be inclusive of all charges (i.e., wages, insurance, overhead, profit, etc.). Please note that there will be minimal processing time required to enter the institution that should be reflected in the price quoted.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72.

SOLICITATION PROVISIONS:

52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more 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. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov
52.212-1 Instructions to Offerors – Commercial Items (JUL 2013) tailored to delete paragraphs at c, d, h, and i, as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to “Offer” and “Offeror” are changed to “Quote” and “Quoter” respectively.
52.204-7 System for Award Management (JUL 2013)
52.212-3 Offeror Representations and Certifications – Commercial Items (NOV 2013)
52.217-5 Evaluation of Options (JUL 1990)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications (DEC 2012)
52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534
52.237-1 Site Visit (APR 1984)
Protests Filed Directly with the Department of Justice (JAR 2852.233-70)
Faith-Based and Community- Based Organizations (AUG 2005) – can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.

Common Law Employee Provision (OCT 2003)- The status of contract persons providing these services has been determined to be that of a common law employee, when contract award is made to an individual. Therefore, the following applies: Individuals, other than corporations, shall submit a fully completed W-4, Employees Withholding Allowance Certificate, along with their quotation.

When award is made to an individual, the provision of these services has been determined to meet certain criteria for creating a common law employment relationship. Therefore, the BOP is responsible for the payment of FICA taxes (7.65 percent) and the withholding of the individual employees taxes. These responsibilities apply only when award of this solicitation is made to an individual. It does not apply to companies or individuals who are incorporated. For evaluation purposes, an additional 7.65 percent will be added to the price submitted by individuals who are not incorporated. An award made to an individual resulting from this solicitation is not subject to FAR 52.212-4(l), Prompt Payment Act.

In addition, to any security requirements, the following forms will be provided to the contractor for completion prior to contract award:- Direct Deposit (SF-1199A)- Federal/State/City/County Tax forms (as applicable)- Employee Locator Form (DOJ-233)- Race and National Origin Identification (SF-181)- Self-Identification of Handicap (SF-256)- Employment Eligibility Verification (I-9). [End of Provision]

Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 – Acquisition of Commercial Items and Part 13 – Simplified Acquisition Procedures. Quoters must demonstrate that they can provide a Parenting Program with qualified service providers who meet qualifications listed in the Description of Requirement document to be determined technically acceptable. In addition to price, the Government intends to evaluate quotes considering technical merit and past performance. Award will be made in accordance with FAR 52.212-1(g).

Pursuant to FAR 17.203(b), the Government’s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal.

Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award.

Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.

The North American Industrial Classification (NAICS) code is 611710, Education Support Services and the applicable small business size standard is $14.0 million dollars.

SUBMISSION OF QUOTATIONS:

On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.

(1) Contractors DUNS Number
(2) Quoted price per session (session is defined as one hour in duration) for an estimated maximum requirement of 850 sessions per contract year. Example format: Base Year – Estimated 850 sessions x $ ________ per session $ ________. Responses must include a price quote per session for the Base Year, Option 1, Option 2, Option 3, and Option 4.
(3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items if different from entry made to the System for Award Management record at http://www.sam.gov.
(4) For each service provider proposed, the contractor must submit documentary evidence of qualification as stated in RFQ Attachment 001.
(5) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your organization which are of a related nature, size, and scope. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete).
(6) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. If your references will require a Release of Information statement – provide it with your quote submittal.
(7) W-4, Employees Withholding Allowance Certification (Individuals only – other than corporations)

Quote Submission Information:

Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Wednesday, March 5, 20144.

Written quotes will be accepted by mail, hand-carried delivery, fax, or email.

Mailed or Hand-carried quotes must be delivered to the attention of Lori Wehling, Contracting officer at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base.

Faxed quotes must be faxed to 972-352-4545, Attn: Lori Wehling, Contracting Officer. Quotes should be clearly marked with the RFQ number and include all required information.

Emailed quotes must be sent in .pdf format only to lwehling@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP03031300070. Quotes must include all required information.

Questions regarding this requirement may be directed in writing to Lori Wehling, Contracting Officer at lwehling@bop.gov.

Place of Performance: 501 Gary Hill Road Edgefield, SC 29824 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03031300070/listing.html
OutreachSystems Article Number: 140215/PROCURE/0073
Matching Key Words: documentar*; 

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Media Mix Modeling (M3) requirements for the Army Marketing and Research Group (AMRG), a field operating agency of the Assistant Secretary of the Army (Manpower & Reserve Affairs) (ASA (M&RA)), Alexandria, VA 22332 W9124D-14-Q-5086 031414 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox SourcesDepartment of the Army sought for a commercial, performance-based services acquisition, which may result in a solicitation for a firm-fixed-price (FFP) contract with two, one-year option periods. The expected period of performance is 1 September 2014 through 31 August 2015. The purpose of this synopsis is to gather interest, capabilities, and past performance (i.e., relevant and recent) of small business capable of supporting M3 requirements for the AMRG, an FOA of the ASA(M&RA), Alexandria, VA 22332.

Each contract period may include the following functional tasks: current and forecasted core markets profile; current and forecasted US Army market penetration with core markets and influencers; current and forecasted gaps in media coverage; resource allocation review and analysis to maximize coverage; and sensitivity analysis of resource allocations to budget reductions (i.e., 10%, 20%, 30%, etc.).

BACKGROUND: AMRG generates interest in Army service options through targeted marketing campaigns in order to motivate well-qualified candidates to join the Army. The AMRG’s primary responsibility is to support the ASA(M&RA) through national marketing, marketing analysis, and accessions analysis. It employs enterprise marketing strategies and processes via the Enterprise Army Brand (EAB) in support of the Active Army and US Army Reserve (USAR) recruiting activities for officers, enlisted, and Department of the Army Civilians (DACs).
Other AMRG responsibilities include: informs the ASA(M&RA) on strategic issues and directions; provides policy, programming and supervision of the Army’s marketing and advertising strategy and programs; establishes, maintains and monitors performance evaluation of the ASA(M&RA); management and performance evaluation of the Army’s advertising contract; ensures policies, and programs within the Human Capital (HC) arena are consistent with statutes and the Secretary of the Army’s objectives; and operational control of the US Army Accessions Support Brigade (USAASB) and its subordinate units.

The EAB connects America with the Army and promotes the positive value of Army service. It represents the reputation and ideals of the United States Army, and educates and promotes the positive value of Army service options to service-age citizens and their influencers. The EAB unifies key message elements of each of the Army service options: Enlisted, Officer, Special Missions, and Civilian sub-brands. Key messaging goals of the Army Brand are to: showcase the Army as a unique American institution that is representative of the country it serves during periods of peace and war; highlight the multiple paths of service available within the United States Army and distinguish from other services; promote the training, educational, financial, and career benefits offered by the Army in order to attract the most qualified candidates to Army service opportunities; educate influencers about the positive impacts and opportunities offered to America’s youth by today’s modern, technological Army; provide a focal point for marketing, advertising, and trade marking activities to reinforce positive associations with prestige, protection of the nation, technology and opportunity; influence qualified professionals to explore service opportunities offered by the Judge Advocate General’s Corps, Army Medical Department, and Chaplain Corps by highlighting opportunities for valuable training and rewarding careers; and promote Reserve and DAC opportunities in order to retain highly qualified personnel who are transitioning from Active Duty service.

OBJECTIVES: The Army Brand and Marketing Program supports the Army Brand by delivering consistent messaging through national level advertising, marketing events, partnerships with external organizations, trademarking, and other internal and external communications. The objectives of the Army Brand and Marketing program are to: increase the propensity for Army service; improve the Army’s image so that it is the top service choice; strengthen partnerships between the Army and American educators; attract top prospects in support of accessions and hiring goals; and develop institutional processes that support targeted marketing campaigns.

CONTRACTOR MANPOWER REPORTING: Required.
CITIZENSHIP: US Citizenship required.
GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES
CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES
DOL’S THE SERVICE CONTRACT ACT: APPLICABLE.

Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EDT-Fort Knox Time), FRIDAY, 14 MARCH 2014: 1. Company’s: name (i.e., legal name to include DBA); Contractor and Government Entity (CAGE) Code as cited within its active profiles in System for Award Management (SAM: https://www.sam.gov) and SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include physical location’s county); and point of contact’s full name, title, e-mail address, and telephone number. 2. Company type and socioeconomic factors (e.g., small business data as cited within its active SBA DSBS profile). 3. If vendor is a small business concern with an existing GSA Schedule Contract, an Army Enterprise Contract, and/or an Army Computer Hardware, Enterprise Software and Solutions (CHESS) Information Technology Enterprise Solutions-2 Services (ITES-2S) or Information Technology Services-Small Business (ITS-SB) contract, include the following: contract number, NAICS Code, and issuing agency’s name. 4. Capabilities Statement. An interested vendor should demonstrate its ability to: a. Provide external evaluation in all areas of current US Army marketing and advertising efforts to include but not limited to Brand Image development, national and local advertising, national and local public relations events, sponsorships, social media, goarmy.com, and other media assets. Evaluation should: (1) Determine current and forecasted core market profiles. (2) Determine current and forecasted US Army market penetration with core markets and influencers. (3) Determine current gaps in media coverage and forecasted gaps. (4) Provide resource allocation recommendations to maximize coverage. (5) Provide Sensitivity Analysis of optimize resource allocation to budget reductions (10%, 20%, 30%, etc.). (6) Recommend significant variables for inclusion in the Army’s mixed marketing model (M3). (7) Provide ability to add/update additional data sets from current managed Army databases. (8) Include digital media, social media and event sponsorships into analysis of market penetration. (9) Include sales force analysis of US Army recruiting and reserve stations as part of mixed media modeling. (10) Display M3 results through a dynamic quote mark Dashboard quote mark display. Display should include: (a) Ability to conduct trend analysis [record and export variables over time (day, month, quarter, year)]; (b) Ability to graph output M3 model results geospatially; (c) Ability view results based upon filtered variables; (d) Real-time access to reports and results; and (e) Ability for the US Army to update and modify. (11) Army retains proprietary ownership of modeling efforts. (12) Identify any other information or capabilities not mentioned that could contribute to AMRG marketing success. b. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than or equal to $1 million per year); nature of work/scope as related to M3 services; and recency-ongoing services or must have been performed during the past three years, e.g., (1) How many contracts did your company have as the prime contractor for M3-related services? (2) What was the duration of cited contracts? (2a) For whom (i.e., academic, industry, public, or government groups)? (2b) What was each contract’s price range (i.e., minimum greater than or equal to $1M per year)? (2c) If quality awards received, include title, issuing agency, and date received. (2d) If certifications are held, include description, date received, and expiration date. (2e) References for cited examples should include: company’s full, legal name and address; contract number; and point of contact’s name, title, e-mail address, and telephone number).

Questions regarding this notice may be submitted by e-mail to teresa.a.simpson.civ@mail.mil on or before 5 PM (EST-Fort Knox time), FRIDAY, 21 FEBRUARY 2014. Verbal, telephonic, and FAX inquiries will neither be accepted nor answered.

This sources sought notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB) nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose.

Set-Aside: Total Small Business Place of Performance: MICC Knox Building 1109B Fort Knox KY 40121-5720 US URL:https://www.fbo.gov/notices/1bde12a2fcad7567a5bbe2dac4fa04bf
OutreachSystems Article Number: 140214/PROCURE/0425
Matching Key Words: age:state!ky; state!ky; 


Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD , VICKSBURG, MS 39180-6199

190px-United_States_Army_Corps_of_Engineers_logo.svgR–MOD 2 ENVIRONMENTAL RESEARCH, SCIENCE AND ENGINEERING – CHANGED NAICS CODE TITLE AND SIZE STANDARD W81EWF40178182 022514 Amanda Andrews, 601-634-5249 USACE ITL, GSL, EL, CHL, Vicksburg This is a REQUEST FOR INFORMATION – SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The type of solicitation issued in the future will depend upon the responses to this sources sought synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of Small Business community to compete and perform a Service Contract.
The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is issuing this request for information (RFI) announcement as part of a market survey for Environmental Research, Science and Engineering.
Below are descriptions of the tasks and deliverables required by the Environmental Systems and the Ecological Resources Branches, at the U.S. Army Engineer Research and Development Center (ERDC), Environmental Laboratory (EL), located in Vicksburg, Mississippi.

The contractor shall complete tasks and provide deliverables associated with science, engineering, and research and development related to environmental sensing, characterization and monitoring, military sensor simulation, environmental assessment, risk management, environmental restoration planning and engineering, natural resources management, and environmental sustainability. An Indefinite Delivery Indefinite Quantity (IDIQ) contract will be executed to fulfill the needs of this service requirement.

The overall objective of this procurement is to have tasks orders completed and obtain deliverables for Civil Works Direct/Reimbursable and Military Direct/Reimbursable work areas. The tasks shall be executed with very limited interaction between the government and the contractor. Specific deliverables and products will be defined in applicable task orders.

This IDIQ contract will have a four-year ordering period. The contract will include research and development (R&D) tasks in both the civil and military arenas. These tasks relate to the R&D work being executed by two branches of the ERDC-EL’s Ecosystem Evaluation and Engineering Division: the Environmental Systems Branch and the Ecological Resources Branch. Execution of the work will occur at the Vicksburg, MS, location and at remote field sites as is applicable. A Contracting Officer Representative (COR) will be appointed to oversee tasks at all locations. The contract will be written as a performance-based acquisition to satisfy Army and DoD service contract requirements. Contractor should have knowledge of, be trained to conduct, or be able to obtain required training to allow for field and laboratory safety, handling of environmental materials, animal care and use, First aid and CPR, basic bioinformatics and statistics, plant and wildlife identification, basic GIS, and familiarization or certification of some data collection equipment used by the branches.

The Environmental Systems Branch conducts research involving the identification, mapping, and modeling of environmental conditions in the execution of diverse civil and military requirements. The branch focuses on the development and application of environmental sensing, characterization, and monitoring capabilities necessary to quantify environmental site conditions. The branch also conducts research focused on model development to create tools that allow for the prediction and visualization of dynamic environmental characteristics for civil and military applications.

The Ecological Resources Branch provides a full range of research, tool development, and guidance for watershed and ecosystem planning, restoration, and stewardship management for the USACE, the Army, and the nation. Branch research includes work in stream restoration, design, and engineering; ecological effects assessment; human effects, perception, and valuation; wildlife and riparian effects, protection, and management; study design, data management, and study facilitation and conceptual, habitat, watershed, and climate change modeling.

Security Clearance: Tasks that require a SECRET level security clearance will be specified in the task order. Contractor personnel must be a U.S. citizen and capable of obtaining and maintaining appropriate security clearances up to the SECRET level. Contractor must provide their classified CAGE code at the time of proposal submittal. If no security clearance is required for a particular task, then a non-U.S. citizen may be provided by the contractor. Additional details about Security and Safety are located in Item 11 of this document.

The Contractor shall complete research, development, and evaluation tasks in the civil and military arenas. The contractor shall perform research in all areas previously referenced; be capable of understanding related activities; theoretical studies; laboratory and field experimental work; computational modeling, remote sensing imagery acquisition and processing; and technology transfer. The contractor shall be responsive to subsequent task orders. Specific research activities, medical monitoring and training will be outlined in each task and may include: field data collection, laboratory research, etc. Examples of research activities include:

A. Environmental Sensing and Characterization – The Contractor shall complete R&D tasks and provide deliverables that relate to the identification, mapping, and modeling of environmental conditions in order to fulfill diverse research objectives. This could include the emplacement and collection of diurnal data using specialized equipmentoperating as passive or active sensors, including visible, near-infrared, thermal, ground penetrating radar, ground-based LIDAR, or other similar types of sensors. Data shall be gathered concerning background environmental conditions and also for targets of interest. These targets of interest can include disturbed areas. The Contractor shall also make use of global positioning system equipment to document site information and the Contractor shall be able to configure, set up, operate, and disassemble sensing equipment and related computing and recording hardware. Travel and field work are often required and will be defined at the task order level.
B. Testing of Sensors – The Contractor shall complete R&D tasks and provide deliverables related to the development and execution of tests designed to determine the effectiveness of sensors to detect objects of interest. This work can include test layout design and implementation, including the emplacement and removal of targets and the detailed characterization of the environmental adjacent to those targets of interest. Travel and field work are often required and will be defined at the task order level.
C. Geospatial data acquisition, analysis, and modeling – The Contractor shall complete R&D tasks and provide deliverables that relate to the collection, synthesis, analysis, and modeling of remotely sensed imagery and geospatial data related to environmental investigations. Custom software or scripting solutions are often required.
D. Development of Custom Sensing Systems – The Contractor shall complete R&D tasks and provide deliverables related to the construction of custom systems for monitoring environmental phenomena, including meteorological stations, and other systems designed to further knowledge of background soil, geology, vegetation and meteorological conditions.
E. Recreation & Natural Resources – The Contractor shall complete R&D tasks and provide deliverables associated with statistical analysis; visitation and meter data analysis; data verification and trend analysis; Natural Resource Management (NRM) communities of practice; and data analyses to the software business line systems of the NRM program and Operations and Regulatory Gateways.
F. Ecosystem Restoration and Planning – The Contractor shall complete R&D tasks and provide deliverables related to ecosystem restoration and USACE Planning including model development, implementation, and monitoring of restoration and planning projects.
G. Wildlife Habitat and Stewardship – The Contractor shall complete R&D tasks and provide deliverables related to wildlife resources assessment and protection, including natural resource inventories and wildlife habitat assessment and monitoring. Travel and field work are often required and will be defined at the task order level.
H. Medical Monitoring may be required for persons conducting laboratory research or field research: The contractor shall conduct research occurring under office, laboratory, and field settings. The contractor shall be able to work in these settings and in some cases may be required to operate outdoors in remote locations, be capable of safely negotiating steep and uneven terrain, lift 50 pounds, and exhibit a fitness level required in adverse environmental conditions.
Minimum Requirements for Labor Categories:
Technical Subject Matter Expert
Highly educated, experienced, and renowned professionals are available to solve the most difficult and forward-looking problems. These professionals, in their respective concentrations, apply sound expertise and practices to solve a wide variety of technical problems. These may include developing and applying advanced scientific and engineering technologies in systems, experiments, and demonstrations; and introducing into the systems the application of leading edge technological developments. May have published articles or books in field of expertise and made presentations at professional conferences. Specialized experience is directly applicable to the task requirements.

Level l: Level I subject matter expert has completed a Bachelor’s degree or has equivalent work-related experience in the area of task execution. Knowledge, Skills, and Abilities (KSAs) in report writing; technical presentations, laboratory and field experimental work; data collection, reduction, and analysis; geographic information systems (GIS) are highly desirable. Desired experience: 2-4 years

Level II: The Level II subject matter expert has completed a Master’s degree in the required area of expertise or has at least 3 years of documented experience in related professional field related to the ERDC Mission. Desired Experience: 4-6 years.

Level Ill: The Level Ill professional has completed a PhD degree in the required area of expertise or has at least 6 years of documented experience in related professional field related to the ERDC Mission. Desired Experience: 6 years or more

Technical Subject Matter Specialist

General Skills and Tasks: Applies subject matter knowledge to high level analysis, collection, assessment, design, development, modeling, simulation, integration, installation, documentation, and implementation. Resolves scientific or engineering problems which require an intimate knowledge of the related technical subject matter. Applies principles and methods of the subject matter to specialized solutions.

Level I: BA/BS/equivalent plus 2-4 years of experience preferred. Applies technical expertise to data collection, processing, analysis and final product preparation. Familiarity and comfort with computers and technical equipment is required. Experience in data collection in the field in a variety of environmental conditions is preferred.

