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 — English Lessons Radio Shows BBG50-QS-14-0006 052814 Michelle S. Mathis, Contracting Officer, Phone 2023827848, Fax 2023827854, Email mimathis@bbg.gov The Broadcasting Board of Governors would like to establish a Firm Fixed Price Blanket Purchase Agreement for (1) Contractor to work in Voice of America Vietnamese Service Dept. Contractor shall perform voice and produce English Lessons for use in Radio Shows and to be posted on the web site. (See SOW for more details)
This combined Synopsis/Solicitation is issued as a Request for Proposals (RFP) for interested Independent Contractors. The Contrctors must be register in the http://www.SAM.gov system.
Contractors must submit their price proposal, capability statement/resume w/three references. Please provide documents by e-mail or fax, if faxing please call before faxing. When selected Contractor must provide: Copy of US Citizenship, work permit, and photo ID. Contractor will have to be able to pass a Security Clearance before starting to work.
Evaluation Factors:
Factor #1 – Technical ability to include work experience, education and specialized training.
Factor #2 – Price
Factor #3 – Past Performance
Proposal shall be submitted electronically to Michelle Mathis @ mimathis@bbg.gov or fax 202-382-7854 (call first) by the closing date of 05/28/2014 at 1:00pm.
Set-Aside: Total Small Business Place of Performance: VOA 330 Independence Ave S.W., Rm 2700 POC: Judy Nguyen (Contracting Officer Representative), 202-382-5149 Note: contract will be able to work off site if needed Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-QS-14-0006/listing.html
OutreachSystems Article Number: 140516/PROCURE/0112 Matching Key Words: naics!711510;
Nuclear Regulatory Commission, Acquisition Management Division, Acquisition Management Division, 11555 Rockville Pike Rockville MD 20852-2738
R — Technical Assistance to Support the NRC Review Form 396 NRR-14-0100 060314 Claudia G. Melgar, Phone 301-287-0956, Email Claudia.Melgar@nrc.gov “Technical Assistance to Support NRC Review of NRC Form 396 (Certification of Medical Examination by Facility Licensee)”
THE U.S. NUCLEAR REGULATORY COMMISSION (NRC) is issuing this Sources Sought Synopsis as a means of conducting market research or as a market survey to determine the availability of potential qualified vendors with the technical capability to provide all management, supervision, administration, and labor for the technical assistance to support NRC review of NRC Form 396, “Certification of Medical Examination by Facility Licensee.” Vendor shall provide medical technical assistance from a licensed physician to support the NRC in the administration of NRC Form 396 specific to nuclear power plant licensed operator applicants when a conditional license may be required based on medical evidence. Additionally, the vendor shall also provide medical opinions, as needed, when medical questions are raised that only a licensed physician is qualified to answer. Specific activities include: Conduct NRC Form 396 medical evidence reviews at the direction of the contract officer’s representative (COR), against the applicable industry consensus standard: ANSI/ANS-3.4-1993; or -1996; or -2013, “Medical Certification and Monitoring of Personnel Requiring Operator Licenses for Nuclear Power Plants,” as endorsed by NRC Regulatory Guide 1.134, “Medical Evaluation of Licensed Personnel at Nuclear Power Plants. Services are to be provided to the NRC in Rockville, Maryland. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 621111. Refer to the attached DRAFT Statement of Work (Attachment 1).
The current incumbent is Inomedic Health Applications, Inc.; Contract Number: NRC-03-09-071; DUNS: 837359520
THERE IS NO SOLICITATION AT THIS TIME. This request for sources and vendor information does not constitute a request for proposal; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred.
The purpose of this announcement is to provide potential sources the opportunity to submit information regarding their capabilities to perform work for the NRC free of conflict of interest (COI). For information on NRC COI regulations, visit NRC Acquisition Regulation Subpart 2009.5 (http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html).
All interested parties, including all categories of small businesses (small businesses, small disadvantaged businesses, 8(a) firms, women-owned small businesses, service-disabled veteran-owned small businesses, and HUBZone small businesses) are invited to submit a response. The capabilities package submitted by a vendor should demonstrate the firm’s ability, capability, and responsibility to perform the principal components of work listed below. The package should also include past performance/experience regarding projects of similar scope listing the project title, general description, the dollar value of the contract, and name of the company, agency, or government entity for which the work was performed.
Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Submission of additional materials such as glossy brochures or videos is discouraged.
Attached, instructions to respond to the sources sought notice.
URL: https://www.fbo.gov/spg/NRC/OA/DCPM/NRR-14-0100/listing.html
OutreachSystems Article Number: 140516/PROCURE/0652 Matching Key Words: video*; business*; instruct*;
General Services Administration, Public Buildings Service (PBS), Design & Construction Contracting (10PCC), 400 15th Street SW Auburn WA 98001-6599
R — Multi Disciplinary AE IDIQs – WA, OR, ID & AK GS-10P-LT-R-0099 061614 Richard Risso, Contracting Officer, Phone 2539317309, Email richard.risso@gsa.gov – Jeanne M. Cassidy, Contract Specilaist, Phone 2539317134, Email jeanne.cassidy@gsa.gov Category: C-Architect and Engineering Services
Date Published: May 14, 2014
Solicitation Number: GS-10P-14-R-0099
Proposals Due Date and Time: June 16, 2014 at 1:00 pm PST
(Proposals received after this date and time will be considered late and will NOT be accepted)
INFORMATION – COMBINED SYNOPSIS/SOLICITATION:
Type of Contract: This procurement opportunity is 100% set-aside for small businesses only.
GSA will award Indefinite Delivery/Indefinite Quantity (IDIQ) Architect and Engineering (A-E) Services Contracts in response to this solicitation. Region 10 encompasses the four (4) state regions that include the states of Washington, Oregon, Idaho and Alaska. For this procurement, GSA will award up to 4 contracts for A-E Services to firms licensed in the states of Washington, Oregon, Idaho and up to 2 contracts to firms that are licensed in the state of Alaska.
Firms responding to this solicitation must be licensed in the states of Washington, Oregon, Idaho and Alaska. Consideration will be limited to those firms that have an active production office within Washington, Oregon, Idaho and Alaska or can establish one within 45 days of contract award.
The Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for A-E services will be for a period of one (1) year with four (4) additional 1-year option periods. Prior to exercising each option, the Government will review the A-E firm’s/joint venture’s performance to date, and award options consistent with applicable portions of FAR Part 17. GSA will reserve the right to issue orders for services to be provided throughout the entire Region 10 geographical area (Washington, Oregon, Idaho and Alaska). GSA intends to award multiple IDIQ contracts within the boundaries of Region 10 based on the needs at the time of award. The North American Industry Classification System (NAICS) Code/Size Standard for this procurement is 541310. The Small Business Size Standard is $7.0 Million.
One or more Firm-Fixed-Price (FFP) IDIQ contracts will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating FFP task orders. When pricing design for task orders over the life of the contract, the Government will require fully documented compliance with the mandates prescribed in FAR 15.404-4(c)(4)(i)(B) regarding the 6% fee limitation. Pricing on task orders for the production and delivery of designs, plans, drawings, and specifications shall not exceed 6 % of the estimated cost of construction, including fees. A chart indicating A-E services that are included in the 6% fee limitation and A-E services that are excluded from the 6% fee limitation will be included in the contract.
A minimum guarantee amount of $3,000 is to be awarded for the base year only. If the minimum guarantee is not met during the base year, the government reserves the right to unilaterally issue a task order to satisfy this guarantee. If the contractor does not accept this task order, all claims to the minimum guarantee will be waived by the contractor. The annual estimated magnitude for all task orders in a one year period may range from $3K – $2.9M. There is no yearly maximum. The sum of all task orders issued against the contract cannot exceed the maximum contract value of $5M.
Offerors are cautioned to read this announcement in its entirety.
Questions concerning this announcement may be submitted in writing, via email, to Jeanne Cassidy, jeanne.cassidy@gsa.gov and Richard Risso, richard.risso@gsa.gov. All questions concerning this announcement must be submitted in writing, via email, by June 2, 2014 at 1:00 pm Pacific Standard Time (PST). All answers to questions will be posted in an Amendment to the synopsis/solicitation prior to June 6, 2014 at 1:00 pm Pacific Standard Time (PST).
Personal visits for the purpose of discussing this announcement will not be scheduled.
Proposals are due and must be submitted by June 16, 2014 at 1:00 pm Pacific Standard Time (PST). Further submittal instructions are provided in this document under Response Requirements on page 7.
Types of Services Required Under the Contract: The services under this proposed contract include Architect Engineer Design and related A-E services in support of the GSA in Region 10.
The major function of this contract will be professional services, including but not limited to, design and the preparation of construction documents for repair and alteration, and tenant finish projects for the General Services Administration and other government agencies in occupied federally owned or leased office buildings. Typical projects may include repair, improvement, remodeling of building interior space, and building systems and features, including but not limited to: interior and exterior finishes, landscaping, civil, mechanical, plumbing, electrical, structural, fire safety, elevators, environmental, and roofing components/systems. The majority of projects under this contract will have an estimated construction cost of $2.9M or less.
Services identified are consistent with the North American Industry Classification System (NAICS) Code 541310.
Services to be provided include, but are not limited to:
Evaluation, Testing, and Design Services: Architectural, landscape design, civil, structural, mechanical, electrical, and cost estimating. Professional disciplines, registrants, and expertise for related services to be provided include: assisting GSA staff engaged in scope development, master planning, feasibility studies, interior design, design review, construction administration and inspection, elevator evaluation/design, roofing analysis and design, envelope system integrity analysis, commissioning of building systems, code compliance reviews, signage design, boundary and topographic surveying, space planning services to include furniture layout, design and move coordination, various technical studies including, but not limited to: Building Engineering Reports, Historic Building Preservation Plans, seismic and structural evaluations, energy studies for design of energy upgrades including investigations to capture energy rebates available through local utility rebate programs, basic engineering estimates of increases or decreases in building energy or water usage that would result from proposed project changes, roof evaluations, fire safety reviews/studies, and handicapped accessibility (ABAAS) reviews.
Contract Administration, (CA), Services; Constructability reviews, construction shop drawing and submittal reviews, construction observations and inspections, forensic reports, pavement rehabilitation, design clarifications, scheduling, risk assessments, BIM specialists, use of recycled materials, LEED, Life cycle cost analysis, real estate market analysis, record drawings and other services not identified herein.
Additional Services and expertise may also include: acoustical design and analysis, security system design, blast resistance and progressive collapse engineering, geotechnical testing, surveying (boundary & topographical), quality control testing, asbestos sampling, air monitoring, hazard material assessment, abatement design, preparation of environmental impact assessments, as well as, identification of acceptable design based solutions available for regulated items such as asbestos, PCBs, CFCs, radon, lead-based paint, underground storage tanks, mold investigations, and other various types of testing, monitoring, and quality checks as required to support services provided under this contract. The Government will not indemnify the firm against liability involving asbestos or other hazardous materials, that is, no clause holding the firm harmless will be included in the contract.
Minimum Submission Requirements: Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependence of the members to provide a quality design effort. Compliance with Minimum Submission Requirements should be documented on the Minimum Submission Requirements Checklist provided. To be considered under this solicitation, firm/joint ventures must meet and show conformance to the following minimum requirements:
1. A completed, current Standard Form 330, “Architect-Engineer Qualifications”, and a completed, current Standard Form 330 for each proposed consultant. Interested firms with more than one (1) office must indicate on their SF 330 the staffing composition of the office in which the work will be performed. Indicate the solicitation number in block 3, on the SF 330. The completed SF 330 should indicate the specific personnel from the responding firm and all consultants expected to do the work on this contract, with resumes for each, professional registrations by state, and experience in this type of work over the past six (6) years. It is required that you include the Lead Architectural and Engineering Designers and the Primary Point of Contact that would be responsible for managing this contract and assigning task orders. It is recommended that the Key Personnel directly responsible for work submitted in section F should also be included. The projects listed in Section F shall be at least “similar” to the projects required by section “Evaluation Criteria, 1) Past Performance and design, and b) Similar Projects” of this solicitation. Projects included in this section may be greater in construction dollar value.
2. Services shall be provided under the direction of a registered Architect or Engineer. The firm/joint venture must have Architects and/or Engineers that are currently registered in Washington, Oregon and Idaho if proposing on that geographical area and Alaska if proposing specifically and solely for Alaska.
The firm/joint venture must possess and clearly indicate the following minimum staffing requirements:
• Two registered (2) Architects or Engineers (or a combination of both), and
• Two (2) CAD/D/BIM Technicians (CAD/BIM Technicians do not have to be registered)
The minimum staffing to fulfill this requirement for the firm/joint venture is 3 people. This minimum staffing requirement does not refer to and should not consist of sub-consultants. All construction documents, reports, construction cost estimates, etc. submitted under this contract will require the professional seal and signature of an Architect and/or Engineer.
Note: If your firm/joint venture has specified a geographic area that covers multiple states, registered architects/engineers do not have to be registered in both states if you have multiple architect/engineers that are registered in each state. However, if you have only one registered architect or engineer, he/she must be registered in each state covered under the geographical area.
The firm/joint venture and/or consulting firms, if any, must have at least one (1) registered Professional in all states in which your firm has specified in your choice for geographical area, in each of the following disciplines: Structural, Mechanical, Civil, Electrical, and Fire Protection Engineering. The proposal must clearly state which person(s) is designated to fulfill this requirement. If the firm/joint venture has specified a geographic area that covers multiple states, current registration should be in all states covered under the geographical area. This minimum staffing requirement refers to, and should consist of, the firm/joint venture plus any proposed sub-consultants.
