FedBizOpps – Procurements
CONTRIBUTING SOURCE: Kentucky Procurement Assistance Program
Department of the Interior, U. S. Geological Survey, USGS – All Offices, USGS OAG SACRAMENTO ACQUISITION BR.MODOC HALL, CSUS3020 STATE UNIVERSITY DRIVE EASTSACRAMENTOCA95819-6027US
R–Science Outreach Services G14PS00218 041014 Donald Shannon dshannon @usgs.gov The United States Geological Survey (USGS) is a science organization that provides impartial information on the health of our ecosystems and environments, the natural hazards that threaten us, the natural resources we rely on, the impacts of climate and land-use change, and the core science systems that help us provide timely, relevant, and useable information. USGS is a bureau of the U.S. Department of Interior (DOI). The USGS Pacific Coastal and Marine Science Center (PCMSC, http://walrus.wr.usgs.gov; CMGP, http://marine.usgs.gov) conducts multidisciplinary scientific research in the coastal and offshore areas of California, Oregon, Washington, Alaska, Hawaii, and other U.S. Pacific Islands, and in other waterways of the United States.
The prospective contract concerns science outreach services relating to the mission and programs of the USGS PCMSC. Contractor shall provide non-personal professional science communication and consultation services for the U.S. Geological Survey (USGS), Pacific Coastal and Marine Science Center, Santa Cruz, CA. This activity will help make USGS science activities, processes, and results accessible, understandable, and meaningful to non-scientists, including the public, partners, and other stakeholders. The contractor will not represent the government in any manner, place, or forum.
Contractor will consult, develop, and provide outreach methods such as Fact Sheets or other written outreach products, web-pages, photos, podcasts, videos, articles for local, regional, or national media outlets, articles for in-house outreach products such as USGS Sound Waves, posters and (or) displays, presentations, or similar products. Topics may include integrated Center research interests, Center capabilities and tools, selected project activities, highlights of research results, human-interest stories, disaster response stories, or similar subjects. It is desirable that Contractor maintain or establish a presence in the Santa Cruz, CA geographic area in order to more effectively interact with PCMSC management, projects, and activities; and, have specific experience in similar or closely related science communication/outreach services, with a strong preference for coastal and marine science specialization. This solicitation process is being conducted under FAR Part 12, Commercial Items and FAR Part 13, Simplified Acquisition Procedures. See solicitation package for full details, the SOW, and the applicable evaluation criteria.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/USGS/USGS/G14PS00218/listing.html
OutreachSystems Article Number: 140314/PROCURE/0093
Matching Key Words: video*; produc*; web; page?; business*; commercial?;
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
69–Transport Medical Trainer Laboratory (TMTL) Synopsis W900KK-14-R-0040 032814 Karen Sorapuru, 407-208-3430 PEO STRI Acquisition Center OVERVIEW
The U.S. Army, Program Executive Office Simulation, Training and Instrumentation (PEO STRI), Project Manager for combined Arms Tactical Trainers (PM CATT), Product Manager for Medical Simulation (PM MedSim) intends to procure and field all of the requisite equipment, simulators, and ancillary classroom items needed to establish the Transport Medical Trainer Laboratory (TMTL). The TMTL is a customer-funded initiative in support of the US Army Medical Department Center and School (AMEDD C&S) Critical Care Flight Paramedic Program.
NOTICE OF INTENT
This effort will be solicited as a 100% small-business-set-aside under NAICS Code 333318, with a size standard of 1000 employees. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be recognized as a Small Business Concern under NAICS Code 333318, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself with the Limitations on Subcontracting requirements under FAR 52.219-14.
The resultant TMTL contract will be a 2-year (base year plus one option) standalone, Firm-Fixed-Price contract. Contract years are based on design, build, installation, and training.
This is a SYNOPSIS FOR CONTRACTING BY NEGOTIATION in accordance with Federal Acquisition Regulations (FAR) Part 15, as supplemented with additional information included in this notice. This effort will be solicited as a 100% small-business-set-aside under NAICS Code 333318 with a small business size standard of 1000 employees.
This synopsis is provided for informational purposes and is not to be considered a request for proposal.
Key Milestone Dates of the acquisition are as follows:
Issue DRAFT RFP 28 March 2014
Issue Final RFP 30 April 2014
Proposals Due 30 May 2014
Contract Award 30 July 2014
Questions and or concerns regarding this synopsis shall be directed to Karen Sorapuru, Contract Specialist, at 407-208-3430 or via e-mail at karen.m.sorapuru.civ@mail.mil or to Dan Veenstra, Contract Specialist, at 407-208-3308 or via e-mail at dan.veenstra@us.army.mil. The Contracting Officer for this acquisition is Felix Marrero who may be contacted at 407-208-3267 or via e-mail at felix.r.marrero@us.army.mil.
DRAFT STATEMENT OF WORK
For the Transport Medical Trainer Laboratory
1. SCOPE
This Statement of Work (SOW) defines the effort required for designing, developing, integrating, testing, managing, documenting, and delivering the Transport Medical Trainer Laboratory (TMTL). The TMTL is a customer-funded initiative in support of the US Army Medical Department Center and School (AMEDD C&S) Critical Care Flight Paramedic Program.
1.1 Background
The U.S. Army Program Executive Office Simulation, Training and Instrumentation (PEO STRI) has a requirement to assist in the elevation of the medical capability on the battlefield by increasing the number of Flight Medics, ensuring that all receive further education to become Nationally Registered Paramedics with critical care training. The focus of this Critical Care Flight Paramedic Program initiative is to provide a Transport Medical Trainer Laboratory (TMTL) at Fort Sam Houston. The US Army Medical Department Center & School (AMEDD C&S) will be responsible for the facility; PEO STRI will procure and field all of the requisite equipment, simulators, and ancillary classroom items. This project is a US Army Medical Command priority and is supported by the AMEDD C&S Commanding General, Army Surgeon General and the Army Chief of Staff.
The TMTL will be incorporated into the third phase of training as part of the eight week Critical Care Clinical Skill rotations. Flight Paramedics attend three phases of training:
Phase 1. Flight Medic Course (4 weeks)
Phase 2. National Registry of Emergency Medical Technician-Paramedic certification (26 weeks)
Phase 3. Critical Care training/clinical skill rotations (8 weeks)
The TMTL will be a dynamic indoor setting that will provide realistic, high fidelity training to flight medics on patient loading, unloading, and treatment and transfer of patients requiring intensive or critical care. The TMTL will consist of the following five areas:
Transport Medical Trainer Room
Instructor Control Room (ICR)
Student Classroom (Debrief Area)
Student Training Area
Forward Surgical Team (FST) Training Laboratory
2. APPLICABLE DOCUMENTS
The following documents are applicable to this SOW to the extent specified herein. In the event of a conflict between documents referenced herein and the contents of this SOW, the contents of this SOW shall be the governing requirement.
2.1 Department of Defense Documents
DoDI 5000.2 Operation of the Defense Acquisition System
DoDI 8500.2 Information Assurance Implementation
DoDI 8510.01 DoD Information Assurance Certification and Accreditation Process (DIACAP)
Copies of the DoD documents are available on the World Wide Web (www) at
URL: http://www.dtic.mil/whs/directives/.
2.2 Other Government Documents
MIL-STD-130N Identification Marking of U.S. Military Property
MIL-STD-31000 Technical Data Packages
GEIA-STD-0007 Logistics Product Data
AR 25-2 Information Assurance
ISO 9001:2000 Quality Management and Quality Assurance
PEO STRI Basic Accreditation Manual (BAM v6.0 30 September 2011) – Appendix D
DIACAP Stand-alone System IA C&A Process.
DIACAP Implementation Plan (DIP) for Standalone System for Mission Assurance Category (MAC) III, Confidentially Level Sensitive. The Standalone DIP has 32 controls.
Stand Alone IS and Closed Restricted Networks Information Assurance Certification & Accreditation (IA C&A) requirements Version 1.0 08-DC-M-0010 10 OCT 2008.
3. REQUIREMENTS
Data Rights. Software, technical data, and products direct from the prime contractor shall be provided with Government Purpose Rights (GPR) in accordance with applicable clauses contained in the Defense Federal Acquisition Regulation Supplement (DFARS). This includes software, technical data, and products developed by a sub-contractor to support this effort. Any licensed COTS software and technical data shall be provided with a transferable license that allows distribution and use for any PM MEDSIM purpose by any DoD contractor at no additional cost.
3.1 Program Management
The Contractor shall design, build, integrate and deliver a TMTL that meets the requirements as defined in this SOWand Systems Requirement Document (SRD) PRF-PT-00619.
The Contractor shall provide all efforts, resources, facilities, equipment, and personnel necessary to complete the tasks in this SOW. The Contractor shall perform all activities to integrate and assemble the hardware and software to achieve a fully functional system, with all support systems, that performs and operates in accordance with the system specifications and contractor generated specifications.
The Contractor shall provide the overall management and administrative efforts necessary to ensure that the requirements of this contract are accomplished. The Contractor shall track program progress utilizing metrics. The Contractor shall plan, implement, and maintain a Life Cycle Cost (LCC) management process to minimize the system cost and use LCC to conduct trade studies, evaluate design and support alternatives, and select the resource support requirements. The Contractor shall define and monitor metrics and technical performance measures (TPMs) to evaluate the performance of each critical technical and management process and conformance of the evolving products with contract requirements and objectives including cost requirements and objectives.