Level II: BA/BS/equivalent plus 4-6 years of experience preferred, MA/MS desired. Should exhibit high level of familiarity with at least one technical area of specialization. Applies technical expertise to data collection, processing, analysis and final product preparation. Familiarity and comfort with computers and technical equipment is required. Experience in data collection in the field in a variety of environmental conditions is preferred.

Level III: BA/BS required at a minimum. MA/MS desired. 6 or more years of experience desired. Applies technical knowledge at a high level of competence. Should be able to conduct scientific or engineering studies independently. At this level, should have either authored or co-authored technical articles or been involved with scientific presentations, workshops, or conferences.

Technical Analyst

Performs field data collection and laboratory analyses associated with the environment studies. Functions as a member of an interdisciplinary team and requires technicalexpertise of the environment or associated complementary disciplines. May manage complex tasks and staff from the same vendor performing environmental, technical, or scientific activities. May provide technical guidance on environmental task under the general supervision of contractor environmental, scientific, or technical staff.

Level l: The Level l technical analyst is not required to have a degree in the area of expertise. Ability to perform manual tasks (heavy lifting) is preferred and ability to be trained in other skill areas. KSAs that are desirable at this level include: Associate’s degree from a community college; GIS and GPS experience; solid mathematics skills; basic computer skills. Ability to work well with others; willingness to travel to remote field sites; good driving skills and ability to obtain a commercial driver’s license are preferable.

Level II: The Level II technical analyst is not required to have a degree but must have at least 2 years of documented experience in some of the desired skills that could be equated to an Associate’s degree or higher. Technician must have the physical ability to perform manual tasks (heavy lifting) and ability to be trained in other skill areas. Required KSAs for this level include: basic computer skills; experience working with and leading small groups of people on projects; clean driving record and ability to obtain a commercial driver’s license; good verbal and writing communication skills; good mathematics skills; ability to accurately gather and reduce technical data; GIS and GPS experience is preferable.

Level Ill: The Level III technical analyst is not required to have a degree, but a BA/BS is strongly preferred unless the individual has exhibited an extremely high level of expertise in their technical field. Must have at least 10 years of documented experience demonstrating the skills necessary to perform the research tasks for ERDC. A college degree at or above the Bachelor’s level will be counted toward experience criteria. Technician must have the physical ability to perform fieldwork or lab analysis and the ability to be trained in other skill areas. Required KSAs for this level include: basic computer skills; experience working with and leading small groups of people on projects; clean driving record and ability to obtain a commercial driver’s license; good verbal and writing communication skills; good mathematics skills; ability to accurately gather and reduce technical data; ability to synthesize results into format for presentations and reports; GIS and GPS experience is preferable.

Contractor personnel may be required to travel within the Continental United States (CONUS) to perform temporary duty as required by specific Task Orders. The contractor will be reimbursed for travel in accordance with FAR 31.205-46.

Contractor personnel shall primarily perform their day to day assignments at the ERDC in Vicksburg, MS, although, work at other locations may occasionally be required. Place of performance will be specified in each Task Order.
Contract period of performance will initiate upon contract award and will consist of a four year ordering period. Each task order will include a specific period of performance.

Specific deliverables will be outlined in each Task Order issued. A typical deliverable may include, but not be limited to, progress reports, technical report/papers, bioinformatic, and statistical results, etc. Deliverables will typically be specified in individual task orders.

Specific deliverables will be outlined in each Task Order issued. In general, the contractor shall conduct research and development studies to include, modeling, simulation, material selection, testing, laboratory and field data gathering, data analysis, report preparation, and report presentation. A typical deliverable may include providing data suitable for inclusion in technical reports and papers, numerical simulation results, datasets, and status reports. Specific deliverables will be defined in the individual task orders.

The contractor shall perform work as specified by the Task Orders. Each Task Order will include, as a minimum, a PWS for the work to be performed and any travel, misc. costs and deliverables as appropriate.

Contractor shall provide information on proposed personnel to satisfy a specific task order two (2) weeks in advance of the beginning of the task, so appropriate internal administrative functions can begin.

North American Industrial Classification System (NAICS) Code applicable to this sources sought is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). The Small Business Size Standard for this sources sought is 500 Employees.

Interested organizations having access to demonstrated research and capabilities in this area are invited to submit literature, which describes the general approach, previous related work, and a response per the submission instructions below. After review of the response submissions, the Government may contact select respondents to further clarify the candidate materials.
If you have an interest in participating in this type of contract, please provide the following information:

1. Cage code or DUNS number
2. Company information: (type of small business: 8(a), SDB, SDVOSB, etc) Please indicate contact information and email address.
3. Capability Statement: Please include a capability statement not to exceed ten pages.

Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at http://www.fbo.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed below.
All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement no later than 25 February, 2014 at 1:00 pm CST to:

E-mail amanda.andrews@usace.army.mil
Set-Aside: Total Small Business Place of Performance: USACE EL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS 39180-6199 US URL:https://www.fbo.gov/spg/USA/COE/329/W81EWF40178182/listing.html
OutreachSystems Article Number: 140214/PROCURE/0430
Matching Key Words: writ*; technical; standard; operating; 

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

R — Broadcaster Combination Services BBG50-Q-14-0047 022014 LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov – J.R. HILL, Contract Specialist, Phone 202-382-7846, Fax 202-382-7877, Email chill@bbg.gov 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. This combined synopsis/solicitation is issued as a Request forBroadcasting Board of Governors Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award three Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.
The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Combination Services as described in further detail below for the South and Central Asia Division (Turkish Service) in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 541840 and 51930 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.

Period of Performance:
One year from award

Contract Type:
Firm- Fixed Price

Applicable Clauses:

**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.
*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

Applicable Provisions: See Attachment

Proposal Submission:
Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.

1. A Price Proposal that states the Offeror’s proposed hourly rate. The rate will be negotiated with the BBG.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

3. Copy of US Citizenship, work permit, photo ID and/or visa.

4. References (three)

5. Copy of active CCR Registration in SAM. https://www.sam.gov

To ensure consideration for the intended position, please reference the solicitation number on your proposal. Also indicate the Statement of Work (SOW) you are applying for. The SOW’s are named as the following:
Statement of Work 307
Statement of Work 309
Statement of Work 310

Proposal must be submitted electronically to lkwashin@bbg.gov. The due date is Thursday, February 20, 2014 at 4PM EST. All proposals as well as inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Contracting Office Address:

Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award three Blanket Purchase Orders 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:

EVALUATION FACTORS

(Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.).
Factor #1 – Technical ability to include work experience, education and specialized. training
Factor #2 – Price
Factor #3 – Past Performance

Basis for Award
The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.
Offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

Deadline to submit question: February 14, 2014, 4:00 pm EST.

Responses to questions will be posted on February 18, 2014.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors 330 Independence Ave. SW Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0047/listing.html
OutreachSystems Article Number: 140213/PROCURE/0069
Matching Key Words: naics!711510; 

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 — Radio Script Translator, Swahili Service BBG50-Q-14-V00100445TE 022414 Theresa D. Elliott, Contract Specialist, Phone 2023827841, Email thelliott@bbg.gov Multi Media Specialist: Radio Script Translator, Swahili Service
 Produce Ready to Air Video Products
– Covers news events related to East Africa news

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. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish a Non-Personal Services Contract.
There will be a guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized Call Orders placed against the resulting Non-Personal Services Contract. The Government intends to award this Non- Personal Services Contract; however, the Government reserves the right not to award this Non-Personal Services Contract. Any resultant Non-Personal Services Contract will be for one year.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Non-Personal Services Contract for Multimedia services as described in further detail below for the Africa Division in Washington D.C. (See attachment A). This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 512191with a small business size standard of $29.5M in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.

Period of Performance: One Year from Date of Award

Contract Type: Firm- Fixed Price

Time of Performance:

VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The program manager will make determination at the time of award.

Applicable Clauses:

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

*FAR clause 52.213-4, Contract Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items), applies to this acquisition. (see attached)

Applicable Provisions: See below

Proposal Submission: Interested independent contractors are required to submit two written documents (price & resume) to the BBG.

1. A Price Proposal that states the Offeror’s proposed price based on an hourly rate that will be negotiated with the BBG.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

3. Copy of US Citizenship, work permit, photo ID and/or visa.

4. References (three)

5. Copy of active CCR Registration in SAM. https://www.sam.gov

6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.

To ensure consideration for the intended position, please reference the solicitation number and title of the position on your proposal.

Proposal must be submitted electronically to thelliott@bbg.gov. The due date is Monday, February 24, 2014 at 12PM EST. All proposals as well as inquiries should be sent electronically to Theresa Elliott @ thelliott@bbg.gov

Contracting Office Address:
300 C St. SW
Switzer Bldg. Rm. 4300
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Agreement 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:

EVALUATION FACTORS

Factor #1 – Technical ability to include work experience, education and specialized training

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award

The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.

Only one offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

NOTE: All questions regarding this solicitation are due by Noon on February 18, 2014. Responses to questions will be posted by February 21, 2014. E-mail questions to thelliott@bbg.gov.

Set-Aside: Total Small Business Place of Performance: Africa Division, Swahili Service 330 Independence Avenue, SW Cohen Building, Room 1700 Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-V00100445TE/listing.html
OutreachSystems Article Number: 140212/PROCURE/0081
Matching Key Words: video*; produc*; train*; you; website; education*; business*; event?; produce?; commercial?; 


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

R — Broadcaster Combination Services BBBG50-Q-14-0045 021814 LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov – J.R. HILL, Contract Specialist, Phone 202-382-7846, Fax 202-382-7877, Email chill@bbg.gov 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. This combined synopsis/solicitation is issued as a Request forBroadcasting Board of Governors Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award one Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.
The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Combination Services as described in further detail below for the South and Central Asia Division (Uzbek Services) in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 541840 and 51930 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.

Period of Performance:
One year from award

Contract Type:
Firm- Fixed Price

Applicable Clauses:

**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.
*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

Applicable Provisions: See Attachment

Proposal Submission:
Interested independent contractors are required to submit two (3) separate written documents (proposals) to the BBG. And include an audio sample.

1. A Price Proposal that states the Offeror’s proposed houly rate. The rate will be negotiated with the BBG.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

3. Submit a one-page Uzbek language text in Latin alphabet.

4. Submit an audio sample in Uzbek by reading the same text.

5. Copy of US Citizenship, work permit, photo ID and/or visa.

6. References (three)

7. Copy of active CCR Registration in SAM. https://www.sam.gov

To ensure consideration for the intended position, please reference the solicitation number on your proposal.
Proposal can be submitted electronically to lkwashin@bbg.gov , in person or by mail. The due date is Monday, February 18, 2014 at 4PM EST. All inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Contracting Office Address:

Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Order 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:

EVALUATION FACTORS

(Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.).
Factor #1 – Technical ability to include work experience, education and specialized. training
Factor #2 – Price
Factor #3 – Past Performance

Basis for Award
The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.
Offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

Deadline to submit question: February 13, 2014, 4:00 pm EST.

Responses to questions will be posted on February 17, 2014

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors 330 Independence Ave. SW Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBBG50-Q-14-0045/listing.html
OutreachSystems Article Number: 140212/PROCURE/0083
Matching Key Words: naics!711510; 


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 — Craft Editor BBG50-R-14-0009 022514 Patrice Abner, Contract Specialist, Fax 202-382-7870, Email pabner@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG50-R-14-000X is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072, dated January 1, 2014.

(iv) This is a one hundred percent (100%) total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.

(v) The contractor shall provide a Firm Fixed Price proposal for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding multiple Non-Personal Services Purchase Orders with Independent Contractors for Radio, Television and Multimedia services as described in the attached Statement of Work (SOW) subject to the availability of funding. The Offerors selected for an award must be able to successfully pass a BBG security investigation.

(vii) The Government anticipates making multiple award under this Solicitation on/or about on March 1, 2014 and no later than August 31, 2014. The Base Period of award will be three (3) months with three (3) subsequent three (3) month Option Periods that , if exercised, will follow sequentially for a total contract duration not to exceed twelve (12) months.   The Contractor shall submit a monthly invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate their ability and experience in providing the required services.

Offeror’s minimum qualifications shall include but not be limited to:
1) Offeror’s Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training necessary to provide the required services under this solicitation. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language;

2) Experience – The Offeror shall demonstrate experience in providing the required services under this solicitation to Governmental and/or commercial customers.

INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). The Price Proposal must contain a copy of Attachment A entitled “Price Schedule” which must be filled out by the interested contractor as well as either a copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.

(ix) The Government will award Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Orders resulting from this RFP to the responsible offerors whose offer conforming to the RFP will provide the best value to the Government, based on technical, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. THE FOLLOWING EVALUATION AND PAST PERFORMANCE FACTORS LISTED IN ORDER OF IMPORTANCE MUST   BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ PROPOSALS: 1)   A narrative detailing the approach that they will take to meet the requirement. The offeror must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The offeror must submit a brief description of its company’s business and provide a company point of contact including address, e-mail address, telephone number, fax number and if applicable, the company’s web-page address. (Technical Approach); 2) Recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience)   3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) 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. Offerors shall use Attachment B – Past Performance References to submit their past performance references. (Past Performance) and 4) A Separate Price Proposal showing a price breakdown for the services under solicitation. The prices shall be provided in United States dollars. The Price Proposal must contain Attachment A entitled “Service and Price Schedule” which must be filled out by the offeror.    Offerors are cautioned that failure to address each of the above evaluation factors may deem their proposal unacceptable .

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items 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 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:
I. 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)

II. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to unilaterally exercise the options in Attachment A entitled “Price Schedule.” The Parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise.

In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable.   Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered   by the Contractor to BBG hereunder. (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-Aside (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract.

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

(xv) Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted . Please note that questions must be submitted in writing to Patrice Abner by email (pabner@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Daylight Time on February 18, 2014. Technical Proposals shall be submitted as an original and three (3) copies and Price Proposals shall be submitted as an original and one (1) copy. All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 on February 25, 2014 , at 12:00PM, Eastern Daylight Time.

(xvi) Contact: Patrice Abner, Contracting Officer, email: pabner@bbg.gov.

All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 330 Independence Avenue Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0009/listing.html
OutreachSystems Article Number: 140212/PROCURE/0084
Matching Key Words: naics!711510; 

FedBizOpps – Awards

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Mary Beth Hudson 817-850-8129 ; Daniel Stafford 817-850-8278 GS07F133BA $500,000 021814 541 3,541 4F,541 1000,541 4B CHITRA PRODUCTIONS 4948 LAUDERDALE AVE VIRGINIA BEACH VA USA 23455-1328 No140px-US-GeneralServicesAdministration-Logo.svg Description Provided
URL: https://www.fbo.gov/notices/2a8c5eac7300bea14191aa6036967c9f
OutreachSystems Article Number: 140219/AWARDS/0588
Matching Key Words: naics!512110; 

FedBizOpps – Special Notes

Department of the Air Force, Air Force Materiel Command, AFLCMC – Hanscom, 9 Eglin Street Hanscom AFB MA 01731

356px-Seal_of_the_US_Air_Force.svg99 — Air Force Life Cycle Management Center – Hanscom AFB – Small Business Event 0-00013 Gregory T. Ketcham, Phone 7812250118, Email gregory.ketcham@us.af.mil Hanscom Air Force Base is hosting a Small Business event at the Courtyard Marriot on 26 Feb 2014 located in Newton, Massachusetts (2345 Commonwealth Ave). The event will start at 1:30 PM EST in the Charles River Room with a one-hour panel focused on “Teaming Up to Achieve Success”. The five-member panel will be comprised of senior leaders from the AFLCMC C3I&N and Battle Management directorates, senior contracting leadership, and Small Business Administration representatives. The panel portion will be followed by an additional 30 minutes for questions & answers from audience participants. Due to limited seating, companies must limit attendance to no more than three representatives per company. Registration is not necessary, and seating will be on a first-come, first-served basis.
Companies do not need to attend the larger New Horizons Symposium to be admitted to this Small Business Panel event. The panel discussion will be video recorded, to be provided on FedBizOpps at a later date. Unlike last year’s event, a “Reverse Matchmaking” session will not follow the Small Business Panel.

The NAICS Codes listed below represent the types of companies that best match the acquisitions at Hanscom AFB. However, your company does not need to be registered for one of these NAICS codes to attend.

334111 – Electronic Computer Manufacturing
334112 – Computer Storage Device Manufacturing
334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
517110 – Wired Telecommunications Carriers
517410 – Satellite Telecommunications
541511 – Custom Computer Programming Services
541512 – Computer Systems Design Services
541519 – Other Computer Related Services
541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
561621 – Security Systems Services (except Locksmiths)

URL: https://www.fbo.gov/spg/USAF/AFMC/ESC/0-00013/listing.html
OutreachSystems Article Number: 140212/SPECIAL/0869
Matching Key Words: video*; business*; event?; 

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 – Actuarial Services RFP : 1400000064 Department For Medi SOL Actuarial Services RFP : 1400000064 Department For Medicaid Services Published On : 2/14/14 Amended On : Closing On : 3/7/14 2:00 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140219/BID/0009
Matching Key Words: age:state!ky; state!ky; 


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

R – Equine Show Ring Footing Blend_ KY Horse Park RFB : 1400000598 SOL Equine Show Ring Footing Blend_ KY Horse Park RFB : 1400000598 Office Of The Controller Ashley Kirk Published On : 2/17/14 Amended On : Closing On : 3/4/14 1:30 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140219/BID/0011
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

T – Vehicle Decals and Wraps (rebid) SOL RCSB-3190-0-2014/TN Vehicle Decals and Wraps (rebid) Due Date: 2/26/2014 3:00 PM Eastern Contact: Tracey Neathery For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140219/BID/0258
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

R – Post-Acute Patient Services SOL UK-1346-14 Post-Acute Patient Services Due Date: 3-28-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140219/BID/0260
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Highview Neighborhood Plan SOL RFP-3189-0-2014/MBB Highview Neighborhood Plan Due Date: 3/12/2014 3:00 PM Eastern Contact: Max Bradley For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0263
Matching Key Words: age:state!ky; state!ky; 


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

T – Capital Campaign Consultation Questions & Answers Attachment AAtta SOL UK-1338-14 Capital Campaign Consultation Questions & Answers Attachment A Attachment B Attachment C Attachment D Due Date: 2-28-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0265
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

R – Public Relations Marketing and Advertising SOL UK-1344-14 Public Relations Marketing and Advertising Due Date: 3-14-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0267
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

R – University of Kentucky Athletics Multi-Media Marketing Rights SOL UK-1345-14 University of Kentucky Athletics Multi-Media Marketing Rights Due Date: 4-1-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0268
Matching Key Words: age:state!ky; state!ky; 


New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – Request For Proposal (RFP) New Jersey Public Broadcasting Auth SOL Public Notice ID: 21051253.HTM Request For Proposal (RFP) New Jersey Public BroadcastingAuthority Educational Broadband Service Lease WLX-250, Trenton, NJ (C1) Notice is hereby given that the New Jersey Public Broadcasting Authority (NJPBA) is requesting proposals from qualified entities who would lease excess capacity on the NJPBA Educational Broadband Service (EBS) system (System). The RFP solicits proposals for financial, technical and operations (but not programmatic) support for the NJPBA and its educational use of the EBS System with the purpose of selecting a lessee that intends to develop promptly an advanced wireless network serving the Trenton, NJ market. The bidder shall propose how, when and where it will utilize the excess EBS capacity to construct and operate an advanced wireless service network while also permitting the NJPBA to utilize the reconstructed system, transmission equipment and operations so that the NJPBA can provide required educationally oriented services in accordance with the rules of the Federal Communications Commission (FCC). The selected lessee shall pay for System reconstruction, transmission equipment, and operations, and to pay royalties (rent) to the NJPBA. The Lessee will provide and maintain all necessary facilities, hardware, software operating systems, security, network connectivity, and authentication resources to construct, maintain, and operate a digital wireless internet service. No NJPBA services, facilities, or resources, other than excess capacity on the System, will be provided. The NJPBA desires to select a Lessee that can provide the financial resources, operational plan, technology, and expertise to build a competitive and fully functional regional digital wireless service. Proposals and the operations of the Lessee must adhere to all spectrum-leasing rules. Respondents should reference, as appropriate, FCC rules concerning spectrum leasing. The NJPBA notes that the FCC has posted a list of its requirements related to leasing spectrum at: http://wireless.fcc. gov/services/index.htm?job=licensing_1& id=ebs_brs If for any reason that link is not operative it shall be respondents’ obligation to secure access to applicable FCC rules and policies. All firms submitting proposals for this project must have related experience of a similar magnitude. The NJPBA is requesting proposals from firms with the intention of entering into a lease agreement with the organization whose qualifications and proposal best serves the needs of the NJPBA, price and other factors considered. The RFP is available on NJPBA’s website at: http://www.state.nj. us/treasury/njpba/ publicinfo.shtml, under the title, WLX-250 RFP. Proposals must be responsive to the RFP and must be received no later than 2:30PM, Friday March 14, 2014, and sent to the address identified below: New Jersey Public Broadcasting, PO Box 777, Trenton, NJ 08625-0777, ATTN: Mr. Richard Williams, EBS EXCESS CAPACITY LEASE PROPOSAL (WLX-250). Street Address for courier or overnight delivery is New Jersey Public Broadcasting, 25 South Stockton Street, Trenton, NJ 08608-1832, ATTN: Mr. Richard Williams, EBS EXCESS CAPACITY LEASE PROPOSAL (WLX-250). Reliance upon the U.S. Mail or other carriers is at firm’s risk. Late proposals will not be considered. Faxed or e-mailed proposals will not be accepted. 2/12/2014 $53.07 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/BID/0531
Matching Key Words: broadcast*; education*; 

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 – Legal Services RFP : 1400000207 CHFS – Office Of The Se SOL Legal Services RFP : 1400000207 CHFS – Office Of The Secretary Legal Services Published On : 2/10/14 Amended On : Closing On : 2/17/14 12:00 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140212/BID/0007
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Design of a Voice of Customer Program SOL RFP-3187-0-2014/KBM Design of a Voice of Customer Program Due Date: 2/21/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140212/BID/0313
Matching Key Words: age:state!ky; state!ky; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Ross Video Production Switcher SOL 102-134 Ross Video Production Switcher Due Date: 2/24/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140212/BID/0457
Matching Key Words: video*; produc*; production?; 


New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – Request For Proposal (RFP) New Jersey Public Broadcasting Auth SOL Public Notice ID: 21048035.HTM Request For Proposal (RFP) New Jersey Public BroadcastingAuthority Educational Broadband Service Lease WLX-250, Trenton, NJ (C1) Notice is hereby given that the New Jersey Public Broadcasting Authority (NJPBA) is requesting proposals from qualified entities who would lease excess capacity on the NJPBA Educational Broadband Service (EBS) system (System). The RFP solicits proposals for financial, technical and operations (but not programmatic) support for the NJPBA and its educational use of the EBS System with the purpose of selecting a lessee that intends to develop promptly an advanced wireless network serving the Trenton, NJ market. The bidder shall propose how, when and where it will utilize the excess EBS capacity to construct and operate an advanced wireless service network while also permitting the NJPBA to utilize the reconstructed system, transmission equipment and operations so that the NJPBA can provide required educationally oriented services in accordance with the rules of the Federal Communications Commission (FCC). The selected lessee shall pay for System reconstruction, transmission equipment, and operations, and to pay royalties (rent) to the NJPBA. The Lessee will provide and maintain all necessary facilities, hardware, software operating systems, security, network connectivity, and authentication resources to construct, maintain, and operate a digital wireless internet service. No NJPBA services, facilities, or resources, other than excess capacity on the System, will be provided. The NJPBA desires to select a Lessee that can provide the financial resources, operational plan, technology, and expertise to build a competitive and fully functional regional digital wireless service. Proposals and the operations of the Lessee must adhere to all spectrum-leasing rules. Respondents should reference, as appropriate, FCC rules concerning spectrum leasing. The NJPBA notes that the FCC has posted a list of its requirements related to leasing spectrum at: http://wireless.fcc.gov/services/index.htm?job=licensing_1&id=ebs_brs If for any reason that link is not operative it shall be respondents’ obligation to secure access to applicable FCC rules and policies. All firms submitting proposals for this project must have related experience of a similar magnitude. The NJPBA is requesting proposals from firms with the intention of entering into a lease agreement with the organization whose qualifications and proposal best serves the needs of the NJPBA, price and other factors considered. The RFP is available on NJPBA’s website at:http://www.state.nj.us/treasury/njpba/publicinfo.shtml, under the title, WLX-250 RFP. Proposals must be responsive to the RFP and must be received no later than 2:30PM, Friday March 14, 2014, and sent to the address identified below: New Jersey Public Broadcasting, PO Box 777, Trenton, NJ 08625-0777, ATTN: Mr. Richard Williams, EBS EXCESS CAPACITY LEASE PROPOSAL (WLX-250). Street Address for courier or overnight delivery is New Jersey Public Broadcasting, 25 South Stockton Street, Trenton, NJ 08608-1832, ATTN: Mr. Richard Williams, EBS EXCESS CAPACITY LEASE PROPOSAL (WLX-250). Reliance upon the U.S. Mail or other carriers is at firm’s risk. Late proposals will not be considered. Faxed or e-mailed proposals will not be accepted. 2/11/2014 $174.00 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140212/BID/0490
Matching Key Words: broadcast*; education*; 

Other Federal Procurements (Small)  

FedBizOpps Grants http://www.grants.gov/web/grants/search-grants.html Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

99 — Kentucky NRCS EQIP CIG Grant 2014 SOL USDA-NRCS-KYSO-14-1 Due Date: 04/25/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140213/SMALL/1146
Matching Key Words: state!ky; 

Kentucky State Procurements

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000, 

R — MEDIA MIX MODELING (M3) REQUIREMENTS FOR THE ARMY MARKETING AND RESEARCH GROUP (AMRG), a field operating agency of the Assistant Secretary of the Army (Manpower & Reserve Affairs) (ASA (M&RA)), Alexandria, VA 22332 W9124D-14-Q-5086 031414 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation for a firm-fixed-price (FFP) contract with two, one-year option periods. The expected period of performance is 1 September 2014 through 31 August 2015. The purpose of this synopsis is to gatherDepartment of the Army interest, capabilities, and past performance (i.e., relevant and recent) of small business capable of supporting M3 requirements for the AMRG, an FOA of the ASA(M&RA), Alexandria, VA 22332. Each contract period may include the following functional tasks: current and forecasted core markets profile; current and forecasted US Army market penetration with core markets and influencers; current and forecasted gaps in media coverage; resource allocation review and analysis to maximize coverage; and sensitivity analysis of resource allocations to budget reductions (i.e., 10%, 20%, 30%, etc.). BACKGROUND: AMRG generates interest in Army service options through targeted marketing campaigns in order to motivate well-qualified candidates to join the Army. The AMRG’s primary responsibility is to support the ASA(M&RA) through national marketing, marketing analysis, and accessions analysis. It employs enterprise marketing strategies and processes via the Enterprise Army Brand (EAB) in support of the Active Army and US Army Reserve (USAR) recruiting activities for officers, enlisted, and Department of the Army Civilians (DACs). Other AMRG responsibilities include: informs the ASA(M&RA) on strategic issues and directions; provides policy, programming and supervision of the Army’s marketing and advertising strategy and programs; establishes, maintains and monitors performance evaluation of the ASA(M&RA); management and performance evaluation of the Army’s advertising contract; ensures policies, and programs within the Human Capital (HC) arena are consistent with statutes and the Secretary of the Army’s objectives; and operational control of the US Army Accessions Support Brigade (USAASB) and its subordinate units. The EAB connects America with the Army and promotes the positive value of Army service. It represents the reputation and ideals of the United States Army, and educates and promotes the positive value of Army service options to service-age citizens and their influencers. The EAB unifies key message elements of each of the Army service options: Enlisted, Officer, Special Missions, and Civilian sub-brands. Key messaging goals of the Army Brand are to: showcase the Army as a unique American institution that is representative of the country it serves during periods of peace and war; highlight the multiple paths of service available within the United States Army and distinguish from other services; promote the training, educational, financial, and career benefits offered by the Army in order to attract the most qualified candidates to Army service opportunities; educate influencers about the positive impacts and opportunities offered to America’s youth by today’s modern, technological Army; provide a focal point for marketing, advertising, and trade marking activities to reinforce positive associations with prestige, protection of the nation, technology and opportunity; influence qualified professionals to explore service opportunities offered by the Judge Advocate General’s Corps, Army Medical Department, and Chaplain Corps by highlighting opportunities for valuable training and rewarding careers; and promote Reserve and DAC opportunities in order to retain highly qualified personnel who are transitioning from Active Duty service. OBJECTIVES: The Army Brand and Marketing Program supports the Army Brand by delivering consistent messaging through national level advertising, marketing events, partnerships with external organizations, trademarking, and other internal and external communications. The objectives of the Army Brand and Marketing program are to: increase the propensity for Army service; improve the Army’s image so that it is the top service choice; strengthen partnerships between the Army and American educators; attract top prospects in support of accessions and hiring goals; and develop institutional processes that support targeted marketing campaigns. CONTRACTOR MANPOWER REPORTING: Required. CITIZENSHIP: US Citizenship required. GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES DOL’S THE SERVICE CONTRACT ACT: APPLICABLE. Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EDT-Fort Knox Time), FRIDAY, 14 MARCH 2014: 1. Company’s: name (i.e., legal name to include DBA); Contractor and Government Entity (CAGE) Code as cited within its active profiles in System for Award Management (SAM: https://www.sam.gov) and SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include physical location’s county); and point of contact’s full name, title, e-mail address, and telephone number. 2. Company type and socioeconomic factors (e.g., small business data as cited within its active SBA DSBS profile). 3. If vendor is a small business concern with an existing GSA Schedule Contract, an Army Enterprise Contract, and/or an Army Computer Hardware, Enterprise Software and Solutions (CHESS) Information Technology Enterprise Solutions-2 Services (ITES-2S) or Information Technology Services-Small Business (ITS-SB) contract, include the following: contract number, NAICS Code, and issuing agency’s name. 4. Capabilities Statement. An interested vendor should demonstrate its ability to: a. Provide external evaluation in all areas of current US Army marketing and advertising efforts to include but not limited to Brand Image development, national and local advertising, national and local public relations events, sponsorships, social media, goarmy.com, and other media assets. Evaluation should: (1) Determine current and forecasted core market profiles. (2) Determine current and forecasted US Army market penetration with core markets and influencers. (3) Determine current gaps in media coverage and forecasted gaps. (4) Provide resource allocation recommendations to maximize coverage. (5) Provide Sensitivity Analysis of optimize resource allocation to budget reductions (10%, 20%, 30%, etc.). (6) Recommend significant variables for inclusion in the Army’s mixed marketing model (M3). (7) Provide ability to add/update additional data sets from current managed Army databases. (8) Include digital media, social media and event sponsorships into analysis of market penetration. (9) Include sales force analysis of US Army recruiting and reserve stations as part of mixed media modeling. (10) Display M3 results through a dynamic quote mark Dashboard quote mark display. Display should include: (a) Ability to conduct trend analysis [record and export variables over time (day, month, quarter, year)]; (b) Ability to graph output M3 model results geospatially; (c) Ability view results based upon filtered variables; (d) Real-time access to reports and results; and (e) Ability for the US Army to update and modify. (11) Army retains proprietary ownership of modeling efforts. (12) Identify any other information or capabilities not mentioned that could contribute to AMRG marketing success. b. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than or equal to $1 million per year); nature of work/scope as related to M3 services; and recency-ongoing services or must have been performed during the past three years, e.g., (1) How many contracts did your company have as the prime contractor for M3-related services? (2) What was the duration of cited contracts? (2a) For whom (i.e., academic, industry, public, or government groups)? (2b) What was each contract’s price range (i.e., minimum greater than or equal to $1M per year)? (2c) If quality awards received, include title, issuing agency, and date received. (2d) If certifications are held, include description, date received, and expiration date. (2e) References for cited examples should include: company’s full, legal name and address; contract number; and point of contact’s name, title, e-mail address, and telephone number). Questions regarding this notice may be submitted by e-mail to teresa.a.simpson.civ@mail.mil on or before 5 PM (EST-Fort Knox time), FRIDAY, 21 FEBRUARY 2014. Verbal, telephonic, and FAX inquiries will neither be accepted nor answered. This sources sought notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB) nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose. Set-Aside: Total Small Business Place of Performance: MICC Knox Building 1109B Fort Knox KY 40121-5720 US URL:https://www.fbo.gov/notices/c67b41ea0a240ce261862fcd969640a8
OutreachSystems Article Number: 140212/KY/4994
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: