BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

SOURCE:  Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC) 

NOTE:  all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org

FedBizOpps – Procurements

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

R — MULTI MEDIA URDU SERVICE BBG50-Q-14-0009JR 042314 CHARLES B HILL, CONTRACTING OFFICER,Broadcasting Board of Governors Phone 202.382.7846, Email chill@bbg.gov – LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov ;bsp;                                                       Solicitation for a South Asia
URDU Service (Multiple Positions)
Non Personal Contract
Broadcasting Board of Governors
BBG50-Q-14-0009JR

PRODUCER/HOST:BBG50-Q-14-0009JRA
TRANSLATOR/ADAPTOR:BBG50-Q-14-0009JRB
TV SHOOTER/VIDEOGRAPHER/EDTITOR:BBG50-Q-14-0009JRC

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award one Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Graphic Design services as described in further detail below for the IBB/Creative Services Branch in Washington D.C. see attachment A. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

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

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

Period of Performance:
Base: 05/01/2014 – 04/30/2015

Contract Type:
Firm- Fixed Price

Time of Performance:
VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The Contracting Officer Representative will make the determination at the time of award.

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

*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Applicable Provisions: See Attached

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

1. A Price Proposal that states the Offeror’s proposed annual Total Price to include time off if needed that will be negotiated with the BBG.

2. Technical Proposal (Resume) that states in detail the Offeror’s experience, qualifications and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed. Please see the attached Statement of Work (SOW) to address qualification factors in section 7.

3. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or visa.

4. References (three professional)

5. Copy of active CCR Registration in SAM. https://www.sam.gov ( a pending registration does not constitute an active registration)

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

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

Proposal must be submitted electronically to chill@bbg.gov. The due date is April 18, 2014 at 12PM EST. All proposals as well as inquiries should be sent electronically to J.R. Hill @ chill@bbg.gov
All questions and inquiries must be submitted by 04/16/2014 12pm. Replies will be posted on 04/17/2014.

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

52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

EVALUATION FACTORS

(The following factors are used to determine the competitive ranking of qualified potential contractors in comparison to other contractors. The factors are listed in priority order from highest to least.).

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

Factor #2 – Price

Factor #3 – Past Performance

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

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

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

Set-Aside: Total Small Business Place of Performance: Voice of America Headquarters Building 330 Independence Ave, SW Cohen Building WASHINGTON, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0009JR/listing.html

OutreachSystems Article Number: 140419/PROCURE/0066 Matching Key Words: naics!711510;

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

Broadcasting Board of GovernorsR — MULTI MEDIA URDU SERVICE BBG51-Q-14-0002JR 042414 CHARLES B HILL, cONTRACTING oFFICER, Phone 202.382.7846, Email chill@bbg.gov – LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov Solicitation URDU Service
Personal Service Contract
Broadcasting Board of Governors
BBG51-Q-14-0002JR

REPORTER/PRODUCER:BBG51-Q-14-0002JRA
SHOOTER/VIEOGRAPHER:BBG51-Q-14-0002JRB

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Personal Services Contract. There will be a guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized task orders placed against the resulting Personal Services Contract. The Government intends to award one Personal Services Contract; however, the Government reserves the right not to award any Personal Services Contract. Any resultant Personal Services Contract will be for one year with one option year.

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

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

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

Period of Performance:
Base: 05/01/2014 – 04/30/2015
One Option Year: 05/01/2015 – 04/30/2016

Contract Type:
Firm- Fixed Price (IDIQ)

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

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

Proposal Submission:

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

1. A Price Proposal that states the Offeror’s proposed annual Total Price based on a 2,080 hours work-year that will be negotiated with the BBG.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed. Please see the attached Statement of Work (SOW) to address qualification factors in section 7.

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

4. References (three)

5. Copy of active CCR Registration in SAM. https://www.sam.gov (a pending registration does not constitute an active registration)

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

To ensure consideration for the intended position, please reference the solicitation number and title of the Statement of Work on your proposal.
Proposal must be submitted electronically to chill@bbg.gov. The due date is Wednesday, April 24, 2014 at 12PM EST. All proposals as well as inquiries should be sent electronically to J.R. Hill @ chill@bbg.gov

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

Primary Point of Contact:
Contracting Officer
J.R. Hill
chill@bbg.gov
202.382.7846

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

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

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

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award

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

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

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

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave SW Cohen Building South/Central Division Urdu Service WASHINGTON, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG51-Q-14-0002JR/listing.html

OutreachSystems Article Number: 140419/PROCURE/0067 Matching Key Words: naics!711510;

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

R — Reporter for Voice of America – English to Africa BBG50-R-14-0020 050514 Myria Carpenter, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITHBroadcasting Board of Governors 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-14-0020 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 30, 2014.