Demonstrate the ability to comply with the following requirements: Construction drawings shall be created and submitted in the current version of AutoCAD (2014) and Revit (2014), which GSA updates every 2 years. Construction drawings created in other CAD programs and then translated into AutoCAD are NOT acceptable. Construction drawings must conform to the current GSA CAD/BIM standards. Construction specifications (Master Format), reports, databases, and similar items shall be submitted in the current version of MS Word format. The firm/joint venture shall update software versions at their own expense at the request of the Government.
Provide current certificate of errors and omissions insurance.
NOTE: All page count instructions throughout this document are maximum page limits. All page count instructions must be strictly adhered to. All pages that exceed the page count will not be made a part of the firm’s submission and will be discarded, not reviewed, nor considered by GSA Region 10.
EVALUATION FACTORS AND THEIR RELATIVE ORDER OF IMPORTANCE
The Government will make one or more awards to the responsible offerors whose offer conforms to the solicitation and is most technically qualified. Therefore, offerors will be requested to submit initial qualification packages to the Government on the most favorable terms from a technical standpoint. The Government reserves the right to conduct discussions/negotiations.
The evaluation factors associated with the written submission are listed below in descending order of importance. The written and oral evaluation criteria are of equal importance; total of cumulative score considered.
EVALUATION CRITERIA:
Written Qualification Package Phase
• Past Performance and Experience on Design (50%)
Design Approach
Similar Projects
• Design Management and Philosophy (20%)
Composition of Design Team and Technical Capabilities
Design Methods and Philosophy
• Construction Administration (CA) Experience and Expertise (15%)
• Specialized Design Experience and Technical Competence (10%)
• Location in the Geographical Area and Knowledge of Locality (5%)
Oral Presentation/Interviews Phase (100%)
• Project Management, including the firm’s specific process flow (40%)
• Oral Presentation, including an overview of the firm/joint venture and sub-consultants, and lead designers (40%)
• Questions from GSA, and provide answers, including Specialized Design Expertise (20%)
DESCRIPTION OF THE EVALUATION PROCESS, METHODOLOGY AND TECHNIQUES TO BE USED:
The GSA Region 10 intends to award contracts to responsible offerors whose proposal conforms to the solicitation and is the most technically qualified based on written technicalqualification packages and oral presentations/interviews.
Written Qualifications Package: Written qualification packages shall be evaluated against the evaluation standards. Firms that submit a qualifications package and meet the minimum requirements will be evaluated. Firms determined to be the most highly qualified may be given an opportunity to conduct oral presentations/interviews.
Oral Presentation/Interviews: Oral presentations/interviews will be evaluated based on the offeror’s overall architectural knowledge, ability to assess, strategize and communicate efficiently, while creating innovative solutions to project challenges. Offerors will have 1 hour for the oral presentations/interviews.
WRITTEN QUALIFICATIONS PACKAGE
Evaluation Criteria: The information in this section is to be submitted in a separate section of the technical qualification package and in addition to the SF330, unless otherwise specified. Selection of the firm/joint venture will be based on the following evaluation factors that are listed in descending order of importance:
Past Performance & Technical Expertise (50%):
Technical Expertise: 1 page (1 side only)
Provide a one (1) page, 1 side only, narrative detailing how the Principal and Project Manager for the IDIQ contract have worked together on prior projects to successfully satisfy the client’s program, function, image, mission, budget, schedule and operational objectives on past projects. The supporting evidence should show the Project Manager is the best project manager for the IDIQ services. In addition, the firm/joint venture shall detail its plan to employ those strategies in this contract.
The standard is met when offeror provides a narrative delineating the working history between the Principal and Project Manager used to achieve successful completion on past projects and how the firm/joint venture intends to apply a successful approach to Design on this contract for all subsequent task orders. The narrative should clearly demonstrate the Project Manager is the best Project Manager for the IDIQ services by listing previous successful projects completed under his supervision with verifiable customer satisfaction statistics.
Similar Projects: 1 page (1 side only for each project – 5 pages total)
The firm/joint venture shall submit a 1 page narrative, 1 side only per project, for five (5) similar projects of *scope, *size, and *complexity in which construction has been completed during the past *six (6) years. Submittal of less than five (5) projects will result in a lower score. Necessary project data shall include, project name, project location, project description, initial and final construction cost, project design start, construction start and completion dates.
Additional consideration may be given to projects with greater complexity, and projects that demonstrate a thorough understanding of the any special characteristics of the general locale of the project (A-E Services) and how this relates to the area your firm has specified as its choice.
*Project Completion: Projects must be completed between January 1, 2008 and December 31, 2013 to be considered.
*Similar Scope: “Similar” in scope is defined for this announcement as tenant finish, renovation, and repair/alteration projects. “Similar” in size relates to the cost of the construction project.
*Similar Construction Project Cost Range: $150K to $2.9M.
*Project Complexity: The complexity of the project considers the degree of tenant and/owner involvement in the design and any special phasing requirements in occupied facilities:
Tier 1 Projects: Highly complex, include Federal, State or Municipal courts space where the clients include court officials, security officials and prosecuting officials, hospital projects, laboratory projects and/or there are special phasing requirements to keep the facility in operation.
Tier 2 Projects: Complex, include corporate, institutional, or governmental office space where there are many organizational functions represented.
Tier 3 Projects: Least complex, are those of minimal client involvement such as roof replacements, tuck-pointing, and parking lots.
Project References: Provide a current client/owner reference contact and general contractor reference contact for each of the 5 projects included in this section. Reference information should include: Name, title, e-mail address, street address, phone number, and certificates, awards, peer recognition, etc. This information can be used to demonstrate energy and environmental efficiency and sustainable design excellence.
The standard is met when the offeror has submitted narratives for five (5) separate, yet similar (as defined above), projects that demonstrate how these projects are similar to those that will be required under this contract, and the offeror has provided client/owner reference contacts for each project as outlined above.
Design Management and Philosophy (20%):
Composition of Design Team and Technical Capabilities:
Provide a 1 page, 1 sided, organizational chart of key team personnel, including applicable joint venture and sub-consultants.
Provide a 1 page, 1 sided detailed plan describing your firm’s plan to manage multiple projects / task orders simultaneously.
Provide a 1 page, 1 side only description of the background and qualifications of each key team personnel indicated on the organizational chart (1 page, 1 side only for each person). Describe the nature and extent of their technical capabilities. This information can be a narrative expansion of the information provided on the SF 330
NOTE: Information of key team personnel is to be indicated on the resume pages of the Standard Form 330. The key team personnel indicated as part of SF 330 shall be the same as indicated on this organizational chart.
The standard is met when the offeror provides a readable organizational chart identifying key team personnel from the SF 330’s that are submitted, and a plan for managing workload. Firm should also include detailed information regarding the technical capabilities of each of the key team personnel from the organizational chart.
Design Methods and Philosophy – 2 pages (double-sided).
Methods:
Provide a narrative indicating how project management, cost estimating, coordination, quality control, planning, scheduling, timeliness, problem resolution and cost control measures are addressed by your firm/joint venture during design. Give detailed information regarding your firm’s method for conducting site investigations/site verifications on projects. Provide an owner point of contact including name, title, address and current phone number, References may be contacted.
Design Philosophy, energy consciousness and low maintenance design features:
Proved design philosophy information that illustrates how the firm responds to project challenges, application of design intent, realize actual constructed systems and operations, energy conservation measures and sustainable durable design features. This narrative should include verifiable information, objective details, facts, performance history and other information that can substantiate the architect and engineering firms’ design philosophies and approach to public architecture.
The standard is met when the offeror provides a narrative delineating its specific methods in the areas of project management, quality control, planning, scheduling, cost control and problem resolution. The firm should also address, in detail, methods for site investigations/verifications. The narratives should also indicate the A-E’s philosophy to energy consciousness and sustainable, low maintenance project solutions, and explains how this philosophy shapes the creative design process and pragmatic implementation of the solutions. The narrative should provide clear methods of cost estimating, coordination, quality control, planning, scheduling, and problem resolution.
Construction Administration (CA) Experience and Expertise (15%): 1 page, 1 side only for each CA key personnel
Provide project specific information for each CA key personnel proposed on this project. Describe the following for one (1) specific project per each CA key personnel that was completed within the past 6 years between January 1, 2008 and December 31, 2013:
CA key personnel name and title, construction project title, period of performance (calendar days), estimated completion date, actual completion date, location (city, state), total award amount, and final project amount.
Provide a client/owner reference contact and general contractor reference contact for each project. Reference information should include name, title, e-mail address, street address, and phone number.
Include a narrative for each CA key personnel proposed on this project. In the narrative describe their previous experience in communicating and mitigating issues during construction phase services. Include problem resolution techniques on specific issues and experience with mitigating risks.
The standard is met when the offeror submits all of the above noted information regarding each CA key personnel, and a narrative describing the detailed expertise of the personnel mentioned, as it relates to key CA personnel’s ability to communicate and mitigate risks during the construction phase services and indicates sufficient techniques are used for identifying and resolving issues.
Specialized Design Experience and Technical Competence (10%): 1 page (double-sided)
Provide a narrative detailing the firm’s/joint venture’s familiarity, experience, and expertise in specific building design specialties such as: roof replacement, interior design, space planning services to include furniture layout, design and move coordination, elevator, childcare, building system evaluation, historic preservation, landscaping, laboratory, sustainable and accessible design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Other specialized design includes fire protection, life safety, and security systems design.
The standard is met when the offeror provides a narrative detailing the strengths of their company and the type of expertise that their firm possesses with regard to the examples listed in the description of this section. The specialized design experience and technical competencies should be detailed and clearly indicate proficiency that will be sufficient for successful completion of specialized services necessary on this contract.
Location in the Geographical area and Knowledge of the Locality (5%): 1 page (double sided)
Provide a detailed and clearly written description of the firm’s production capability within the geographical area specified in your technical qualifications submission. The description should indicate the following:
Location of production facility in the geographical area, or, if applicable, the firm’s plans to establish such capabilities
Specific knowledge of the geographical area
Detailed plan conveying your firm’s ability to respond immediately (within 24 hours) to any GSA building site within the geographic area your firm has specified
The standard is met when the offeror provides a narrative detailing the firm’s location in the geographical region or a plan to establish such, knowledge of the geographical area is clearly demonstrated, and the offeror has provided plans for immediate responsiveness to the GSA Region 6 needs that may arise in the geographical region specified.
ORAL PRESENTATION / INTERVIEW EVALUATION FACTORS: Oral presentations/interviews will be evaluated based on the offeror’s overall experience and architectural knowledge, efficient communication and project flow, ability to assess, strategize and create innovative processes and solutions to project challenges. Offerors will have 1 hour for the oral presentations/interviews.
Oral Presentation/Interviews Phase (100%)
Oral Presentation by the Principal in charge of the IDIQ services, introducing the Project Manager and, including an overview of the firm/joint venture and sub consultants, and lead designers (20%) 10 minutes
Interview questions for the Project Management team, including the firm’s Project Management strategic tactics, specific process flow, Specialized Design Expertise, and explaining the vision the team has to address risks, accountability, and control mechanisms. Answers should be concise and thoroughly address the question. (80%) 45minutes
Questions for GSA: 5 minutes
NOTE: Offerors shall present information that is not included in the technical proposal.
Offerors should provide an overview of the firm, lead designers, and overall Project Management Process including design solutions. Offerors presentation should address critical facets of the project management process including negotiation of work orders, involvement of GSA project managers, onsite inspection and evaluation, staffing, strategies for management/performance in occupied facilities, communication, scheduling, budget, cost estimating, design solutions/innovative architectural/engineering concepts, security, historic preservation strategies, integration of sustainable design practices, and use of CAD/BIM technology throughout design, and overall project management.
The standard is met when the offeror effectively communicates their architectural knowledge, ability to assess, strategize and communicate efficiently, while creating innovative solutions to project challenges. Offerors should explain the team composition, roles and responsibilities and the firm’s ability to effectively manage the staffing, workload, and multiple projects at once.
RESPONSE REQUIREMENTS:
When responding to this announcement, offerors must fully address their capability with regard to each of the above stated minimum submission requirements and evaluation criteria. Oral Presentation/Interviews will be conducted with the most highly qualified A-E firms/joint ventures, based on their written response to this announcement. The contract will be procured under the Brooks Act and FAR Part 36. This solicitation is a Request for Qualifications and is not a Request for Proposal.
NOTE: All packages shall be marked “TECHNICAL QUALIFICATIONS SOLICITATION – GS-10-14-R-0099″.
The Technical Qualifications Package shall include:
• six (6) bound hard copies
• two (2) electronic copies in PDF format (CD + copy to be emailed to Jeanne Cassidy at jeanne.cassidy@gsa.gov) and Richard Risso at richard.risso@gsa.gov.
Limit all pages to technical proposals to 8 1/2 x 11 size pages.
Firms/joint ventures wishing to be considered must submit completed SF 330(s) and other pertinent information as required above. The contents of the technical proposal shall consist of the items in the order and format indicated under Minimum Submission Requirements and Evaluation Criteria.
Technical Qualifications Package shall consist of the following information that is clearly labeled:
• Minimum submission requirements (include one completed Minimum Submission Requirements Checklist)
• Completed SF 330
• Technical qualifications
NOTE: The Technical qualifications portion of the Technical Qualifications Package must contain the information required to be submitted, per the evaluation criteria section of this Request for Qualifications in addition to the SF 330.
A follow-up announcement shall be placed in this publication containing the list of the firms considered to be the most highly qualified.
This is not a request for fee proposal.
It is the vendor’s responsibility to monitor FedBizOps for any changes and/or conditions. Offerors submitting a proposal in response to this announcement shall complete electronic Annual Representations and Certifications (formerly in ORCA) in conjunction with required Entity (formerly contractor registration in the Central Contractor Registration (CCR) database) accessed via https://www.sam.gov.
If you have any questions concerning this announcement, please contact Jeanne Cassidy at jeanne.cassidy@gsa.gov. or Richard Risso at richard.risso@gsa.gov.
All questions regarding this synopsis/solicitation must be received via email no later than 1:00 pm Pacific Standard Time (PST) June 2, 2014. All answers to questions will be posted in an Amendment to the synopsis/solicitation prior to June 6, 2014 at 1:00 pm Pacific Standard Time (PST).
A pre-technical qualifications meeting with R10 GSA and/or personal visits for the purpose of discussing this announcement will not be scheduled.
An electronic .pdf copy of the Technical Qualification Package is required to be submitted via email in addition to the required six (6) hard copies on or before the date set for receipt of proposals to Jeanne Cassidy at jeanne.cassidy@gsa.gov and Richard Risso at richard.risso@gsa.gov.
Technical Qualifications Packages in response to this synopsis/solicitation must be received no later than 1:00 pm Pacific Standard Time (PST), June 16, 2014, by the General Services Administration at the following location:
GSA PBS Northwest/Arctic Region 10
400 15th St SW
Auburn, WA 98001
Set-Aside: Total Small Business Place of Performance: Project locations vary, but will be within WA, OR, ID and AK. US URL: https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-LT-R-0099/listing.html
OutreachSystems Article Number: 140516/PROCURE/0781 Matching Key Words: writ*; copy; technical; standard;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — MULTIMEDIA REPORTER/PRODUCER- SERBIAN SERVICES BBG50-IQ-00355RYD 052714 Rehema Daya, Contract Specialist, Phone 2022034658, Fax 2023827854, Email rdaya@bbg.gov – Rachel Johnson, Contracting Officer, Phone 2023827847, Fax (202) 382-7854, Email rjohnson@bbg.gov Solicitation for a Serbian Service
Non Personal Service
Broadcasting Board of Governors
Multi Media Reporter/Producer (Combination Service)
Translate News Reporter/Producer
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 Multimedia services as described in further detail below for the Eastern Europe Division (Serbian 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: 06/01/2014 – 05/31/2015
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 per assignment rate based on 40 assignments per month, that will be negotiated with the BBG. [No minimum number of assignments is guaranteed.]
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.
3. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or visa.
4. References: (three)
5. Copy of active Registration in SAM. https://www.sam.gov
6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.
To ensure consideration for the intended position, please reference the solicitation number on your proposal.
Proposal must be submitted electronically to rdaya@bbg.gov. The due date is May 27, 2014 at 2 PM EST. All proposals as well as inquiries should be sent electronically to Rehema Daya @ rdaya@bbg.gov
Contracting Office Address:
300 C St. SW
Switzer Bldg. Rm. 4300
Washington DC 20237
United States
Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS
(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 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.
Deadline to submit question: May 19, 2014, 12 noon.
Responses to questions will be posted by May 23, 2014.
Set-Aside: Total Small Business Place of Performance: SERBIAN SERVICE , 330 INDEPENDECE AVENUE SW, ROOM 3700 WASHINGTON , DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-IQ-00355RYD/listing.html
OutreachSystems Article Number: 140515/PROCURE/0095 Matching Key Words: naics!711510;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Stewart, MICC – Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
T–Fort Stewart Marne Television Services W9124M-14-T-0004 070114 Brett Zeigler, 912-767-2336 MICC – Fort Stewart The Mission and Installation Contracting Command (MICC) – Fort Stewart intends to solicit proposals in response to Request for Proposal (RFP) W9124M-14-T-0004 to provide Marne Television services at Fort Stewart, Georgia and Hunter Army Airfield, Georgia.
Marne TV is used to transmit the United States Army Garrison Fort Stewart and Hunter Army Airfield, and the 3rd Infantry Division command messages and objectives into finished television programs that effectively communicate command information throughout Fort Stewart, Hunter Army Airfield, and the local communities.
The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to produce programming for Marne TV as defined in this Performance Work Statement except for those items specified as government furnished property and services. .
The North American Industry Classification System (NAICS) code for this acquisition is 512110 with a Small Business Size Standard of $30M. The Government intends to solicit this acquisition as a 100% Small Business set-aside. The anticipated solicitation release date will be on or about 16 May 2014. The resulting contract will be for a single Firm Fixed Price (FFP) contract with a base period of one year and two (2) one-year options. The anticipated period of performance for the base period is: 1 July 2014 through 30 June 2015.
This solicitation will be issued electronically. It will be available only via the Federal Business Opportunities website (www.fedbizopps.gov) through the Army Single Face with Industry website (https://acquisition.army.mil/asfi/). Potential Offerors are responsible for downloading their own copy of the solicitation package, as no paper copies will be furnished. No bidder mailing list will be maintained. It is the Offerors responsibility to check the Internet addresses provided as necessary for any posted changes to this solicitation and all amendments. Offerors are reminded to carefully review solicitation documents once issued as criteria stated in the solicitation shall govern.
Any questions or concerns relative to this solicitation MUST be submitted in writing (email, fax, or mail) to the following points of contact: Brett Zeigler and James Frye at derrick.b.zeigler.civ@mail.mil and james.r.frye20.civ@mail.mil, by fax at (912)767-8440 or by mail at 976 William H. Wilson, Suite 100, Fort Stewart, GA 31314.
Set-Aside: Total Small Business Place of Performance: MICC – Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA 31314-3322 US URL:https://www.fbo.gov/notices/ba1a76047d19527faba314479910873a
OutreachSystems Article Number: 140515/PROCURE/0115 Matching Key Words: naics!512110;
Department of Veterans Affairs, Long Beach VANLO, Department of Veterans Affairs, Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
99–691-14-3-4685-0023 Keywatcher System – for Securing Keys VA26214Q0786 051914 Johnny Kim Contract Specialist 562-766-2287 johnny.kim@va.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation in its entirety; quotes are being requested and a written solicitation will not be issued. Basis for Award under FAR 13.106-2: This procurement shall be conducted under FAR Parts 12 and 13. Award to this solicitation shall be based on the offeror’s ability to provide those specific supplies and services (FAR 52.211-6, Brand Name or Equal) stated in the solicitation. Award shall be made to the offeror who can provide an offer that meets the specifications/salient characteristics of the items listed within this solicitation while providing the lowest price.
Solicitation number VA262-14-Q-0786 shall be issued as a “Brand Name or Equal” request for quotation (RFQ). All incorporated provisions and clauses shall be in effect throughout this solicitation and award. The North American Industrial Classification System (NAICS) code for this requirement is 334519. Small business size standard is 500 employees. This solicitation is 100% set-aside for small business firms who are capable of providing the requirements under the categories described in this solicitation. All firms must be registered with and verified by the following websites: https://sam.gov to be eligible for award.
The Department of Veterans Affairs Greater Los Angeles Healthcare System, Los Angeles, California has a requirement for the Morse Watchmans Inc Keywather System. The Morse Watchmans Inc Keywatcher System is an electronic key tracking accountability system. It is a system that allows for accountability, tracking, and instant notification of critical keys, proximity cards, and special keys.
Listed below is a description of the items being requested in this solicitation.
Line Item Stock Number Item Description Quantity Price
1 Keywatcher System, each system includes: (6 module cabinets), main cabinet, 48 locations: 2 – 8 key modules, 2 – 16 key modules, 2- blank modules), 48 smartkeys, lantronix serial server (CAT 5), key-pro III software + manuals, 24-4 interface cable (9-9 Pin) 5 EA
2 Shipping Charge Shipping Charge 1EA
Line Item Stock Number “Equal” Item Description Quantity Price
1
5 EA
2
1 EA
The salient characteristics of the items above are listed below.
Salient Characteristics:
1. Must be scalable-both side by side for expansion as well as enterprise from location to location
2. Must be modular to allow for different types of storage options to include keys, card keys and small lockers (cellphone for example), single key and large multiple rings, laptops
3. Must be able to authorize individuals to access keys, by permission, date, hour and restriction
4. Must be able to provide email notification to designated persons when a particular item is removed and when it is returned for specific accountability
5. Must be able to return item(s) to any available storage option and the system must recognize the particular item
6. Must have an external door to protect against unauthorized attempts to remove keys
7. Must be able to be powered from standard AC electricity
8. Must have emergency back-up power supply for at least 48 hours
9. Must have integration ability with physical access control devices
10. Must be able to have connectivity to printers and VA Ethernet
11. Must be able to have at least 1500 users with individual pin numbers
12. Must be able to be wall mounted flush and secure
13. Must have alarm feature for attempts on gaining access or to remove key(s) without authority
14. Must have alarm feature for external door (if it is left open)
15. Must have an enrollment station that allows for both fingerprint and card enrollment options
16. Keys must be secured with steel locking ring that is non removable
17. Key rings must be able to be identified through smart chip that self identifies the key when inserted into the box and are color coded for easy identifiability
18. Must have the ability to return keys in a random available slot that the system will recognize upon insertion
19. Software must allow the ability to manage keys, issue authority, provide for several layered permission levels, create reports, track keys movement and provide person audit trails of keys and individuals
20. Must be able to schedule authority and to make key reservations in advance
21. Reports must include the following: total keys, user names, keys outstanding, keys removed, keys overdue
The Government intends to award a firm-fixed price award. Responses to the solicitation shall be due on Monday, May 19, 2014 at 9:00AM PST. Offerers are advised to review and monitor the website to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Johnny Kim, Contracting Officer at johnny.kim@va.gov. Telephone inquiries will not be honored.
Clauses Incorporated by Reference:
FAR 52.211-6, Brand Name or Equal
FAR 52.212-3, Offeror Representations and Certifications — Commercial Items (Include completed copy)
FAR 52.212-4, Contract Terms and Conditions — Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders — Commercial Items
52.212-1 — Instructions to Offerors — Commercial Items.
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show —
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–
GSA Federal Supply Service Specifications Section
Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites–
(i) ASSIST (http://assist.daps.dla.mil).
(ii) Quick Search (http://assist.daps.dla.mil/quicksearch/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
All responses/or questions must be in writing via e-mail. (no telephone inquiries will be accepted). Offers may be emailed to johnny.kim@va.gov no later than 9:00AM Pacific Standard time on Monday, May 19, 2014.
Offerors shall fill in the prices being offered in the schedule listed within this solicitation. If submitting a price for an “Equal” item, pricing and item information shall be filled in in the corresponding schedule.
(End of Provision)
ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS –COMMERCIAL ITEMS – SUB-PART 13.5 TEST PROGRAM
This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof.
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.
The combined synopsis/ solicitation number is VA262-14-Q-0786. This solicitation is issued as a Request for Quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC). This requirement will be procured 100% as a small business set-aside under NAICS Code 334519, 500 employees.
The VISN 22 Network Contracting Office, Long Beach, CA, (hereafter referred to as the NCO) will solicit and award this order using Federal Acquisition Regulations (FAR) Part 13 and acquisition of Commercial Items in FAR Part 12.
(End of Provision)
52.212-2 — Evaluation — Commercial Items.
(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 factor shall be used to evaluate offers:
Basis of Award: Award shall be made to the offeror who can provide an offer that meets the specifications/salient characteristics of the items listed within this solicitation while providing the lowest price.
(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.
(End of Provision)
Set-Aside: Total Small Business Place of Performance: VA West Los Angeles Healthcare System;11301 Wilshire Blvd;Warehouse Bldg 297;Los Angeles, CA 90073 90073 USA URL:https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26214Q0786/listing.html
OutreachSystems Article Number: 140515/PROCURE/0504 Matching Key Words: documentar*;
Department of the Army, Army Contracting Command, ACC – Rock Island (ACC-RI), ACC – Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
R–Professional Engineering and Technical Services at Pine Bluff Arsenal (PBA) W52P1J14RPROF 052114 Elizabeth Dennison, 309-782-1534 ACC – Rock Island (ACC-RI) The Army Contracting Command Rock Island (ACC-RI) is seeking sources that can provide professional engineering and technical services at Pine Bluff Arsenal (PBA). One engineer, one technical writer and one draftsman will be required.
Tasks Include: Process Safety Management, Process Management of Change Administration, Systems Hazards Analyses, SOP Development, Review and Update, Update of Process forTechnical Data Packages, Drawing Database Management, Drawing Development Review and Update.
Deliverables: Updated plant data books for each Implemented Process Change, Quaterly Reports on the Process Management Change Program, Determination of type of change and preliminary hazards analysis for each one of the process change requests, schedule for completion of the systems safety anaylses, complete systems safety analyses for existing process lines, as required, new SOP’s as required, updated SOP’s as required, as-built drawings, new and updated engineering drawings as required.
Respondents to this Sources Sought announcement should provide the following information: Company name, CAGE Code, Point of Contact, Phone Number, Email Address, and business size status relative to NAICS codes: 541330.
Respondents must provide, as part of their responses, information concerning each of the project requirements listed above along with: staff experience, including their availability, experience, and training, current in-house capability and capacity to perform the work, prior completed projects of similar nature, corporate experience and management capabilities, examples of prior completed Government contracts, references, and other related information.
Interested qualified contractors should submit a tailored capability statement for this requirement, not to exceed 20 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.
This notice is for planning purposes only and does not constitute an Invitation for Bids, Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, this announcement is Government market research, and may result in revisions to both its requirements and its acquisition strategy based on industry responses.
RESPONDENTS MUST SUBMIT THE ABOVE INFORMATION VIA E-MAIL to Elizabeth Dennison at elizabeth.a.dennison.civ@mail.mil, no later than 21 May 2014, 10:00 AM CST.
Place of Performance: ACC – Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL 61299-6500 US URL: https://www.fbo.gov/notices/ccf0eae74b2e1390ecadb0a52b32cd75
OutreachSystems Article Number: 140515/PROCURE/0597 Matching Key Words: writ*; technical;
Department of Veterans Affairs, Nashville VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
U–EMOTIONAL INTELLIGENCE TRAINING VA24914Q0513 051614 MATTHEW COX MATTHEW.COX@VA.GOV This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6-streamlined procedures for commercial items, in conjunction with far subpart 13 and as supplemented with additional information included in this notice. This is a Total Small Business Set-Aside requirement only qualified offerors may submit bids.
Solicitation VA-249-14-Q-0374 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued.
NAICS Code is 611430 and size standard is $10.0M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice.
Service Contract Act (SCA) Wage and Determination rules and regulations are applicable to this request and can be accessed at http://www.wdol.gov
In order to be considered for a government award, the firm must be registered in SAM @ http://www.sam.gov.
Period of Performance (POP): June 10 2014 through June 11 2014
Description of Services: This requirement is for the VAMC Louisville. The contractor shall provide off-site classroom training on Emotional Intelligence Training Level I in accordance with the Statement of Work.
Contract Type: The government anticipates awarding a Firm Fixed Price award. Award will be made to the lowest price quote which conforms to the requirements within this solicitation.
Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit quantity, and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm’s DUNS# and ORCA documents in SAM at http://www.sam.gov, terms of any express warranty, unit price, overall total price, applicable to shipping charges.
All prospective bidders must include appropriate references which must include all applicable company information and bibliographies of proposed teaching staffs along with letters of reference from past clients. In addition, the prospective bidders should provide examples of previous training sessions pertaining to emotional intelligence that they have conducted.
NOTE: If claiming SDVOSB, firm must be registered and CVE verified in VetBiz Registry http://www.vetbiz.gov.
Quotes must be received May 16, 2014 by 8:00 AM CST. Email your quote to Matthew.Cox@va.gov. The subject line must specify Emotional Intelligence Training for VAMC Louisville.
Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award;
52.212-2 Evaluation -Commercial Items; 52.217-8 Option for increased Quantity-separate priced line item 52.217-9 Option to extend the term of the contract. VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments; FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements; and 52.219-14 Limitation on Subcontracting.
Full text can be obtained at http://www.arnnet.gov.
Applicable provisions apply to this acquisition: 52.204-7- System for Award Management; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-2 Evaluation -Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award. Full text can be obtained at http://www.acquisition.gov/far.
PL- 109-461 – The Veterans Health Care, Benefits, and Information Technology Act sections 8147 and 8148 of 38 USC, VAAR 852.237-70 Contractor Responsibilities, 852.237-76 Electronic Invoice Submission, 852.203-70 Commercial Advertising, 819-7005 Service-disabled veteran-owned small business set-aside concerns, and 819-307 SDVOSB/VOSB small business status protests, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
Statement of Work
Background: The Department of Veterans Affairs VA Medical Center Louisville has a requirement for Emotional Intelligence Training. Emotional Intelligence is a skill. Participants who attend Emotional Intelligence training should discover what emotional intelligence is, learn why emotional intelligence matters, be able to measure their emotional intelligence skills, observe emotional intelligence skills in action, learn and apply emotional intelligence strategies for developing EQ skills, and set EQ goals.
A report by the Consortium for Research on Emotional Intelligence in Organizations asserts that a person’s ability to perceive, identify, and manage emotion provides the basis for the kinds of social and emotional competencies that are important for success in many jobs. Furthermore, as the pace of change increases and work makes greater demands on a person’s cognitive and emotional resources, this particular set of abilities will become increasingly important.
Staff with emotional intelligence training will decrease their stress related to the new challenges and will allow regional staff to increase productivity. Furthermore, this training is expected to develop the ability of staff to perceive, understand, and regulate emotions. As a result of this, staff should achieve a higher level of customer service skills. It is also expected the Emotional Intelligence Training will provide staff with competencies to handle difficult situations.
Scope of Work/Requirement: The contractor shall perform off-site classroom instruction and focus group participation on Emotional Intelligence to include technical expertise, materials, supplies, and certified trainers/coaches. The following list details the objectives that should be reached within the training:
” Ability to manage emotions in order to improve listening skills
” Ability to improve interpersonal relationship
” Ability to deal with providing unfavorable information
” Ability to deal with rapid change
” Ability to manage feelings and handle stress
” Ability to learn how to manage the emotional aspect of conflict
” Ability to manage emotions in order to achieve desired outcomes.
” Ability to recognize, express and cope with feelings and emotions of self and others
” Ability to cope with the demands and pressures of the supervisor’s/leader’s role
” Ability to react proactively by building relationships and leading by example
” Ability to focus on understanding others before seeking to be understood
” Ability to pose incisive questions and challenge when deemed necessary
” Ability to support others to set and achieve goals that benefit both the team and the individual
” Ability to motivate and encourage others to greater achievement
” Ability to maintain a positive mind-set in times of change and in challenging situations
In addition, the contractor shall provide verification of attendee’s presence at the training sessions, all pertinent training material, handouts and audiovisual for required training session, and provide sign in sheets to indicate employee presence at the training sessions.
Travel: The Contractor is responsible for all of their travel, accommodations, meals, rental cars, etc.
Period of Performance: June 10 2014 through June 11 2014
Set-Aside: Total Small Business Place of Performance: LOUISVILLE VA MEDICAL CENTER;800 ZORN AVENUE;LOUISVILLE, KY 40206 USA URL:https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0513/listing.html
OutreachSystems Article Number: 140514/PROCURE/0101 Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, MICC – Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
76–Publication and Distribution of Weekly Civilian Enterprise Newspaper at Fort Campbell, KY W9124814R0002 052914 Brad Davis, 2707987200 MICC – Fort Campbell The Mission and Installation Contracting Command, Fort Campbell, KY, intends to issue a Request for Proposal (W91248-14-R-0002) for Publication and Distribution of Weekly Civilian Enterprise Newspaper at Fort Campbell, KY, on or about 1 June 2014. Requirement is for a base period of 12 months and five (5) 12-month option periods. Procurement will be solicited on an unrestricted basis. Requirement will be Best Value procurement. RFP will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at http://www.fbo.gov. Hard copies of the solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFP release and all subsequent amendments. The NAICS code is 511140 and the small business size standard is 500 employees. Points of contact are Ms. Fannie Robertson, 270-798-2216, fannie.m.robertson.civ@mail.mil or Mr. Bradford A. Davis, 270-798-7200. bradford.a.davis.civ@mail.mil.
Place of Performance: MICC – Fort Campbell 6923 38th and Desert Storm Ave Fort Campbell KY 42223-5355 US URL: https://www.fbo.gov/notices/38469471d271e1a4d42f2768df2f4613
OutreachSystems Article Number: 140514/PROCURE/0493 Matching Key Words: age:state!ky; state!ky;
Department of the Army, Army Contracting Command, ACC – Rock Island (ACC-RI), ACC – Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
R–Professional Engineering and Technical Services at Pine Bluff Arsenal (PBA) W52P1J14RPROF 052114 Elizabeth Dennison, 309-782-1534 ACC – Rock Island (ACC-RI) The Army Contracting Command Rock Island (ACC-RI) is seeking sources that can provide professional engineering and technical services at Pine Bluff Arsenal (PBA). One engineer, one technical writer and one draftsman will be required.
Tasks Include: Process Safety Management, Process Management of Change Administration, Systems Hazards Analyses, SOP Development, Review and Update, Update of Process forTechnical Data Packages, Drawing Database Management, Drawing Development Review and Update.
Deliverables: Updated plant data books for each Implemented Process Change, Quaterly Reports on the Process Management Change Program, Determination of type of change and preliminary hazards analysis for each one of the process change requests, schedule for completion of the systems safety anaylses, complete systems safety analyses for existing process lines, as required, new SOP’s as required, updated SOP’s as required, as-built drawings, new and updated engineering drawings as required.
Respondents to this Sources Sought announcement should provide the following information: Company name, CAGE Code, Point of Contact, Phone Number, Email Address, and business size status relative to NAICS codes: 541330.
This notice is for planning purposes only and does not constitute an Invitation for Bids, Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, this announcement is Government market research, and may result in revisions to both its requirements and its acquisition strategy based on industry responses.
RESPONDENTS MUST SUBMIT THE ABOVE INFORMATION VIA E-MAIL to Elizabeth Dennison at elizabeth.a.dennison.civ@mail.mil, no later than 21 May 2014, 10:00 AM CST.
Place of Performance: ACC – Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL 61299-6500 US URL: https://www.fbo.gov/notices/b6dc295dc5eeba6010767109f8a19c50
OutreachSystems Article Number: 140514/PROCURE/0575 Matching Key Words: writ*; technical;
FedBizOpps – Awards
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 advise services VA24114Q0323 Christina Linnemann 774-826-3353 Christina.Linnemann@va.gov christina.linnemann@va.gov VA241-14-C-0091 $9,750.00 051214 5 BOSTON DIGITAL EDITING;316 STUART ST;BOSTON;MA;021165242 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 andEducation 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 produce approximately 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/Awards/VA241-14-C-0091.html
OutreachSystems Article Number: 140514/AWARDS/0823 Matching Key Words: video*; edit*; produc*; website; web; education*; produce?; production?;
USABID State and Local Purchases
California – Los Angeles County http://camisvr.co.la.ca.us/lacobids/BidLookUp/BidLookUpFrm.asp Los Angeles County – Office of Small Business: Directory Phone (800) 555-3815 Fax (213) 838-7400 [CA – California]
R – 1103-4912- SERVICES – VIDEO CONFERENCE ASSEMBLY SOL RFB-IS-14201641 1103-4912- SERVICES – VIDEO CONFERENCE ASSEMBLY Due Date: 5/28/2014 12:00 PM Contact: Jennifer Din For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140516/BID/0072 Matching Key Words: video*; conference?;
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 – KENTUCKY GROUP LIFE INSURANCE PLAN RFB : 1400000795 Off SOL KENTUCKY GROUP LIFE INSURANCE PLAN RFB : 1400000795 Office Of The Controller Michael Gustafson Published On : 5/13/14 Amended On : For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140515/BID/0001 Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
R – 457b Program Management SOL RFP-3234-0-2014/KBM 457b Program Management Due Date: 6/10/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140514/BID/0302 Matching Key Words: age:state!ky; state!ky;
Other Federal Procurements (Small)
Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website
T — Federal Supply Classification T006 SOL N62271-14-Q-1166 General Desc: Videography and Video Editing Services – Naval Postgraduate School Detail Desc: Please See Synopsis Due Date: Quote to be Received By: Thu, May 29, 2014 Address: Monterey, CA 93943-5000 Contact: Buying Party (Purchaser) Naval Postgraduate School For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140515/SMALL/1869 Matching Key Words: video*; edit*;
Kentucky State Procurement
Sanitation District No. 1, 1045 Eaton Drive, Ft. Wright, KY 41017
R — PROFESSIONAL ENGINEERING SERVICES -ADDENDUM NO. 4 ADDENDUM NO. 4 Issued: May 13, 2014 ITB TITLE: Professional Engineering Services New Buffington Sewer Replacement Project To All Prospective Bidders: This Addendum is issued to make certain revisions, additions, and clarifications to the original Invitation to Bid document and shall be incorporated in the original Invitation to Bid document. This Addendum takes precedence over any and all information previously issued. No other revisions to the Invitation to Bid document are to be inferred. The Bidder must acknowledge receipt of this Addendum in the appropriate space on the Bid Transmittal Letter. Failure to acknowledge addendums may result in the bid being deemed nonresponsive. Please be advised of the following information regarding questions raised during the pre-bid meeting held on May 12: Question: My firm is currently certified as an FBE (Female Owned Business) through City of Columbus, OH and a WBE through City of Dayton, OH. Would these certifications be applicable to the DBE participation criteria of the New Buffington professional services contract? Answer: Out-of-state minority business certifications will be accepted and meet the certified DBE firm requirements in scoring of the proposals for this project. Kentucky verification is not necessary. If your firm does submit a bid please ensure that you provide written documentation of your company s WBE certification status in Columbus and Dayton. Question: Can SD1 provide MH rim and invert elevations for the existing sewer line that is being replaced? This will help in determining the required depth of geotechnical investigation. Answer: Listed below is the data that is currently available: 2070047- Depth 15.5 2070049- Depth 15.4 2070025- Depth 8.6 2070024- Depth 12.6 2070023- Depth 5.3 2070022- Depth 12.5 2070021- Depth 14.3 2070020- Depth 6.8 2070019- Depth 6.4 2070018- Depth 6.5 Question: You mentioned yesterday that SD1 had access to existing easement documents for the New Buffington sewer. Could you please provide the width(s) of those easements? Answer: The permanent easements are 20 feet (10 feet of the centerline on each side) and temporary construction easement (specified as 30 feet on one easement document). Question: Is a copy of the Environmental Assessment report available for this project? Answer: Please see the Environmental Assessment report attached. If you have any question regarding this addendum Please contact me at the number listed below. Mike Glowacki Purchasing Manager Office: 859-547-1646 Email: mglowacki@sd1.org This notice is provided by the Kentucky Small Business Development Center. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 140514/KY/5841 Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
May 18, 2014
Business, Business / Career, Education, Government