The Contractor shall develop, implement, manage to, update, and maintain the contract Integrated Master Schedule (IMS). The Contractor shall conduct critical path analysis of the tasks and identify problem areas and corrective actions required to eliminate or reduce schedule impacts. The Contractor’s Progress, Status and Management Report shall contain the IMS in Microsoft Project like format.
DI-MGMT-80227 Contractor’s Progress, Status, and Management Report
3.1.1 Configuration Management
The Contractor shall plan and implement an automated configuration management function to perform configuration control, configuration identification, audits, and status accounting in a system engineering environment. The Contractor shall develop, maintain, and update configuration management procedures and processes for control of all hardware and software baselines. The process shall allow simultaneous access to the common product data model coupled with the ability to coordinate and update immediate changes to the product definition data. The configuration management process must handle all levels of product and process integration to build and support the product as well as manage the sequence of significant events. The Government will maintain control of the functional baseline defined by the system performance specification, interface control documents, and software requirement specifications.
3.1.1.1 Configuration Management Planning and Management
The Contractor shall establish processes and tools to establish and maintain consistency between system requirements, system configuration information, and all relevant information about the system. The configuration management process shall include changes made to the IA configuration and associated documentation.
3.1.1.2 Configuration Identification
The Contractor shall identify unique identifiers for selected system attributes, system information and components to be used as the basis for configuration management.
3.1.1.3 Configuration Change Management
The Contractor shall establish a systematic and measurable configuration change management process for managing product configuration changes and variances. Once the system requirements have been approved by an authorized management activity, the Contractor shall effect changes to the baseline requirements only after the proposed change has been approved using the change process.
3.1.1.4 Configuration Verification and Audit
The Contractor shall verify and audit the system configuration information to ensure that requirement attributes are met and accurately documented.
3.1.1.4.1 Request for Deviation (RFD)
After PDR, the Contractor shall document the rationale and obtain the Government’s written approval before deviating from any Government approved baseline.
3.1.2 Risk Management
The Contractor shall prepare, implement, and maintain a risk management process that includes identification, analysis, mitigation planning, mitigation plan implementation, and tracking. The Contractor shall develop and implement IA risk management, which will include security safeguards. These safeguards shall include but are not limited to, local policy and guidance; identification of threats, problems and requirements, and an adequate plan for the required resources. The Contractor’s risk management process shall measure future uncertainties in achieving program goals within defined cost, schedule, and performance constraints. The IA risk shall be addressed across the risk management process and can be addressed in multiple areas.
3.1.3 Management Reviews
3.1.3.1 Start of Work Meeting / Post Award Conference (PAC)
The contractor shall conduct a combined Start of Work Meeting / PAC, to be held within 15 working days after contract award. The purpose of the conference shall be to establish the framework of the Contractor and Government interaction during the performance period of the contract. The Contractor shall place emphasis on the operating procedures, methodologies, and processes to be used in the execution of the contract. The meeting shall include the Contractor’s key team members identified in the proposal with emphasis on top-level management of the program, agreement on metrics that will be used as management indicators during the program, and partnering approach to be implemented. The Contractor shall present the program Integrated Master Schedule, IPT structure, management concept, organizational structure, and the interfaces with the Government that are employed to perform the TMTL mission. The Contractor shall document action items and due dates, coordinate resolution, and track action items until closure. Action item closure shall require Contractor and Government approval.
3.1.3.2 Program Management Reviews (PMR)
The Contractor shall conduct program management reviews on a monthly basis in accordance with the IMS. The first PMR shall be no more than 30 calendar days after the combined Start of Work Meeting / PAC. The program management review shall provide a program overview and shall include as a minimum:
a. Hardware and software design status
b. Risk Assessment
c. Subcontract management/progress
d. Data collection and modeling
e. Production planning and status
f. Logistics planning
g. Test planning
h. Training and technical publications status
i. Schedule status
j. Pre-selected topics of interest
k. I/A Security
l. Human Factors Engineering
Status and information at the review shall reflect currency since the previous review. Other program reviews such as technical reviews, technical manual reviews, etc shall be combined into the PMR when possible. The Contractor shall also be responsible for generating minutes of the meetings and provide them to the Government for approval. The Contractor shall document action items due dates, coordinate resolution, and tracking of action items until closure. Action item closure shall require Contractor and Government approval.
3.1.3.3 DIACAP Implementation Plan (DIP) Review
The Contractor shall assist PEO STRI with the DIACP Implementation Plan (DIP) Review. The DIP Review shall be held no less than 30 days prior to the Preliminary Design Review (PDR) to ensure IA requirements are agreed upon and allocated in the system design.
3.1.3.4 Integrated Product Team (IPT) Meetings.
The Contractor shall establish an IPT structure to address major areas of system development (e.g., systems engineering, hardware design, software design, integrated logistics support testing). The Contractor shall establish IPT charters and host regularly scheduled IPT meetings or teleconferences. The IPT meetings/teleconferences shall be used to address systems development status of activities, questions and issues in a timely manner between management reviews. The Contractor shall document action items and due dates, coordinate resolution, and track action items until closure. Action item closure shall require Contractor and Government approval.
3.1.4 Integrated Digital Environment (IDE)
The Contractor shall provide an Internet based IDE to facilitate the electronic data interchange of all program data. All management, technical, cost, and schedule data (including all internal documents produced to design, develop, test and manage the program) shall be made available to all Government and contractor team members in an integrated, electronic, and query capable database, accessible via the Internet. The Contractor shall provide the capabilities for on-line review, comment, acceptance and approval of all deliverable data.
3.1.4.1 Antiterrorism (AT) / Operations Security (OPSEC)
When required to be at an Army controlled installation, facility or area, the Contractor and all associated sub-contractors shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative) and all requirements of the clauses in the contract. The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Service or Security Office. The Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.
3.2 Systems Engineering
The Contractor shall translate the basic operational needs, requirements and objectives, interface, and other design constraints including cost, into preliminary, verifiable, functional requirements and objectives, while conducting cost-benefit trades to support refinement of the preliminary functional requirements. The Contractor shall complete the system design (balanced with respect to performance, cost, schedule, and risk) and verify it meets the system requirements. The Contractor shall assess proposed changes in the evolving functional architecture, physical hierarchy, and baselines and objectively trade alternatives to balance performance, cost, schedule, and risk prior to approval.
3.2.1 System Design
The Contractor shall use the specifications and requirements documents associated with the TMTL as the basis for development of all implementing specifications. The design concept shall include incorporating an open systems approach which shall be based on an engineering and business strategy to choose specifications and standards adopted by industry. Standards bodies or de facto standards (set by the market place) shall be used for selected system interfaces, products, practices and tools. Selected designs and specifications shall be based on performance, cost, industry acceptance, long term availability, supportability, and upgrade potential.
3.2.1.1 Preliminary Design Stage
The Contractor shall initiate subsystem design and create subsystem-level definition and quote mark design-to quote mark baselines to guide component development. The Contractor shall decompose identified subsystem functions into lower-level functions, allocate functional and performance requirements to component-level functional and physical architectures. Each preliminary subsystem requirements and verification definition and preliminary quote mark design-to quote mark baseline shall be evolved into a subsystem requirement and verification definition and quote mark design-to quote mark baseline. Preliminary component requirements and verification definition and build-to baselines shall be defined for the components and the subsystem being developed. Final subsystem definition shall include identification of recommended components and interfaces; resolution of subsystem-level risks; assessment of component risks; and design for quality factors to include producibility, verifiability, usability, supportability, trainability, and disposability for each subsystem. Subsystem reviews (IPT meetings) shall be completed for each subsystem.
The Contractor shall present the TMTL preliminary design to the Government at a Technical Review.
3.2.1.2 Detailed Design Stage
The Contractor shall complete subsystem design down to the lowest component level, create a component requirements and verification definition and build-to component baseline for each component. Final component definition shall include identification of recommended parts and interfaces, and resolution of component-level risks. For each component, down to the lowest sub-component, the design for quality factors will include producibility, verifiability, usability, supportability, trainability, and disposability. Component reviews (IPT meetings) shall be completed for each component at the completion of the detailed design stage. The results of the evaluation shall be documented.
The Contractor shall present the completed TMTL design to the Government at the Critical Design Review (CDR).
3.2.1.3 Fabrication, Assembly, Integration and Test Stage
The Contractor shall fabricate, assemble and integrate the subsystems into a complete system that meets the requirements of the specifications and requirements documents. The Contractor shall resolve product deficiencies when specifications for the system, product, subsystem, assembly, or component are not met, as determined by inspection, analysis, demonstration, Government agreed certifications or tests. The Contractor shall test the system and subsystems needed to verify that the products meet the performance requirements stated in the associated System Requirement Document (SRD) PRF-PT-00619.
3.2.2 Hardware Engineering
The Contractor shall integrate and assemble the system hardware that satisfies the performance and IA requirements stated in the developed specifications. The Contractor shall conduct market surveillance and market investigations in order to maximize the use of commercial and non-developmental items. The Contractor shall apply the systems engineering process during each level of system development (system, subsystem, and component) to add value (additional detail) to the products defined in the prior application of the process. Through each of the following design stages (system/hardware requirements analysis; hardware requirements analysis;
preliminary design; detailed design; fabrication; testing; system integration and testing), information generated shall be documented in an integrated database.
3.2.3 Software Engineering
The Contractor and associated subcontractors shall follow software development practices that are compliant with at least Level three (3) of the Software Engineering Institute’s Capability Maturity Model Integration (CMMI). The design process shall incorporate features that promote assessment of open source software products with ease of operation, integration, software maintenance, future updates, and modifications. Computer programs and computer data systems shall be fully integrated in accordance with the system specification. The Contractor shall conduct market surveillance and market investigations in order to maximize the use of open source software, commercial software, Government owned, and non-developmental software.
3.2.3.1 Software Requirements and Architecture Development and Review
The Contractor shall develop software requirements and architecture in accordance with the contractor’s software development process plan. All analysis and results shall be documented in an integrated database. The Contractor is encouraged to suggest revisions to government requirements where such revisions would result in cost or schedule reduction or performance improvements. The Contractor shall define and record the operational concept for the system, define and record the architectural design of the system (identifying the components of the system, their interfaces, and a concept of execution among them) and the traceability between the system components and system requirements. Based upon analysis of system requirements, system design, and other considerations, the contractor shall define and record the software requirements to be met by each software item, the methods to be used to ensure that each requirement has been met, and the traceability between the software item requirements and system requirements.
3.2.3.2 Software Design and Implementation
The Contractor shall design software, develop executable code, perform unit testing, and integrate software components (with each other and with hardware components) to meet system requirements. Software design includes not only design to requirements but also selection of existing software products, including open source software, to meet system requirements and iterating the requirements to allow use of existing products when indicated by cost as an independent variable (CAIV) or schedule as an independent variable (SAIV) trades.
DI-IPSC-81435 Software Design Description (SDD)
DI-IPSC-81441 Software Product Specification (SPS)
3.2.3.3 Software Development Test
The Contractor shall establish and execute a software item qualification test program consisting of program or module and cycle or system levels of testing. For each software item, the contractor shall determine if that item warrants a verification effort and the degree of organizational independence of that effort needed. If the item warrants an independent verification effort, a qualified organization responsible for conducting the verification shall be selected. The Contractor shall document the life cycle activities for each software item subject to verification; the required verification tasks for each life cycle activity; and related resources, responsibilities, and schedule. The Contractor shall establish test cases (in terms of inputs, expected results, and evaluation criteria) and establish traceability between the test case and the system requirements, detailedprocedures for conducting the test, and test data for testing the software corresponding to each software item. The Contractor shall test the software corresponding to each software item. The testing shall be in accordance with the unit test cases and procedures. The Contractor shall analyze the results of item testing and shall record the test and analysis results. Prior to the start of final test, the contractor shall upgrade the commercial-off-the-shelf (COTS) products to the latest versions approved by the system software configuration control board. The Contractor shall conduct a software item test readiness review prior to initiating the formal qualification test.
3.2.3.4 Software Integrity Certification
The Contractor shall verify and certify that the system application software functions are designed in a properly secured operating system environment and is free of elements that might be detrimental to the secure operation of the resource operating system, as described in DoDI 8500.2.
3.2.4 Hardware and Software Integration
The Contractor shall perform all activities to integrate and assemble the hardware and software to achieve a fully functional system. All support systems shall perform and operate in accordance with the system specification and Contractor generated specifications. The Contractor shall verify the complete integration of the hardware and software of each hardware and software subsystem and the overall system through the utilization of formalized testing.
3.2.5 Information Assurance
The Contractor shall address and implement the IA security requirements for a connected system that has a Mission Assurance Category (MAC) III and a Sensitive confidentiality level. The Contractor shall follow the PEO STRI BAM and standard DIACAP processes and procedures for a Sensitive MAC III accredited system to account for all security system changes.
All IA and IA-enabled products shall be securely configured IAW DoD-approved security configuration guidelines. The Contractor shall obtain Security TechnicalImplementation Guides (STIGs) http://iase.disa.mil/stigs/index.html and implement each STIG into the design. As part of the system design and component selection process, IA shall be considered as a requirement for all systems used to enter, process, store, display, or transmit information. IA shall be achieved through the acquisition and appropriate implementation of evaluated or validated GOTS or COTS IA and IA-enabled IT products. All Commercial-Off-The-Shelf (COTS) IA products and IA-enabled products shall be certified compliant with National Security Telecommunications and Information Systems Security Policy Number 11 (NSTISSP-11) by labs accredited under the National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation Scheme (CCEVS) or National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Cryptographic Module Validation Program (CMVP). Similarly, Government Off-The-Shelf (GOTS) IA products or IA-enabled products employed by the system shall be evaluated by the National Security Agency (NSA) or in accordance with NSA approved processes.
The Army has mandated the Universal Gold Master (UGM) as the Windows-based standard operating system. UGM license can be obtained from Computer Hardware, Enterprise Software and Solutions (CHESS) website (https://chess.army.mil) or Softmart (http://www.softmart.com). Because UGM Windows operating systems requires valid activation, the government CAC card readers MUST be purchased.
If UGM cannot be used, (contractor shall provide written explanation as to why UGM cannot be used) an IA approved operating system shall be configured in accordance with the latest DISA Security Technical Implementation Guides (STIGs), written for that operating system. In addition, the STIGs apply not only to the operating system but also to other software or hardware component.
For hardware and software products not available through CHESS or Softmart, the contractor shall select the IA validated products from one of the links below. If CHESS items are not on the Common Criteria Certified Products (1) or NIAP Validated Product List (2), all IA and IA-enabled products must be on the APLITS (3).
1. Common Criteria Certified Products
http://www.commoncriteriaportal.org/products.html
2. The Common Criteria Evaluation and Validation Scheme – NIAP Validated Product List
http://www.niap-ccevs.org/cc-scheme/vpl/
3. Approved Products List Integrated Tracking System (APLITS) – CAC Card is required.
https://aplits.disa.mil/processAPList.do
Note: There will be no waiver issued by the government for unapproved IA products.
3.2.5.1 Information Assurance Artifacts
The Contractor shall comply with the IA process in accordance with DoD 8510.01 (DIACAP) and PEO STRI BAM.
The Contractor shall produce all components of the DIACAP package necessary to deliver and operate a fully accredited system. The Contractor shall ensure that the security requirements and procedures are met in accordance with all required DoD and Army regulation per the Mission Assurance Category and Confidentiality levels agreed upon for the system.
DI-MISC-80711 Scientific and Technical Reports
3.2.5.2 Information Assurance Vulnerability Management Program
As part of the Information Assurance Vulnerability Management Program (IAVMP), the contractor shall document the incorporated and unincorporated Information Assurance Vulnerability Alerts (IAVAs), Information Assurance Vulnerability Bulletins (IAVBs), and Information Assurance Vulnerability Technical Advisories (IAVTAs). The IAVMP plan shall include, but is not limited to, identifying and assessing potential threats to determine risks. It also involves developing and implementing controls, countermeasures, or solutions. The Contractor shall monitor the system for compliance and success while evaluating and refining the IAVMP as necessary. The Contractor shall incorporate all applicable DoD and Department of the Army (DA) Information Assurance Vulnerability Management messages issued on behalf of the Department of Army G3, CIO/G6 and Joint Task Force-Global Network Operations. The Contractor shall provide justification for each unincorporated IAVMP message (i.e., describe the specific negative impact the IAVMP message incorporation would have on the system operation).
3.2.6 Specialty Engineering
The Contractor shall provide Supportability Engineering, Reliability, Availability and Maintainability (RAM) Engineering, Safety Engineering, Quality Engineering, Human Factors Engineering, Electromagnetic Environment Effects (E3) Engineering, Containment and Corrosion Control, Standardization and Human System Integration as defined in the sections below.
3.2.6.1 Supportability Engineering
The Contractor shall ensure the supportability of the system through planning, implementation, and verification of materials, services and resources required to satisfy the operational requirements. Supportability by the requesting agency or a third party Contractors for hardware, software and documentation for maintenance shall be a requirement. Readiness, availability, supportability and Life Cycle Cost (LCC) shall be the primary design factors. The Contractor shall evaluate reliability, availability and maintainability factors in the design process. Design for supportability shall include the use of common fasteners and connectors, common commercial standards, and proven technology to the maximum extent possible. The system design shall minimize life-cycle costs and maximize life-cycle supportability by avoiding the use of proprietary items; components with limited sources for spare parts, support, or maintenance; recurring usage or service fees; and the need for special tools or test equipment.
3.2.6.2 Reliability Engineering
The Contractor shall develop, implement, and manage a system reliability process satisfying all reliability objectives and be completely integrated within the systems engineering process. The reliability process shall support economical achievement of overall program objectives and ensure sustained product integrity, personal safety, and logistics support information is derived from early reliability engineering analysis such that reliability engineering can be applied to influence the design effort. The process shall:
a. Improve operational readiness and mission success of the system.
b. Reduce system demand for maintenance manpower and logistic support.
c. Provide essential management information.
d. Hold down the reliability programs own impact on overall program cost and schedule.
Specific reliability design and verification criteria shall be established. Quantitative reliability requirements for the system, all major subsystems, and equipment shall be included in section 3 and section 4 of the system and item specifications. All reliability data and information used for logistics support analysis and engineering activities shall be based upon, and traceable to, the outputs of the reliability process. Reliability status shall be included as part of each program review. The Contractor shall conduct trade off studies to ensure quantitative issues such as stress levels, selection of parts, parts simplicity and redundancy are properly considered in the design trade off. The Contractor shall verify that reliability requirements are attained through analyses and test.
3.2.6.3 Maintainability Engineering
The Contractor shall develop, implement, and maintain a system maintainability process satisfying all maintainability and related objectives and be completely integrated within the systems engineering process. The maintainability process shall form the basis of concurrent and subsequent life cycle planning. The maintainability effort shall measure complexity, accessibility, and testability to enhance servicing, preventive maintenance, corrective maintenance, and diagnostic capabilities. Specific design and verification criteria shall be established through performance specifications of qualitative and quantitative factors to be expressed as measures of maintainability achievement for system, segment, subsystem, and equipment levels.
3.2.6.4 Safety Engineering
The Contractor shall develop and implement tasks and activities to identify, evaluate, and eliminate or control hazards throughout the systems life cycle. The Contractor shall ensure the safety of the system’s design, operation, transportation, maintenance, support, and disposal. The Contractor shall conduct safety analyses, hazard identification and classification, and hazards tracking integral to the system design effort. A hazard risk index, including hazard severity and hazard probability levels, shall be developed for all hazards.
DI-SAFT-80102B Safety Assessment Report (SAR)
3.2.6.4.1 Health Hazard Assessment
The Contractor shall identify potential health hazards and recommend engineering controls, equipment and protective procedures to reduce the associated risk to an acceptable level. The Contractor shall assess system, facility, and personnel protective equipment design requirements to allow safe operation and maintenance. When feasible engineering designs are not available to reduce hazards to acceptable levels, the contractor shall develop alternative protective measures. The Contractor shall address the hazardous materials listed in the Environmental Protection Agency’s (EPA) toxics release inventory (available at http://www.epa.gov/tri/chemical/index.htm) and the list of Class I and Class II stratospheric ozone depleting substances (ODSs), as listed 29CFR1910.1200.
3.2.6.5 Quality Engineering
The Contractor shall establish measurement points that will provide maximum visibility into new and prior processes to assure contractual requirements are being met. The Contractor shall select the proper methods to analyze these processes to continuously improve the system. Metrics shall be developed to assist management visibility into an adequate process control system. The Contractor shall establish and maintain a computerized discrepancy tracking system within the IDE with the ability to produce complete permanent records of all discrepancy or database listings. The Contractor shall establish a suspense system to ensure timeliness of analysis and corrective action for discrepancies and risk reduction items. All discrepancy correction shall be documented and entered in an integrated database.
The contractor shall use process controls and continuous process improvement to achieve quality hardware and software. The Contractor shall update, maintain, and execute a Quality Program to achieve these ends. Quality Management System shall be IAW ISO 9001:2000, AS9100 (Series) or equivalent. The Contractor shall upon request by the Procuring Contracting Officer (PCO), the Contracting Officer Representative (COR), or as part of regularly scheduled program reviews, present quality status related to overall quality system status, procedure/process changes or initiatives, or areas of concern/quality issues. At the Governments discretion, the PM may conduct a quality audit to validate compliance to AS 9100/ISO 9001 or the equivalent commercial standard being used and compliance to contract requirements. The Government must give the Contractor thirty (30) days written notice or appropriate lead-time of their intent to conduct this quality audit. The frequency of these audits will be no more than once a year unless program problems or hardware issues dictate that additional audits are required.
3.2.6.5.1 Test Discrepancies
The Contractor shall document all test discrepancies for Contractor conducted tests and track the failure analysis and corrective action for each test discrepancies until correction and regression test are successfully completed. The Contractor shall establish a suspense system to ensure timeliness of analysis and corrective action of each test discrepancy. The Contractor shall establish a process to receive test discrepancies from any IPT member and accomplish data entry. Upon correction of the test discrepancies, the Contractor shall test the system to ensure that the correction of the test discrepancies did not interfere with or alter the functionality of the system. Upon closeout of a discrepancy, the contractor’s process shall notify the government designated test director that an integrated database has been updated.
3.2.6.5.2 Discrepancy Processing
The Contractor shall document a detailed description defining the changes made to the equipment, hardware, and software to correct each discrepancy. Each discrepancy correction that modifies or changes any baseline shall be documented and entered in the configuration management system. Discrepancies ready for recheck shall normally accumulate into sufficient quantities to permit at least eight (8) hours of continuous testing.
3.2.6.5.3 Test Discrepancy Priorities
The Contractor shall assign level of effort to test discrepancies based on the priority codes assigned by the test team in accordance with the ground rules established by the IPT. The following priorities shall be assigned with the government reserving the right to make the final determination of the priority of any test discrepancy:
Priority Description Schedule Impact
1 Safety item or system failure Testing halted
2 Subsystem failure Some testing impossible
3 Training impact which may affect testing Fix prior to next assessment milestone
4 Training impact which has no testing impact
Fix prior to DD Form 250
5 IA Vulnerabilities (CAT I & II)
CAT III vulnerabilities must have mitigations approved by the DAA Fix prior to becoming operational and
Prior to DD Form 250
6 Minor training impact Fix TBD
3.2.6.6 Human Factors Engineering
The Contractor shall plan and implement a human factors engineering program to insure the satisfaction of system objectives and personnel safety of the operator and maintainer. The Contractor shall insure management control of the human engineering effort and specifically ensure that:
a. System requirements are achieved by consideration of the capabilities and limitations of the human component;
b. Through proper design of equipment, software and associated user interfaces, and environment, the personnel-equipment-software combination meets system performance goals;
c. Design features will not constitute an undue hazard to personnel;
d. Trade-off points between automated versus manual operation have been chosen for peak system effectiveness within appropriate cost limits;
e. The application of human engineering principles to system design is technically adequate;
f. The equipment is designed to facilitate required maintenance;
g. Procedures for operating and maintaining equipment are efficient, reliable, and safe;
h. Potential error-inducing equipment design features are minimized; and
i. The layout of the facility and the arrangement of equipment affords efficient communication and use.
3.2.6.7 Electromagnetic Environmental Effects (E3) Engineering
The Contractor shall determine the criteria and verification method to ensure that the system electronic or electrical hardware configuration is not a source of electromagnetic interference (EMI) or a victim of E3 in the intended operational environment in which it is installed or at its operational locations. The Contractor shall establish and maintain a process to verify and assure that the system operations functionality is not affected by E3.
3.2.6.8 Contaminate and Corrosion Control
The Contractor shall incorporate the latest state-of-the-art corrosion control technology as determined by logistic support analysis into the system design process, the manufacturing process, and all levels of maintenance, supply, and storage processes. The objective is to minimize corrosion by using design and manufacturing practices that address selection of materials; coatings and surface treatments; production processes; process specifications; system geometry; material limitations; environmental extremes; storage and ready conditions; preservation and packaging requirements; and repairs, overhaul, and spare parts requirements. Design concepts shall reflect realistic environments and resource availability as determined by logistic support analysis.
3.2.6.9 Standardization
The Contractor shall influence the system design to achieve maximum subsystem, component, and repair parts commonality. The Contractor shall minimize equipment and parts proliferation through a standardization effort. The standardization effort shall include coordination with PEO STRI Life Cycle Contractor Support (LCCS) contractors to maximize use of parts already in the inventory or to determine that the existing logistics support resources will benefit from the items chosen for the system.
3.2.6.10 Human System Integration (HSI)
The Contractor shall establish a plan for Human System Integration for any program that requires personnel (as operators, maintainers or supporters) to ensure a total system approach that will accommodate the cognitive, physical and sensory skills of the specified user population.
3.2.7 Design Reviews
Contractor shall conduct reviews, to include design reviews (system, subsystem, component, life cycle processes, test readiness, production approval) and audits (functional and physical configuration), for the purpose of assessing technical progress. The Contractor shall document the results of the review, including any resulting action items.
3.2.7.1 Preliminary Design Review (PDR)
The Preliminary Design Review (PDR) is a multi-disciplined product and process assessment to ensure that the system can proceed into detailed design and can meet the stated performance requirements within cost (program budget), schedule (program schedule), risk, and other system constraints. This review will assess the system preliminary design as captured in performance specifications for each configuration item in the system (allocated baseline) and ensures that each function in the functional baseline has been allocated to one or more system configuration items. PDR determines whether the hardware and software preliminary designs are complete and the IPT is prepared to start detailed design and test procedure development. See Appendix A for Entry and Exit Criteria and PDR Products.
3.2.7.2 Critical Design Review
The Critical Design Review (CDR) is a multi-disciplined product and process assessment to ensure that the system can proceed to system fabrication, demonstration, and test and can meet the stated performance requirements within cost (program budget), schedule (program schedule), risk, and other system constraints. This review will assesses the system final design as captured in product specifications for each configuration item in the system (product baseline), and ensures that each product in the product baseline has been captured in the detailed design documentation. Product specifications for hardware must enable the fabrication of configuration items, and shall include product definition data. Product specifications for software (e.g. Software Design Documents) must enable coding of a Computer Software Configuration Item (CSCI). Configuration items may consist of hardware and software elements.
The subsystem detailed designs shall be evaluated to determine whether they correctly and completely implement all system requirements allocated to the subsystem and whether the traceability of final subsystem requirements to final system detail design is maintained. At this review, the IPT shall also review the results of peer reviews on requirements and final detail design documentation and ensure that latest estimates of cost (development, production, and support) are consistent with the detail design. A successful review is predicated on the IPT’s determination that the subsystem requirements, subsystem detail design, results of peer reviews, and plans for testing form a satisfactory basis for proceeding to system fabrication, demonstration, and test. See Appendix A for Entry and Exit Criteria and CDR Products.
Once the Government has approved the design at CDR, the Contractor shall submit Engineering Change Proposals (ECPs) when a change is proposed to the configuration management baseline for Government review and approval prior to proceeding.
3.2.8 Product Definition Data (PDD)
During the systems engineering and design, and in accordance with MIL-STD-31000, the contractor shall develop, produce, and maintain product definition data (PDD) that accurately depicts the final product. The PDD is the technical description of items adequate for supporting an acquisition strategy, production, engineering, IA, and logistics support. The PDD shall disclose complete design, IA, logistics, manufacturing requirements, and the means of measuring compliance with the requirements. Piece part information (drawings, computer aided design files and meta data) and associated lists shall provide the necessary design, engineering, IA, manufacturing, and quality assurance requirements information necessary to enable the procurement or manufacture of an interchangeable item that duplicates the physical, IA, and performance characteristics of the original product without additional design engineering effort or recourse to the original design activity. The Contractor shall identify the higher-level components and assemblies to be repetitively procured as spare components and assemblies or that may be procured independently. For each higher-level component or assembly, the Contractor shall determine and document the functional requirements for the item, the environment in which it must operate, interface and interchangeability characteristics, and criteria for verifying Logistics Support criteria.
DI-SESS-81003C Commercial Drawings and Associated List
DI-SESS-81000C Product Drawings and Associated List
3.3 Logistics
The Contractor shall conduct engineering analyses to establish quantitative and qualitative supportability design guidelines. The Contractor shall conduct trade studies, evaluate design and support alternatives, and establish system supportability preliminary design configurations consistent with system readiness and availability and life cycle cost goals. The Contractor shall coordinate with existing life cycle contractor support (LCCS) using associate contractor agreements, develop initial fielding plans for the system, and verify that the maintenance actions and support structure are aligned with the maintenance concept.
3.3.1 Logistics Support Analysis
The Contractor shall identify support resources and infrastructure necessary for test and evaluation activities. The Contractor shall analyze existing LCCS support structures and develop and define an optimized support infrastructure for production and deployment. The recommended support resources shall be sufficient to allow another contractor with comparable skills to assume operation, maintenance, and support of the system and sustain the system availability requirement. The Contractor shall only use the form, fit, function, and interface requirements in the performance specifications for provisioning, training, and maintenance planning.
3.3.2 Supportability Analysis and Logistics Management Information
The Contractor shall conduct repair level analyses; develop diagnostic, preventative maintenance and repair procedures; conduct facilities analyses; refine hardware and software maintenance and support concepts; and identify support resource requirements including required spares and support equipment. Using SM&R Codes, the contractor shall develop a listing of which items should be repaired and which should be discarded and the level of maintenance at which the repair should be performed with the associated cost. The Contractor shall document the following in a database:
a. All input data and their corresponding value and source of the data;
b. Operational scenario modeled, assumptions made, constraints assumed, and non-economic factors imposed;
c. Maintenance alternatives considered;
d. Analytical method and models used to perform the economic evaluations; and
e. Discussion of the sensitivity evaluation performed and results obtained.
DI-SESS-81758 Logistics Product Data
3.3.3 Technical Publications
The Contractor shall describe each operation and maintenance task in detail and in logical, systematic steps for the work to be accomplished. The operations and maintenance instructions shall accurately provide the technician with all the information needed to keep the equipment operational. It shall provide system and subsystem oriented instructions for installation, operation, maintenance, and testing. All tools, test equipment, and consumable items required to accomplish any maintenance or installation shall be identified just prior to and as part of the task. Government furnished material, government technical manuals or government-approved commercial operation and maintenance manuals shall be used as references for system and subsystem maintenance. All government technical manuals and COTS manuals shall be reviewed to ensure changes, updates, revisions, or supplementation is not required to reflect the components actually being installed. All publications shall reflect the configuration of fielded hardware as documented in the product baseline. The Contractor shall prepare Operator and System Maintenance Manuals that provide instructions suitable for use by the intended audience of the system. The Operator Manual shall also include operator maintenance tasks such as preventive maintenance checks and services, inspection, lubrication, adjustment, and operator level repair and replacement tasks as needed. The Contractor shall identify and document maintenance tasks for both levels of the maintenance concept. The Contractor shall identify all required spare parts, consumables, tools, and test/support equipment associated with each task and identify the level of maintenance at which each task shall be performed.
DI-TMSS-80527 Commercial Off The Shelf Manuals & Associated Supplemental Data
3.3.3.1 Operator User’s Manual (OUM)
The Contractor shall deliver an OUM documenting tasks necessary to operate the trainer. The Contractor shall identify and document operator specific tasks for preventive maintenance checks, inspection, lubrication, adjustment, and operator level repair and replacement tasks. The Contractor shall identify all required spare parts, consumables, tools, and test/support equipment associated with the operation and operator’s preventive maintenance tasks.
MIL-STD-40051-2B Preparation of Digital Technical Information for Page Based Technical Information (Table A-II)
3.3.3.2 System Maintenance Manual (SMM)
The Contractor shall deliver an SMM documenting tasks necessary to maintain the trainer. The Contractor shall identify and document maintainer specific tasks for detailing installation, fault isolation, Line Replaceable Units (LRU) procedures, software update procedures, and all necessary maintenance procedures to maintain the trainer. The Contractor shall identify all required spare parts, consumables, tools and test/support equipment associated with the maintenance tasks.
MIL-STD-40051-2B Preparation of Digital Technical Information for Page Based Technical Information (Table A-IV)
3.3.3.3 Publications In Process Review’s (IPR’s)
The Contractor shall host and co-chair publication reviews to ensure the technical publications are being prepared according to contracts. Each IPR shall be scheduled to coincide with a system level program reviews defined in the integrated master plan. The Contractor shall act on reported decisions and discrepancies resulting from or associated with each IPR. Each review shall include a review of incorporated corrections or comments from previous IPR’s prior to proceeding with the current IPR. If any IPT member identifies previous IPR comments that are not included in the technical publications, the IPR shall be considered incomplete.
3.3.4 Item Unique Identification (IUID)
The Contractor shall coordinate among the IPT members to determine items requiring unique identification including embedded subassemblies, components, and parts and identify the UID to be used for each item. The Contractor shall provide unique item identification, or a DoD-recognized unique identification equivalent, for all identified items delivered. UID marking design for each item shall be both machine readable and human readable in accordance with MIL-STD-130N.
DI-MGMT-81858 Unique Identification (IUID) Marking and Verification Report
3.3.5 Training Products
The Contractor shall use, to the maximum extent possible, all previously developed data that can be applied toward satisfying the data requirements of MIL_PRF_29612B. This includes Government Furnished Information (GFI) and data developed by the contractor incident to other contractual requirements.
3.3.5.1 Course Conduct Information Package
The system training data product shall provide data required by the government for outsourcing the conduct of training. The system product shall provide sufficient information for an accurate evaluation of a student’s capabilities to meet all learning objectives of a course and shall identify prerequisite knowledge and skills of students entering the course. The product shall inform students of the training syllabus, organization, operation, scheduling, and other pertinent information. The product shall also provide information on an evaluation of a trainee’s performance, the trainee evaluation of training, and shall provide the trainee with a certificate of training.
DI-SESS-81522 Course Conduct Information Package
3.3.5.2 New Equipment Training (NET) and Support
The Contractor shall define, develop, and conduct training for users/operators to understand the functional and operational capabilities. The Contractor shall provide training and training system documents required to support setup, installation, configuration, and operation of system software and hardware, system tools, techniques, methodologies, and for sustainment. The Contractor shall develop a complete and exportable training support package that integrates training products, materials, and other pertinent information necessary for system training. The Contractor shall design and develop this training support package using instructional systems design processes.
3.3.5.2.1 Instructor / Operator (I/O) Training
The Contractor shall plan, develop, conduct, and document the completion of the initial instructor and operator course for the initial cadre instructors. The course shall provide comprehensive training for instructors in the concepts, skills, and aptitude to efficiently operate the system. The course shall provide familiarization with simulator operatingtechniques and shall emphasize the utilization of the instructor facility, its functions, and controls. The course shall address the physical and functional descriptions and operation of the equipment including features, advantages, and configurations.
3.3.5.2.2 Maintenance Training
The Contractor shall plan, develop, conduct, and document the completion of the initial maintainer course for the initial cadre of maintenance personnel prior to government acceptance. The course shall provide comprehensive training for maintainers in the concepts, skills, and aptitude to efficiently operate the system. This course shall consist of instruction in troubleshooting and maintenance, diagnostics to fault isolation, calibration, adjustments, remove and replace procedures, use of built in test, and repair that is beyond operator-level maintenance. After completion of the course, all personnel shall be capable of operating, maintaining, and troubleshooting the simulator to the board replacement level.
3.4 Interim Contractor Support (ICS)
The Contractor shall provide ICS services at the fielding location for 12 months immediately after User Acceptance Test (UAT). The Contractor shall maintain a high level of security awareness commensurate with the Mission Assurance Category (MAC) and Confidentiality Level. The Contractor shall implement the Army approved Information Assurance Vulnerability Management program during the ICS period and shall assist in compliance reporting. A one-year ICS period was considered as the desired capability in lieu of the LCCS that could not be fully provided by the first unit equipped date because of time or acquisition program constraints. The ICS contract identified minimum data to be provided to the Government by the contractor (such as defective or nonconforming parts, task frequency, parts usage, and repair times at each maintenance level; mean times between maintenance failures; engineering changes; and skills/training needed).
3.4.1 Software Support
The Contractor shall provide services to maintain and update system software for the duration of the ICS effort. At the end of the ICS effort, the contractor shall deliver, install, and check-out for proper operation a subset of the development software support environment to serve as the sole means to sustainment for the system software. The software support environment shall include all commercial, government-funded, and contractor proprietary software, all necessary documentation/specifications, plus executing hardware with all applicable licenses necessary to enable the government to fully support all system software.
3.4.2 Site Support
The Contractor shall provide support and management of site logistical operations to obtain a Government-designated readiness rate of 90 percent. In accomplishing this mission, the contractor shall perform the administrative, operational, maintenance, supply, technical documentation change and revision program, and other support functions required.
3.4.3 Engineering Services
The Contractor shall provide engineering services to support the program and operational use of the system. Engineering services efforts are limited to those non-repetitive investigation, inspection, analysis, evaluation, design, documentation, fabrication, and testing tasks that are in addition to those services required by the ICS effort or to deliver acceptable hardware items after start of production.
3.4.4 Transition Planning
The Contractor shall provide support for the transfer of ICS responsibility to the government or another contractor. Support shall include those services required to insure the effective, efficient transfer of responsibility as well as technical data, t
OutreachSystems Article Number: 140314/PROCURE/0730
Matching Key Words: writ*; technical; standard; operating; procedure?;
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
U–US Army Master Resiliance Training (MRT) training curriculum development and presentation. W9124D-14-Q-5253 032514 Frank Ulery, (502) 624-3272 MICC Center – Fort Knox This is not a Request for Proposal. The government does not intend to award a contract from the results of this Sources Sought Notice. The applicable North Atlantic Industry Classification Code (NAICS) for this requirement is 611430 and the small business size standard is $10.0M.
The Mission and Installation Contracting Command (MICC) Knox is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to determine the capabilities of all businesses interested in providing the supplies and services customarily provided by a educational services for professional and management development services commercial concern to support the Comprehensive Soldier and Family Fitness (CSF2) Program for Headquarters, Department of the Army, Washington, D.C. This requirement is for services including, but not limited to: training, developing, maintaining, updating, and/or revising training products for the Army’s Master Resilience Training (MRT) Program training curriculum quote mark Armified quote mark . The contractor have the ability to provide subject matter experts to train personnel to become certified in Master Resilience Training Level III (Assistant Primary Instructor) and the Master Resilience Training Level IV (Primary Instructor).
The proposed period of performance will be for a one-year base period and two one-year option periods. The intent is to issue one solicitation with award to one contract. Potential offerors must be able to perform the entire requirement. If your company is unable to perform the entire requirement, provide information regarding the portions your company is able to provide.
Please limit your response to no more than 7 pages and include the following:
1. Business Information: company name, address, point of contact, phone number, email address, D&B Duns Number, and business size and classification (i.e., small business, 8(a), woman-owned, service-disabled veteran-owned, HUBZone, large business, etc.).
2. Capability Information:
Describe your overall capabilities, experience, and resources for performing a contract of this type.
Describe your ability to manage a contract of similar size and scope.
Responses to this notice may contain company proprietary information and must be marked accordingly. The government shall not be liable for or suffer any consequential damages for any technical information identified (e.g., limited and/or restricted rights). This is a market research tool being used to determine procurement strategy. Responses must be submitted by 5:00 PM, Eastern Daylight Time (EDT), on Tuesday March 25, 2014. No extensions will be granted and no responses will be accepted after this closing date. Responses must be in writing and submitted electronically to Frank Ulery at franklin.r.ulery.civ@mail.mil. Responses should also include the Sources Sought number in the subject line of the email message.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/d9145f5e4700c6ad18274812edc4081e
OutreachSystems Article Number: 140314/PROCURE/0838
Matching Key Words: age:state!ky; state!ky;
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Lot # 2 Scrap Metals QRP14-0014 032014 Daniel Pearman, QRP Manager, Phone 5026245673, Fax 5026245672, Email daniel.pearman@us.army.mil – Bridgette Caico, Clerk, Phone 5026245026, Fax 5026245672, Email bridgette.r.caico.naf@mail.mil
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0014/listing.html
OutreachSystems Article Number: 140314/PROCURE/1017
Matching Key Words: state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — TV Director and Make-UP Artist (VOA Broadcast Operations) BBG50-R-14-0012 032614 Patrice Abner, Contract Specialist, Email pabner@bbg.gov – Herman P Shaw, Contracting Officer , Email hshaw@bbg.gov ;
p;
Title: Various (TV Director and Make-Up Artist)
Solicitation Number: BBG50-R-14-0012
Synopsis: Synopsis/Solicitation
(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-14-0012 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) codes for this acquisition are 512191, 515120 and 711510 with small business size standards of $29.5M, $35.5M and $7M respectively.
(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 Television Director Services and Makeup Artist Services as described in the attached Statements 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 awards under this Solicitation on/or about on April 1, 2014 and no later than October 1, 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 one (1) reference(s) 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.
Summary of Proposal Items Required:
List Solicitation number and title of statement of work on each proposal item.
If responding to multiple statements of work listed in this solicitation, separate proposal packages are required for each statement of work offeror is responding to.
– Resume
•· – Narrative (detailing how the offeror would meet the Technical Requirements listed on the Statement of Work)
•· – Price Proposal (Attachment A Sheets – Separate sheets attached for TV Director and Make-Up Artist)
•· – Past Performance (Attachment B sheet – utilize sheet for TV Director proposals and Make-Up Artist proposals)
•· – SAM registration information in (x)
(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 and/ or the individual offeror. Proposals will be accepted via courier, e-mail or hand-delivery. Oral and faxed proposals will not be accepted .
Questions:
Please note that questions must be submitted in writing to Patrice Abner by email (pabner@bbg.gov) and received before the deadline of 4:00 p.m., Eastern Daylight Time on March 19, 2014. No questions via phone will be accepted.
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 ( if submitting via e-mail , only one copy of each is required) . All proposals must be sent via courier or overnight delivery or e-mail or hand-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 March 26, 2014 at 4:00PM, 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 Ave Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0012/listing.html
OutreachSystems Article Number: 140313/PROCURE/0073
Matching Key Words: naics!711510;
Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
R–Program and Systems Support (PASS) W15QKN-13-R-0096 061913 Christopher Trotman, 609-562-3863 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Program and Systems Support (PASS) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Life Cycle Logistics; Systems Engineering; Business Improvement; Business Analytics; Modeling and Simulation Management; Test and Evaluation; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0096 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.
It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.
In accordance with FAR Part 19, the Government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under the North American Industry Classification System (NAICS) 541330, with a size standard of $35.5M are encouraged to submit their capability packages and should identify your company’s small business size standard based on that code.
In addition to the above efforts to seek maximum opportunities for small business participation, the NAVAIR 6.8 CBO intends to procure an IDIQ contract specifically for small business participation entitled quote mark PASS-Small Business (SB). quote mark The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.
Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support (PASS), dated 29 May 2013. This documentation must address, at a minimum, the following:
(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.
(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS PWS.
(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).
NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.
Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.
Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.
Contractors are responsible for all costs for submitting their capability packages. The PASS requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS requirement are the Contracting Officer, Evonne Heyward at Evonne.M.Heyward.civ@mail.mil (609-562-7116), and the Contract Specialist, Chris Trotman, at Christopher.R.Trotman.civ@mail.mil (609-562-3863). All capability packages and PWS information/comments from Industry ON THE PASS ACQUISITION ONLY must be electronically submitted to the PASS POCs by 19 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
**NOTE: THE PASS-SB CONTRACTING OFFICER AND CONTRACT SPECIALIST WILL BE IDENTIFIED WHEN THAT REQUIREMENT’S DRAFT PWS AND SOURCES SOUGHT NOTICE ARE RELEASED. PLEASE DO NOT SUBMIT ANY INQUIRIES, COMMENTS, AND/OR QUESTIONS ON PASS-SB TO EVONNE HEYWARD OR CHRISTOPHER TROTMAN.**
Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL: https://www.fbo.gov/notices/dbcd52ea5eade0ba82670f66efa00ded
OutreachSystems Article Number: 140313/PROCURE/0426
Matching Key Words: writ*; technical; standard; procedure?;
Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
R–Programs and Systems Support-Small Business (PASS-SB) W15QKN-13-R-0183 062713 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.
It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.
This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standardof $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.
Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:
(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.
(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.
(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).
NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.
Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.
Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.
Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS POCs by 27 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL:https://www.fbo.gov/notices/a13dced78f883877e1efdaeb76be2a02
OutreachSystems Article Number: 140313/PROCURE/0427
Matching Key Words: writ*; technical; standard; procedure?;
Department of Veterans Affairs, VA Boston Healthcare System, Department of Veterans Affairs Boston Healthcare System, Department of Veterans Affairs; VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street; Brockton MA 02301
T--Video Editing Services VA24114I0298 031814 Casey Shaner 774-826-3328 casey.shaner@va.gov casey.shaner@va.gov This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency’s requirements exists, (2) determine if commercial items suitable to meet the agency’s needs are available or could be modified to meet the agency’s requirements, and (3) determine the commercial practices of company’s engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.
Requirement: This notice is issued by the Department of Veterans Affairs, Boston VA Healthcare System, Brockton, MA to identify sources capable of providing the following:
VISN 1 Contracting is conducting market research on CCTV purchase and installation. Contractor provide video editing services to be completed on behalf of the Health Services Research and Development Service (HSR&D), Center for Information Dissemination and Education Resources (CIDER). Eight to ten, one to three minute video‘s will be produced each year from footage provided to contractor.
Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 512191, Teleproduction and Other Postproduction Services and the size standard is $29.5 million.
Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to casey.shaner@va.gov no later than March 18, 2014 at 1:00PM, Eastern with the following information/documentation:
1. Name of Company, Address and DUNS Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: 8(a) Business / HUBZone Small Business / Service-Disabled Veteran-Owned Small Business / Small Business / LargeBusiness
4. GSA number if applicable.
5. Commercial market information and practices applicable to this supply and service.
6. A positive statement of your intent to submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.
Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.
At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror’s responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
Performance Work Statement
Fiscal Year 2014-2018
PROJECT OVERVIEW:
Following is the scope of work for video editing to be completed on behalf of the Health Services Research and Development Service (HSR&D), Center for Information Dissemination and Education Resources (CIDER).
A. GENERAL INFORMATION
1. Title of Project: VA HSR&D video editing.
2. Scope of Work: Using raw video footage supplied by CIDER, the contractor shall provide editing, cutting, expert advice, and creative services necessary to produceapproximately 8-10 one to three minute videos per year for each year in the 5-year contract period. The purpose of these videos is to create a highly impactful way to educate VA policymakers, managers, and caregivers nation-wide about HSR&D evidence based research innovations and resources aimed at improving the quality of health care for veterans and to encourage implementation of these innovations to improve health care effectiveness and patient outcomes.
3. Performance Period: The contractor shall complete the work required under this PWS within the timeline specified below, unless otherwise directed by the Contracting Officer.
4. Managing Agency: The VA HSR&D Center for Information Dissemination and Education Resources (CIDER) is the managing organization with the Department of Veterans Affairs for this project. The Web & Social Media Editor, CIDER, shall be the contractor’s principal point of contact regarding the execution of the contract’s requirements.
B. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES
Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below.
1. Contractor shall provide full post-production services; closed captioning, voice work, free music downloads for backing tracks, and other materials and services necessary for port-production.
2. Contractor shall be capable of working in AVID, FinalCutPro X, and of importing and exporting all file formats.
3. Contractor shall provide virtual online workspace for client to access files-in-progress.
4. Contractor shall provide consulting services to remote client when necessary.
5. Contractor shall physically deliver/transfer files to and from the VA via hard drive in the instance the VA is unable to upload data.
Deliverable 1: Work Plan – The contractor shall provide to the CIDER staff a work plan which presents the contractor’s plan for completing the project. The contractor’s plan shall be responsive to this PWS and describe, in further detail, the work plan for the post-production work associated with the videos.
Deliverable 2&3 (Rough Cut, Final, Closed Captions): The vendor shall provide all services related to editing and cutting and such other post-production requirements as needed to complete the project to the expectations of the CIDER staff and to standards acceptable for posting on a prominent public website including compliance with accessibility regulations of the federal government. The contractor will employ such creative resources and intangible skills and expertise as are standard for projects of this sort.
DELIVERABLE DATE
1 WORK PLAN 30 days after contract is signed
2 Video rough cut 14 days after rough cut received
3 Video final and closed caption 60 days after the edits
.
C. SCHEDULE OF DELIVEABLES
1. The contractor’s detailed work plan dates will serve as the schedule of delivery for each deliverable specified.
D. REPORTING REQUIREMENTS
1. The contractor shall provide CIDER with a written progress report at the end of the fiscal year.
2. The progress report shall cover all work completed during the contract period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify and explain any problems that have arisen but have not been completely resolved.
E. GOVERNMENT RESPONSIBILITIES
Government shall provide supporting b-roll and still images, and shall make available appropriate VA contacts as required by the work plan. The government shall complete and release required reviews and approvals in a timely manner and in accordance with the work plan.
URL: https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24114I0298/listing.html
OutreachSystems Article Number: 140313/PROCURE/0432
Matching Key Words: video*; edit*; produc*; website; web; education*; business*; documentation; produce?; production?; commercial?;
Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
R–Programs and Systems Support-Small Business (PASS-SB)
Include PASS-SB Questions and Answers 20 June 2013 attachment to address
industry questions to date. W15QKN-13-R-0183 062713 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.
It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.
This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standardof $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.
Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:
(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.
(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.
(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).
NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.
Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.
Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.
Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS POCs by 27 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL:https://www.fbo.gov/notices/47dbb5b4e0d8f34362b131943b3d366b
OutreachSystems Article Number: 140313/PROCURE/0530
Matching Key Words: writ*; technical; standard; procedure?;
Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
R–PASS-SB
Include Questions and Answers
Revise Draft PWS Sections
1.2 & 3.3 Life Cycle Logistics added
3.5.2.6 Database Admin deleted
CDRLs and Sections Renumbered W15QKN13R0183 063013 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.
It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.
This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standardof $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.
Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:
(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.
(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.
(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).
NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.
Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.
Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.
Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS-SB POCs by 30 June 2013 by 6:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL:https://www.fbo.gov/notices/65d1e61af829c7cde6b0fc459516cbc5
OutreachSystems Article Number: 140313/PROCURE/0531
Matching Key Words: writ*; technical; standard; procedure?;
Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
R–PASS-SB Questions & Answers 28 June 2013 attachment W15QKN13R0183 063013 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.
It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.
This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standardof $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.
Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:
(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.
(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.
(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).
NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.
Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.
Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.
Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS-SB POCs by 30 June 2013 by 6:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL:https://www.fbo.gov/notices/fa73f4eafc8205aaa0bd65300b95b612
OutreachSystems Article Number: 140313/PROCURE/0532
Matching Key Words: writ*; technical; standard; procedure?;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — TACTICAL TRAUMA SUPPLIES H92244-14-T-0129 033114 Tina Ford, Contract Specialist, Phone 757-893-2865, Fax 757-893-2957, Email tina.ford@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0129, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective 30 Jan 14.
This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B Schedule of Supplies and Services
CLIN 0001 Training Military Blow Out Kit P/N: TQS-20FS(TRNG) Qty: 200
CLIN 1001 Training Military Blow Out Kit P/N: TQS-20FS(TRNG) Qty: 200
(option)
CLIN 2001 Training Military Blow Out Kit P/N: TQS-20FS(TRNG) Qty: 200
(option)
CLIN 3001 Training Military Blow Out Kit P/N: TQS-20FS(TRNG) Qty: 200
(option)
Section C Statement of Work
Each kit should contain the following:
Nasopharyngeal Airway 28fr, Surgilube 3gr, Quikclot Combat Gauze (Trainer), Foxseal Occlusive
Dressing (2 pack), 14G x 3.25″ Decompression Catheter, Primed Compressed Gauze (2 each), 4″
Emergency (Israeli) Dressing, 4″ Elastic bandage (non-latex), Red mechanical wax pencil, TCCC
Casualty Assistance card, Zip-lock bag.
Each kit needs to be packed identically to each other and resemble the order of packing that the “non-training” kits are in.
Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.204-7 System for Award Management Jul 2013
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Nov 2013
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2013
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan 2014
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jan 2014
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013
FAR 52.232-36 Payment by Third Party Jul 2013
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-1 Site Visit Apr 2004
FAR 52.243-1 Alt II Changes – Fixed Price Alt II (Apr 1984) Aug 1987
FAR 52.247-29 F.o.b. Origin Feb 2006
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A System for Award Management Alternate A May 2013
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun 2012
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002
SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
CLAUSES INCORPORATED BY FULL TEXT
Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Nov 2013
FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984
FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984)
Funds are not presently available for this contract. The government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the government for any payment may arise until funds are made available to the contracting officer for this contract and until the contractor received notice of such availability, to be confirmed by the contracting officer.
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 862-9465.
5652.204-9003 Disclosure of Unclassified Information (2007) Section H
(Revised November 2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Tina Ford, Contract Specialist; Email address: tina.ford@vb.socom.mil
Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 31 March 2014. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management Registration (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Tina Ford, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
Point of Contact for this solicitation is Tina Ford at tina.ford@vb.socom.mil or phone (757) 862-9468 or fax to (757) 862-0809.
Set-Aside: Total Small Business Place of Performance: VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0129/listing.html
OutreachSystems Article Number: 140311/PROCURE/0373
Matching Key Words: film?; produc*; train*; trng; you; website; site?; business*; event?; commercial?;
FedBizOpps – Awards
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, Bldg 2174 13 1/2 Street, Fort Campbell, KY 42223
R–OPTION – Locate utility conduit services, Fort Campbell, KY W91248-14-T-0003 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W91248-14-P0013 $444,990.90 031314 ALL BATEMAN CIVIL SURVEY COMPANY, PC [DUNS: 181370268],200 north main street, holly springs NC 27540 No Description Provided
URL: https://www.fbo.gov/notices/1764e3c391e1b885bbb77f82c6427273
OutreachSystems Article Number: 140314/AWARDS/1058
Matching Key Words: age:state!ky; state!ky;
FedBizOpps – Surplus
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Lot # 2 Scrap Metals QRP14-0014 031314 Daniel Pearman, QRP Manager, Phone 5026245673, Fax 5026245672, Email daniel.pearman@us.army.mil – Bridgette Caico, Clerk, Phone 5026245026, Fax 5026245672, Email bridgette.r.caico.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for non-exclusive sale of Lot # 2 Scrap Metals. The duration of this is for 1 load. Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is 3-20-14 by 2pm Eastern Standard Time. Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome. The contract performance location is bldg 2962 Frazier Rd. Fort Knox Ky 40121 Bridgette Caico Shipping, Sales, and Receiving Clerk Fort Knox Qualified Recycle Program Phone- 502-624-5026 Fax- 502-624-5672
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0014/listing.html
OutreachSystems Article Number: 140314/SURPLUS/1168
Matching Key Words: state!ky;
Other Federal Procurements (Small)
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
R — Science Outreach Services SOL G14PS00218 Description The United States Geological Survey (USGS) is a science organization that provides impartial information on the health of our ecosystems and environments, the natural hazards that threaten us, the natural resources we rely on, the impacts of climate and land-use change, and the core science systems that help us provide timely, relevant, and useable information. USGS is a bureau of the U.S. Department of Interior (DOI). The USGS Pacific Coastal and Marine Science Center (PCMSC, http://walrus.wr.usgs.gov; CMGP, http://marine.usgs.gov) conducts multidisciplinary scientific research in the coastal and offshore areas of California, Oregon, Washington, Alaska, Hawaii, and other U.S. Pacific Islands, and in other waterways of the United States. The prospective contract concerns science outreach services relating to the mission and programs of the USGS PCMSC. Contractor shall provide non-personal professional science communication and consultation services for the U.S. Geological Survey (USGS), Pacific Coastal and Marine Science Center, Santa Cruz, CA. This activity will help make USGS science activities, processes, and results accessible, understandable, and meaningful to non-scientists, including the public, partners, and other stakeholders. The contractor will not represent the government in any manner, place, or forum. Contractor will consult, develop, and provide outreach methods such as Fact Sheets or other written outreachproducts, web-pages, photos, podcasts, videos, articles for local, regional, or national media outlets, articles for in-house outreach products such as USGS Sound Waves, posters and (or) displays, presentations, or similar products. Topics may include integrated Center research interests, Center capabilities and tools, selected project activities, highlights of research results, human-interest stories, disaster response stories, or similar subjects. It is desirable that Contractor maintain or establish a presence in the Sant Overview Reference number: G14PS00218 Issue date: 03/13/2014 Response due: 04/10/2014 12:00 PM PD Set Aside: Total Small Business NAICS: 519190-All Other Information Services PSC / FSC: R708-SUPPORT- MANAGEMENT: PUBLIC RELATIONS Agency: DOI Contracting office: USGS OAG SACRAMENTO ACQUISITION BR. MODOC HALL, CSUS 3020 STATE UNIVERSITY DRIVE EAST SACRAMENTO, CA 95819-6027 Place of Performance: Contact: Donald Shannon Phone: Fax: Email: dshannon@usgs.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140314/SMALL/0217
Matching Key Words: video*; produc*; conference?; web; page?; business*;
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 – Investigative Services RFP : 1400000220 Board Of Occupa SOL Investigative Services RFP : 1400000220 Board Of Occupational Therapy Published On : 3/12/14 Amended On : Closing On : 4/24/14 4:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140314/BID/0001
Matching Key Words: age:state!ky; state!ky;
Mississippi Press Association http://www.publicnoticeads.com/MS/search/searchnotices.asp 371 Edgewood Terrace; Jackson, MS 39206; (601) 981-3060 Fax 601.981.3676
R – ADVERTISEMENT FOR BIDS REQUEST FOR PROPOSALS RANKIN COUNTY BOA SOL Public Notice ID: 21140734.HTM ADVERTISEMENT FOR BIDS REQUEST FOR PROPOSALS RANKIN COUNTY BOARD OF SUPERVISORS REQUEST FOR QUALIFICATIONS (RFQ) ? ARCHITECTURAL/DESIGN SERVICES; REQUEST FOR PROPOSALS OFFERING TURN-KEY SERVICES I. Proposals for Architectural/Design Services. The Rankin County Board of Supervisors is requesting qualified persons, firms, partnerships, corporations, associations, or professional organizations to provide full architectural planning, programming, and design services for the construction of a proposed Rankin County Chancery Center. Qualified firms will form a pool of potential candidates for future consideration to provide architectural services. At the sole discretion of the Rankin County Board of Supervisors, qualified providers of architectural/design services may also be later engaged to provide full architectural planning, programming, and design services related to county-related projects other than the proposed Rankin County Chancery Center. Please provide the Rankin County Board of Supervisors with a statement of qualifications that includes the following: A. A brief description and history of the firm, including number of years the firm has been in business and date firm was established under its given name. B. Number and county of residence of all employees (licensed professionals, technical support, full time staff and part-time staff). C. Location of office where the majority of services will be performed. D. Resumes of key personnel who would be assigned to Rankin County Project(s). Specifically, define the role of each person and outline his or her individual experience and responsibilities. E. Provide information about ALL public entity projects performed by your firm in the past five (5) years. Limit your response to the ten (10) most recent projects. Please include the name of project and the county or municipality (or other governmental entity) for whom the project was undertaken, a description of services provided and whether the projects were closed successfully. Provide the name of the primary contact person with whom you worked and telephone number. F. Provide a comprehensive five-year summary of the firm’s litigation, arbitration and negotiated/settled history with previous clients. State the issues in the litigation, the status of the litigation, names of parties, venue of litigation, case number and outcome (unless disclosure of outcome is prohibited by contract or court order). G. Project/Performance Information: 1. Provide a statement explaining your firm’s or team’s ability to accomplish the services as described in a comprehensive and thorough manner. 2. Describe your firm’s approach to quality control/assurance procedures, including coordination of design disciplines, inspection process and final closeout with certification. 3. Describe your firm’s experience with construction cost reduction measures. 4. Explain how your firm approaches modernization projects vs new construction projects? 5. Describe your experience with court facility construction. 6. Identify established methods and approaches utilized by your firm to successfully meet completion deadlines, and provide examples demonstrating effective use of stated methods and approaches. 7. Provide an example form of agreement with which your firm has been engaged for architectural/design services in the past and with which your firm is most comfortable. II. Proposals for Turn-Key Services Utilizing Certificates of Participation: The Rankin County Board of Supervisors may elect to implement the utilization of certificates of participation with respect to its Chancery Center Project. The Rankin County Board of Supervisors is requesting qualified persons, firms, partnerships, corporations, associations, or professional organizations, or any combination or joint venture thereof, to provide proposals for a complete delivery package that will include, but not necessarily be limited to, assistance and coordination of all underwriting, financial analysis, legal and documentary requirements, design and construction. III. Process and Deadline: This request is not a formal request for bids or an offer by Rankin County to contract with any firm responding to this request. The Rankin County Board of Supervisors may, but is not required to, select one or more firms that respond to this request to include in a pool of qualified firms for later consideration. The Rankin County Board of Supervisors, at its sole discretion, may then engage the services of a qualified responder regarding the Chancery Center Project. Any award of a contract will be subject to the prior approval of the Rankin County Board of Supervisors. Please deliver or mail your response to this request for qualifications/proposals to J.K. Stringer, Jr., County Administrator, Rankin County Board of Supervisors, 211 East Government Street, Suite A, Brandon, Mississippi 39042 by 4:00 p.m. on the 28th day of March, 2014. February 26, March 5, 12, 2014 #262 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140314/BID/0527
Matching Key Words: documentar*;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510https://emars.ky.gov/online/vss/AltSelfService
R – Sponsorship-Junior Forensic Science Camp-Aududon RFP : 14000002 SOL Sponsorship-Junior Forensic Science Camp-Aududon RFP : 1400000232 Kentucky Department Of Parks Published On : 3/10/14 Amended On : Closing On : 3/21/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140311/BID/0003
Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
March 14, 2014
Business, Business / Career, Government, Politics