(iv) This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510.

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

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding multiple Non-Personal Services Purchase Orders with Independent Contractors for Radio, Television and Multimedia services as described in the attached Statement of Works (SOW). The Offerors selected for an award must be able to successfully pass a BBG security investigation. Offerors may submit for more than one Statement of Work, however they must submit an individual proposal i.e. technical and price for each Statement of Work.

(vii) The Government anticipates making multiple award under this Solicitation on/or about on June 1, 2014 and no later than September 30, 2014. The Base Period of award will be three (3) months and the subsequent Option Periods, 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; The Offeror must be able to demonstrate the ability to perform at an international broadcast standard level.

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

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

(ix) The Government will award Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Orders resulting from this RFP to the responsible offerors whose offer conforming to the RFP will provide the best value to the Government, based on technical, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. THE FOLLOWING EVALUATION AND PAST PERFORMANCE FACTORS LISTED IN ORDER OF IMPORTANCE MUST   BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ PROPOSALS: 1)   A narrative detailing the approach that they will take to meet the requirement. The offeror must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The offeror must submit a brief description of its company’s business and provide a company point of contact including address, e-mail address, telephone number, fax number and if applicable, the company’s web-page address. (Technical Approach); 2) Recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience)   3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Offerors shall use Attachment B – Past Performance References to submit their past performance references. (Past Performance) and 4) A Separate Price Proposal showing a price breakdown for the services under solicitation. The prices shall be provided in United States dollars. The Price Proposal must contain Attachment A entitled “Service and Price Schedule” which must be filled out by the offeror.    Offerors are cautioned that failure to address each of the above evaluation factors may deem their proposal unacceptable .

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO AWARD.

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

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

In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable.   Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered   by the Contractor to BBG hereunder. (End of Clause)

III. AVAILABILITY OF FUNDS

Funds are not presently available for performance under this contract beyond the Base Period. The Government’s obligation for performance of this contract beyond that date 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 for performance under this contract beyond the Base Period, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause)

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332)

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

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

(xv) Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted . Please note that questions must be submitted in writing to Myria Carpenter by email (mecarpen@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Daylight Time on April 25, 2014. Technical Proposals shall be submitted as an original and three (3) copies and Price Proposals shall be submitted as an original and one (1) copy. All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 on May 5, 2014 , at 12:00PM, Eastern Daylight Time.

(xvi) Contact: Myria Carpenter, Contracting Officer, email: mecarpen@bbg.gov.

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

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0020/listing.html

OutreachSystems Article Number: 140419/PROCURE/0068 Matching Key Words: naics!711510;

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

Broadcasting Board of GovernorsR — REPORTER/ANCHOR/PRODUCER BBG39-Q-14-PERSIAN-023 050214 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: REPORTER/ANCHOR/PRODUCER – VOA PERSIAN -New York, NY and LOS ANGELES, CA
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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-14-PERSIAN-022 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.
(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of five (5) months from May 12, 2014 through October 31, 2014 with one (1) option period of seven (7) months from November 1, 2014 –
May 11, 2015. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Reporter/Anchor/Producer services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) from Los Angeles, CA. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start May 7, 2014 through October 31, 2014 with options to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of 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 quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price (best value).

1) Technical – Must be bilingual, Fluent in Farsi and English; sound news judgement; excellent written communication; good oral communication, with an authorative voice; confidence in front of a camera and an “on air ” presence; essential mutimedia skills, social media and mobile platform skills; web skills are absolutlely essential; must be able to write for the web and how to post content online; the understanding of developng a story on the web is a must; video/photo skills; ability to do visual storytelling; to craft a story for television; an understanding of appropriate technical equipment and revelant editing software.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and 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.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

(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/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (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: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on April 22, 2014. Responses to questions will be posted to FedbizOps by COB April 25, 2014.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on May 1, 2014.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

TITILE: REPORTER/ANCHOR/PRODUCER – VOA PERSIAN -New York, NY and LOS ANGELES, CA

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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-14-PERSIAN-022 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.
(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of seven (7) months from May 6, 2014 through October 31, 2014 with one (1) option period of five (5) months from November 1, 2014 – May 5, 2015. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Reporter/Anchor/Producer services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) from Los Angeles, CA. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start May 12, 2014 through October 31, 2014 with options to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of 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 quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price (best value).

1) Technical – Must be bilingual Persian/English speaker able to write clearly and accurately; Must possess excellent interview and conversational writing skills; Compelling story-teller; Shooting and editing experience; Able to create personalized stories; comprehensive understanding of international news and knowledge of domestic Iranian news and social trends; ability to generate daily and enterprise story ideas; able to produce and post content to our websites; able to use social media outlets to engage viewers; must be able to work well under pressure; strong initiative and attention to detail is required; able to develop Word documents and Excel spreadsheets without assistance. Bachelor’s degree in Journalism or related area is preferred.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and 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.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

(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/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (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: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on April 22, 2014. Responses to questions will be posted to FedbizOps by COB April 25, 2014.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on May 1, 2014.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: Pace of Performance will be from New York, NY and Los Angeles, CA and surrounding areas. US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-023/listing.html

OutreachSystems Article Number: 140418/PROCURE/0092 Matching Key Words: naics!711510;

Department of the Army, Army Contracting Command, MICC, MICC – West Point, MICC – West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514

R–SOURCES SOUGHT W911SD1486386 042214 Gina Blum, 845-938-5858 MICC – West Point SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from small businesses capable of performing the requiredDepartment of the Army services.
THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close Tuesday, April 22, 2014 at 1100 AM EST. The Mission and Installation Contracting Command at West Point, NY, has an anticipated requirement for specialized lighting design services. Services will be performed on 3 days between June and September of 2014.
Scope of work consists of, but is not limited to: 1. Lead Lighting Director must have at least 20 years of documented professional experience in TV and live event lighting production. TV credits should include major broadcast network experience and include live broadcast shows and shows with live musical performance segments. Two letters of reference are required for vendors who have not worked with the United States Military Academy (USMA) Band on prior engagements. 2. Emmy award winning lighting honors are desired, at minimum, a nomination for this category required. 3. Must be able to setup and program an Electronic Theatre Controls SmartFade 1296 lighting control module and 20 ETC Selador Desire D40XT Lustr lighting fixtures. 4. Experience lighting outdoor events for broadcast is required. This can include sporting events or live broadcast shows.
Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 541490 with a Small Business Size Standard of $7M. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length) clearly demonstrating the firm’s ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following:
1. Title of the requirement, Company Name, Address, and POC.
2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc.
3. Prior/current experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein.
Set-Aside: Total Small Business Place of Performance: MICC – West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY 10996-1514 US URL:https://www.fbo.gov/notices/7725e3d90bc0c8707e7e30a7ff63a017

OutreachSystems Article Number: 140418/PROCURE/0544 Matching Key Words: broadcast*; event?; program?;

Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902 Bethesda MD 20892-7902

dept of health and human servicesR — Oral Health Care Expenditures and Utilization, 1990-2010 HHS-NIH-NHLBI-SBSS-2014-112-RSF 050114 Rashida S. Ferebee, Contracting Officer, Phone 3014352605, Email ferebeers@nhlbi.nih.gov 1. Introduction:

This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

2. Understanding the Requirement

a. Mission and Background:
The National Institute of Dental and Craniofacial Research (NIDCR) is the federal government’s lead agency for scientific research on oral, dental and craniofacial health and disease. NIDCR is one of the National Institutes of Health (NIH) in the U.S. Department of Health and Human Services. The mission of NIDCR is to improve oral, dental and craniofacial health through research and research training, and by sharing science-based health information with the public and health care professionals.

b. Purpose and Objectives
This acquisition is for consulting services to conduct research about economic factors relevant to oral health care in the United States during a twenty year period. The leadership of NIDCR wishes to include oral health economic data in establishing research priorities, in assessing the value of NIDCR funded research, and in communicating the value of NIDCR funded programs and projects to a variety of stakeholders. A seminal paper commissioned by NIDCR and published in the 1990s about the utilization of dental services needs to be updated. Increases in the availability of data about oral health treatment and improvements in econometric methods make it timely to conduct this research now.

The objectives for consulting services follow:
• Systematic review and synthesis of published papers about the economic burden and consequences of dental, oral, and craniofacial diseases and conditions;
• Articulation of research questions relevant to the mission of NIDCR;
• Identification of existing sources of oral health data relevant to the research questions;
• Development of a statistical model for oral health economic research that includes treatment costs and expenses, healthcare utilization, quality of life, consumer health and behavior, and results from NIDCR-funded research;
• Data collection, analysis, and reporting consistent with the research questions and statistical model.

c. Scope of Work
Task 1 Review and Synthesis: The contractor shall review and synthesize peer-reviewed, published papers about the economic burden and consequences of dental, oral, and craniofacial diseases and conditions.

Task 2 The Development of Research Questions: Beginning with the preliminary set of research questions developed by NIDCR, the contractor shall develop, refine, and operationalize a set of research questions. The contractor shall recommend the modification or deletion of one or more of the preliminary questions or the addition of new questions.

Task 3 Development of a Statistical Model: The contractor shall develop a statistical model that includes healthcare costs and utilization, quality of life, consumer health and behavior, advances in oral health research, and environmental factors.

Task 4 Data Collection, Analysis, and Reporting: The contractor shall collect and analyze data consistent with the statistical model and the specified research questions.
Task 5 Reports of Findings: the contractor shall conduct oral briefings and prepare written reports. Oral briefings and written summaries, technical in nature, are required for Tasks 1, 2, and 3. An oral briefing with data summaries is required for Task 4. A final written report of publishable quality describing methods, results, and conclusions from Tasks 1, 2, 3, and 4 is required. Raw data must be submitted electronically to NIDCR upon completion of the project.
Additional Requirements
• The contractor shall utilize an interdisciplinary approach, as expertise in dentistry, oral health research, health economics, and statistical modeling and analysis is required.

• The contractor shall work under the direction of the NIDCR Project Officer and with oversight by a trans-NIH ad hoc advisory committee on oral health economics. A single Project Director or Principal Investigator will be named to lead the project and meet by telephone with the NIDCR Project Officer weekly.

d. Anticipated Period of Performance

The proposed period of performance will be twelve (12) months from date of contract award.

e. Other Important Considerations:

• Respondents shall provide a Capability Statement format similar to the Capability Statement/Information Sought (i-viii) below.

f. Capability Statement Information Sought:

• The respondents’ DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the North American Industry Classification System (NAICS) code: 541611 Administrative Management and General Management Consulting Services, small business size standard is $14.0M.

• Respondents must provide, as part of their responses, both a capability statement, “white paper” addressing the overall project concept and insight as well as answers to the specific questions/issues below:

i. Respondents’ opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;

ii. Brief overview of services provided (core capabilities);

iii. Information regarding respondents’: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information;

iv. Identify potential technical solutions as both custom and commercial off the shelf products that may be configured to provide the functions described in the PWS.

v. Briefly describe other relevant experience your organization has related to the scope of this requirement;

vi. Contracts of similar size, scope, scale, and complexity to these requirements that are or were held with the Federal Government;

vii. Vehicles and contracts held (vehicle, agency, expiration date), including GSA Federal Supply Schedule contracts or other Government wide Acquisition Contracts (GWACs) vehicles (i.e. NITAAC, NASA SEWP etc.); and

viii. Any other information that may be helpful in developing or finalizing the OPDIV’s acquisition requirements.

g. Information Submission Instructions

All capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Rashida Ferebee, Contract Specialist, at lferebeers@nhlbi.nih.gov in either MS Word or Adobe Portable Document Format (PDF), by May 1, 2014 12:00PM, EST. All responses must be received by the specified due date and time in order to be considered. Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner.

h. Disclaimer and Important Notes.

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technicalinformation in any resultant solicitation(s).

Place of Performance: NIH/NIDCR Bethesda, MD 20892 US URL: https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-SBSS-2014-112-RSF/listing.html

OutreachSystems Article Number: 140418/PROCURE/0546 Matching Key Words: writ*; technical; standard;

FedBizOpps – Surplus

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Scrap Ammunition Containers QRP14-0006 042514 Bridgette Caico, Sales Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, QRP Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuingDepartment of the Army an invitation for non-exclusive sale of scrap ammunition containers. This is a 1 time sale.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0006/listing.html

OutreachSystems Article Number: 140419/SURPLUS/0682 Matching Key Words: state!ky;

USABID State and Local Purchases

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

R – Cooper Chapel Road Section I Widening Project SOL IFB-3223-0-2014/TB Cooper Chapel Road Section I Widening Project Due Date: 5/13/2014 3:00 PM Eastern Contact: Teresa Burton For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140420/BID/0038 Matching Key Words: age:state!ky; state!ky;

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

R – Property Loss Assessment/Claim Adjusting Services RFP : 1400000 SOL Property Loss Assessment/Claim Adjusting Services RFP : 1400000350 Office Of The Controller Published On : 4/17/14 Amended On : Closing On : 5/15/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140419/BID/0001 Matching Key Words: age:state!ky; state!ky;

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

99 – University of Kentucky Domestic Trademark Licensing AgencyAddend SOL UK-1356-14 University of Kentucky Domestic Trademark Licensing AgencyAddendum #1 Addendum #2Attachment #1Attachment #2 Due Date: 5-2-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140418/BID/0327 Matching Key Words: age:state!ky; state!ky;

Other Federal Procurements (Small)

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

99 — Publishing Historical Records in Documentary Editions SOL EDITIONS-201412 Due Date: 12/04/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140418/SMALL/8436 Matching Key Words: documentar*;

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

99 — Publishing Historical Records in Documentary Editions SOL EDITIONS-201408 Due Date: 08/27/2014 For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140418/SMALL/8437 Matching Key Words: documentar*;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

 

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: