BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

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

FedBizOpps – Procurements

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

R — VOA Thai Service -Multimedia Production Combination Journalist/Producer (TV-Video, Radio, Web, and Mobile) BBG50-R-14-0035 061214 Patrice Abner, Phone 000-000-0000, Email pabner@bbg.gov – Alisa Martine, Contract Specialist, Phone 000-000-0000, Fax 000-000-0000 nbsp;

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

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing one (1) Blanket Purchase Agreement for Multimedia Combination Services (Journalist/Producer) described in the attached Statement of Work (SOW) for the Voice of America’s East Asia and Pacific Division -Cantonese Service, in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

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

(iv) The period of performance will begin on or about June 27, 2014 through June 26, 2015 (one year from date of award).

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

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

v ii) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:

I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

Proposal Submission:

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

1) Technical Proposal – The Offeror shall provide their resume/Curruliam Vitae that includes work experience, education and specialized training.   The Offeror must be able to demonstrate proficiency in writing and speaking Thai and English within the technical proposal. Please refer to the attached Statement of Work (SOW) for the Scope of Work description and the expertise sought under this solicitation.

NOTE: Samples of journalism expertise, translation expertise and voicing skills are to be provided with technical proposal. Please provide no more than 3 samples. Written samples are to be provided in Microsoft Word format. Audio/visual samples may be provided in avi format or web format.

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

a) Past Performance References   – The Offeror is required to provide no more    than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the references with the following information:

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

(Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.)

2) Price Proposal :   Offeror shall provide a Price Proposal that states the Offeror’s proposed annual Total Price based on a 552 hours work-year that will be negotiated with the BBG.

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

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

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

In addition, the offeror must agree to undergo a security background check. The security background check also includes key personnel listed in proposal.  If the contractor fails to pass a security background check, the contract shall be terminated.

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

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

EVALUATION FACTORS

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

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

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award

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

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

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

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

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

Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov . Oral questions will not be answered nor addressed.

Written questions must be submitted before June 10, 2014 at 4PM(EST)

Responses to questions will be posted on June 11th, 2014.

ALL TECHNICAL AND PRICE PROPOSALS (including samples) MUST BE SUBMITTED EITHER  ELECTRONICALLY OR HAND CARRIED/DELIVERED OR VIA COURIER BEFORE THE CLOSING DEADLINE to: Proposals are due to Patrice Abner, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW; Suite 4007;  Washington, DC 20237 . E-mail address to submit electronically is pabner@bbg.gov

NO ORAL OR FAXED PROPOSALS WILL BE ACCEPTED

ALL PROPOSALS MUST LIST THE SOLICITATION NUMBER (BBG50-R-14-0035)

IN ADDITION, ELECTRONIC PROPOSALS MUST HAVE THE SOLICITATION NUMBER WITHIN THE SUBJECT LINE OF THE ELECTRONIC SUBMISSION

Set-Aside: Total Small Business Place of Performance: 330 C Street, SW Suite 4007 Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0035/listing.html

OutreachSystems Article Number: 140607/PROCURE/0068 Matching Key Words: video*; produc*; train*; website; web; education*; business*; event?; produce?; production?; instruct*; commercial?; naics!711510;

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Uganda USAID-Kampala, Dept. of State Washington DC 20521-2190

R — Supervisory Development Outreach and Communications 617-14-0005 070514 Grace W. Nakaddu, Executive Specialist, Phone 256-41-4306-001, Fax 2546-41-4306-661, Email gnakaddu@usaid.gov – Grace Muntu, Executive Assistant, Phone 256-41-4306-001, Fax 256-41-4306-661, Email gmuntu@usaid.gov 1. Position Title: Supervisory Development Outreach and Communications 2. Market Value: GS-14 Equivalent $85,544 to $111,203. Final compensation will be based upon the candidate past salary and work history, experience, and educational background of the successful candidate. 3. Place of Performance: Kampala, Uganda 4. Period of Performance: Two year Contract. 5. The U.S. Agency for International Development Mission in Uganda seeks to employ a U.S. (U.S. and Resident Aliens) Personal Services Contractor who will implement development, outreach, and communications efforts to increase awareness of USAID assistance programs in Uganda for a variety of audiences within and outside of Uganda. 6. Education: It is preferred, but not required, that the candidate hold a Master’s degree with significant coursework in relevant fields. Relevant fields include – but are not limited to – journalism, communications, public relations or affairs, international relations, international development, public administration, Development/area studies, and social studies. Eight to 10 years’ experience as a journalist, in public affairs or international relations is required. 7. Work Experience: At least five years’ relevant experience in a developing country. Relevant experience is defined as work in journalism, public relations, communications, and/or outreach. 8. Language Proficiency: The candidate must be fluent in both spoken and written English. 9. Skills and Abilities: The candidate must have a demonstrated capacity in the following skills and abilities: Demonstrated ability to exercise sound, independent, professional judgment; Excellent organizational and critical thinking skills; Excellent written and verbal communication skills with a demonstrated ability to translate highly technical material into easy to understand narrative; Exceptional interpersonal skills with the ability to influence relationships positively; Superior project management skills and the ability to take initiative working with the direction of management; must be able to take ownership of projects, creatively problem solve and see through to completion; Strong and demonstrated knowledge of the principles and practices of public relations, media relations, and journalistic writing and reporting techniques; Knowledge of technical aspects involved in the production of different public outreach activities, such as production of televised programs; Superior levels of professionalism while working under pressure in a fast-paced and sometimes difficult or dangerous environment; Willingness to assume duties and responsibilities in all communications areas, as needed; Strong, working knowledge of Microsoft Word, Excel, Power Point, and Internet applications; Familiarity using a digital camera and videotaping equipment; 10. Clearance: U.S. Secret clearance (or the ability to attain one) is required. 11. Applicants who meet the minimum qualifications will be evaluated and ranked based on the selection criteria. Applicants are strongly encouraged to address each of the criteria on a separate sheet describing specifically and accurately what experience, training,education, and/or awards that are relevant to each factor. 12. Notice to Applicants: USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance, technical knowledge, required skills, including teamwork and team-building experience and may consider such information in its evaluation. Shortlisted candidates may be required to submit writing samples and/or do a written test. USAID/Uganda shall not pay for any expenses associated with the interviews. Introduction: The S/DOC is an essential member of the Office of Program and Policy Development, responsible for producing and disseminating public information about mission activities for Ugandan and American consumption and to educate and promote a better understanding of USAID/Uganda programs. In this capacity, the incumbent is responsible for strategically planning, developing, implementing, and administering the DOC program to promote better awareness and understanding of U.S. foreign assistance to Uganda. S/he guides, coordinates, and oversees the mission’s communication practices and outreach efforts, helping to ensure that they reflect the U.S. Government’s (USG) priorities and promote USAID’s accomplishments to key audiences. S/he is also responsible for relaying related policies and achievements to key audiences of the host country, in the United States, and other countries. Major duties and responsibilities: The S/DOC will manage the full range of public information and outreach activities in support of USAID/Uganda’s programs and objectives, targeting information to specific audiences in both the US and (country), in accordance with the Mission’s public strategy and evolving circumstances. Specific duties include but are not limited to the following: Supervisory and Coordination: Lead the Mission’s Development Outreach and Communications (DOC) team comprised of one to two Foreign Service Nationals to ensure overall quality and coherence of the team’s communications and outreach products and initiatives. Lead the development and implementation of the Mission’s communications strategy and outreach plan. Represent the Mission at the senior level in all matters pertaining to public affairs and outreach activities with other branches of the USG, the Government of Uganda, implementing partners, other donor nations, the UN, World Bank and other groups or institutions. Train USAID’s technical staff in Uganda/Kampala and the regional offices in support of their public speaking and media outreach roles. Oversee the integration of communications in the project design and implementation processes. Serve as the senior advisor to Mission management regarding all public information, media relations, and outreach matters. Maintain up-to-date knowledge of all USAID/Uganda activities and processes, as well as a keen awareness of political and policy issues. Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives. Serve as a resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in ADS 320 and the Agency’s Graphic Standards Manual. Oversee and provide regular trainings to USAID staff and implementing partners on the appropriate use of branding and marking; work closely with Contracting/Assistance Officer Representatives (C/AOR) to ensure adherence to branding in the field; and, seek guidance from LPA on any disputes or waiver requests. Coordinate with the PAO, U.S. Military, other USG agencies (e.g. CDC, USDA), and USAID implementing partners to achieve maximum exposure and understanding of U.S. development and humanitarian assistance efforts and initiatives in Uganda, as defined by the Chief of Mission and USAID Mission Director. Establish and maintain contacts with donor representatives, implementing partners, and other USG agencies to collect information for reports. Public Information and Publicity Materials: Coordinate information dissemination, media outreach, and public events within the Mission; with the Mission’s offices, units and technical staff; and with all non-USG organizations. Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID/Uganda’s activities. These must be written in clear, concise English, prepared with both the media and general audiences in mind, and designed for print, power points, and web use. Oversee the preparation of submissions for USAID Frontlines and other USAID public information platforms including the Administrator’s Blog, USAID Facebook, Twitter, YouTube and other new or emerging social media sites. Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media strategy will be developed to align with the broader communications strategy. Oversee the submission of all social media materials to PAO for posting on the U.S. Embassy Facebook and Twitter sites. Manage the preparation and maintenance of an updated standard information package on the USAID program in Uganda for briefings and for distribution to the public and the media; and for USAID/W, LPA, State, Congress, etc.; including scene setters, program briefing papers, project status reports, maps, photos, information about other donors, and general information about Uganda. Oversees the content and posting of Uganda specific English-language materials on the USAID website to ensure they are accurate and up-to-date/he works closely with LPA webmaster to ensure the Uganda specific pages are creative and informative. Oversee the writing and distribution of press releases on program successes, project inaugurations, significant developments, etc. Follow up with media to encourage and support coverage of public events. Coordinate with technical offices, Embassy’s PAO, and LPA to produce and release timely, accurate, and useful written information to local and international media. Media and Public Relations: Promote separate, pro-active, targeted, information and media outreach activities. These activities are specifically designed to push accurate information about USAID programs deep into local, regional and national markets, through the selective use of radio, television, newspapers, magazines, public service announcements, advertisements, billboards, and traditional communications. This necessitates a close and transparent relationship with Mission implementing partners’ communication and outreach staff. Oversee all international and local media relations. Work closely with PAO on press relations and maintain contacts with high-level Western and local journalists from all media outlets. Advise and work with Embassy PAO to expand opportunities to keep media abreast of USAID/Uganda programs, including TV, radio and other media. This may include arranging interviews, briefings, media tours of USAID projects, etc. In collaboration with PAO, advise the Mission Director and USAID staff on press and media relations. Ensure a targeted, coherent, and consistent message from all USAID staff and implementing partners. Coordinate with Government of Uganda public relations offices, maintaining good relations and advising on working with Uganda and international media. Coordinate with PAO to monitor local and international press coverage, awareness, and attitudes concerning USAID programs and monitor effectiveness of the communications strategy. Provide feedback to inform ongoing activities and future programming. As directed by the Mission Director, Deputy Director, and Supervisory Program Officer and in collaboration with PAO, respond to inquiries from the general public, media, and other sources about USAID programs and projects. Publicity Events: Organize and coordinate press events for USAID projects in conjunction with the PAO, USAID Mission Director, USAID staff and implementing partners. This includes conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings for media; compile and disseminate press packets; deal with protocol issues, site selection, staging, and logistical issues; identify and schedule speakers; liaise with U.S. and local government officials; write or edit Briefing Checklists (BCLs), scene setters, briefing materials and memorandums to the Ambassador or his/her deputies when participation in events is warranted; write or edit BCLs and Scene Setters for USAID’s Front Office when participation in events is warranted; provide on-site coordination of media. Follow up with media to ensure coverage of public events. Manage the posting of all event information and materials to the Mission website. Review and edit press releases, speeches, and talking points drafted by implementing partners for USAID events; review and edit BCLs and Scene Setters drafted by implementing partners for USAIDevents. Submit all press releases and interview requests – in-house and those drafted by implementing partners – to PAO (and LPA, when appropriate) for review and approval. Oversee the maintenance of a calendar of USAID programevents and its distribution within USAID/Uganda, to Embassy stakeholders, and LPA in Washington. Photograph and/or shoot video of USAID events for the USAID and Embassy websites and for USAID/Uganda’s archives. Serve as the Mission’s primary point of contact for publicity events and site visits by official visitors from the U.S. Embassy, USAID/Washington, Congress, and other USG agencies or entities. Coordinate VIP site visits as necessary. Coordinate with Embassy on schedules and logistics. Lead the preparation of briefing materials, scene setters, and other information products and processes to support these visits. Maintain a diverse list of potential site visit locations appropriate for a variety of CODEL, STAFFDEL, and other high-level visitors to USAID/Uganda, coordinating closely with partners in advance. Perform other duties/activities that the US Ambassador, USAID Mission Director, Deputy Director, Supervisory Program Officer, USAID/Washington and circumstances may dictate. Supervision: The S/DOC will report to the Supervisory Program Officer/ Team Leader. For detailed scope of work and evaluation criteria, please send email to gnakaddu@usaid.gov

Place of Performance: Kampala, Uganda US Embassy Compound – South Wing Plot 1577 Ggaba Road P.O. Box 7856 Kampala UG URL: https://www.fbo.gov/spg/AID/OM/UGA/617-14-0005/listing.html

OutreachSystems Article Number: 140607/PROCURE/0074 Matching Key Words: video*; edit*; produc*; train*; conference?; website; web; site?; page?; education*; event?; produce?; production?; distribut*;

Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Pacific, 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001

76 — SSC Pacific Command Reference Document N66001-14-R-0011 062014 Point of Contact – Cassi J Newman, Contract Specialist, 619-553-7504; Andrea L Eckenrode, Contracting Officer, 619-553-5283 Contract SpecialistCombined Synopsis/Solicitation This is an SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 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. Competitive proposals are being requested under N66001-14-R-0011. This requirement is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB), the600px-US-DeptOfNavy-Seal.svg applicable NAICS code is 711510 with a small business size standard of $7,000,000.00. Period of Performance for this order is estimated at one, 90-day base period with six, 90-day option periods. The following CLIN structure is anticipated in the award document (DD 1449): CLIN 0001-Services IAW PWS (Base Period) CLIN 0002-Data IAW CDRL (Base Period) CLIN 0003-Services IAW PWS (Option Period 1) CLIN 0004-Data IAW CDRL (Option Period 1) CLIN 0005-Services IAW PWS (Option Period 2) CLIN 0006-Data IAW CDRL (Option Period 2) CLIN 0007-Services IAW PWS (Option Period 3) CLIN 0008-Data IAW CDRL (Option Period 3) CLIN 0009-Services IAW PWS (Option Period 4) CLIN 0010-Data IAW CDRL (Option Period 4) CLIN 0011-Services IAW PWS (Option Period 5) CLIN 0012-Data IAW CDRL (Option Period 5) CLIN 0013-Services IAW PWS (Option Period 6) CLIN 0014-Data IAW CDRL (Option Period 6) Requirement: Please see attached Performance Work Statement (PWS) (Attachment 1), Contract Data Requirements List (CDRLs) (Attachment 2), and Quality Assurance Surveillance Plan (QASP) (Attachment 3). Regarding Proposal Submission, please see attached Reference Information Sheet (Attachment 4), Past Performance Questionnaire (Attachment 5), and Pricing Matrix (Attachment 6). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-73 (05/29/2014) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20140528 (05/28/2014). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at http://www.farsite.hill.af.mil. The provision at 52.212-1, Instructions to OfferorsCommercial applies to this acquisition. See addenda “Submission of Proposals” below for additional instructions. Submission of Proposals: If you want to compete for the contract described in this synopsis/solicitation, you must submit a technical proposal (technical proposal elements described below) and submit a completed Pricing Matrix (Attachment 6). Technical Proposal: (a) Technical Capability a. Organizational Experience: Experience is the opportunity to learn by doing. An offeror’s experience is relevant when they have been confronted with the kinds of challenges that will confront them under the contract contemplated by this solicitation/RFP. Relevant work is defined as work of similar nature, scope, magnitude, and difficulty to that required by the solicitation. This evaluation will consider the breadth, depth, and relevance of offeror work performed since 01 June 2009. The references submitted under Past Performance (see below instructions regarding submission of Reference Information Sheets) should be able to provide information needed to evaluate Organizational Experience. Information provided in the Reference Information Sheets will be utilized to assess this subfactor. No additional information shall be submitted by offerors for this subfactor. b. Writing Samples: Offerors shall submit a maximum of three writing samples, five pages maximum for each sample (for a total maximum of 15 pages). Offerors shall provide writing samples of completed and published work similar in scope and complexity to the requirements of this RFP. (b) Past Performance a. Each offeror shall complete and submit up to three Reference Information Sheets (Attachment 4, two pages maximum for experience). The two page maximum includes the Reference Information Sheet cover-page, plus one additional page. Attached CPARS documents will not count against the two- page maximum. The offeror shall demonstrate relevant experience in work similar to the work outline in the PWS. If available, Offerors shall attach the most recent CPARS evaluation for each experience identified. If CPARS evaluations are unavailable, Offerors shall provide one Past Performance Questionnaire (Attachment 5) to each of the customers cited on the Reference Information Sheet (Attachment 4), ensuring that the references’ contact information (Block 9a/9b) is accurate. The offeror shall request that the customer complete and send the form as an email attachment to cassi.newman@navy.mil. The completed Past Performance Questionnaire should be received by the Government not later than the proposal due date and time. However, the Government may consider past performance information received after this date and time. The Government reserves the right to use past performance information obtained from sources other than those identified by the offeror. This past performance information will be used for the evaluation of past performance. The Government does not assume the duty to search for data to cure the problems it finds in the information provided by the offeror. The burden of providing thorough and complete past performance information remains with the offeror Pricing Matrix- shall be submitted in accordance with the Pricing Matrix (Attachment 6) MS Excel format with formulas intact. Offerors shall ensure that spreadsheets are fully accessible (i.e., not ‘read only’). For proposal purposes assume that 50% of the effort will be performed at the Government facility (SSC Pacific, San Diego, CA) and that 50% of the effort will be performed at the contractor facility. The government anticipates awarding a firm-fixed contract. 52.212-2, EvaluationCommercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, cost and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Capability (including subfactors Organizational Experience and Writing Samples). Technical Capability will be evaluated to assess the offeror’s performance capability. There are two subfactors: (a) Organizational Experience: The Government will consider the breadth, depth, and relevance of the offeror’s recent experience (performed since 1 June 2009) in performing work that is similar in nature, scope, magnitude, and difficulty to that required under the proposed contract. (b) Writing Samples: The Government will evaluate the quality of writing samples of completed and published works that are similar in scope to the requirements of this acquisition. (2) Past Performance. The past performance evaluation results in an assessment of the offeror’s probability of meeting the solicitation requirements. The past performance evaluation considers each offeror’s demonstrated recent (performed since 1 June 2009) and relevant record of performance in supplying products and services that meet the contractor’s requirements. (3) Cost. The Government will evaluate the proposed price of each offer for fair and reasonableness and realism in accordance with FAR Subpart 15.4. All technical (non-cost) evaluation factors, when combined, are equally important as cost. Technical Capability is more important than Past Performance. The two non-cost evaluation subfactors within the Technical Capability factor are equal in importance. (b) Options. The Government will evaluate offerors for award purposes by adding the total cost for all options to the total cost for the basic requirement. The Government may determine that an offer is unacceptable if the option costs are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. (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. Offerors are advised to include a completedcopy of the provision at 52.212-3, Offeror Representations and CertificationsCommercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items applies to acquisition and includes the following checked clauses: 52.203-6 52.204-10 52.209-6 52.219-8 52.219-14 52.219-28 52.222-3 52.222-21 52.222-26 52.222-35 52.222-36 52.222-37 52.222-40 52.225-13 52.223-18 52.232-30 52.232-33 52.217-9, Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. (End of Clause) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Deviation apply to this acquisition. Additional contract clauses include: 52.203-3 52.204-6 252.203-7000 252.204-7001 252.204-7012 252.232-7003 252.232-7006 DFARS Clause 252.227-7020, Rights in Special Works (JUN 1995) (a) Applicability. This clause applies to works first created, generated, or produced and required to be delivered under this contract. (b) Definitions. As used in this clause: (1) Computer data base means a collection of data recorded in a form capable of being processed by a computer. The term does not include computer software. (2) Computer program means a set of instructions, rules, or routines recorded in a form that is capable of causing a computer to perform a specific operation or series of operations. (3) Computer software means computer programs, source code, source code listings, object code listings, design details, algorithms, processes, flow chars formulae and related material that would enable the software to be reproduced, recreated, or recompiled. Computer software does not include computer data bases or computer software documentation. (4) Computer software documentation means owner’s manuals, user’s manuals, installation instructions, operating instructions, and other similar items, regardless of storage medium, that explain the capabilities of the computer software or provide instructions for using the software. (5) Unlimited rights means the rights to use, modify, reproduce, perform, display, release, or disclose a work in whole or in part, in any manner, and for any purpose whatsoever, and to have or authorized others to do so. (6) The term works includes computer data bases, computer software, or computer software documentation; literary, musical, choreographic, or dramatic compositions; pantomimes; pictorial, graphic, or sculptural compositions; motion pictures and other audiovisual compositions; sound recordings in any medium; or, items of similar nature. (c) License rights. (1) The Government shall have unlimited rights in works first produced, created, or generated and required to be delivered under this contract. (2) When a work is first produced, created, or generated under this contract, and such work is required to be delivered under this contract, the Contractor shall assign copyright in those works to the Government. The Contractor, unless directed to the contrary by the Contracting Officer, shall place the following notice on such works: ” (Year date of delivery) United States Government, as represented by the Secretary of (department). All rights reserved.” For phonorecords the “” markings shall be replaced by a “P”. (3) The Contractor grants to the Government a royalty-free, world- wide, nonexclusive, irrevocable license to reproduce, prepare derivative works from, distribute, perform, or display, and to have or authorize others to do so, the Contractor’s copyrighted works not first produced, created, or generated under this contract that have been incorporated into the works deliverable under this contract. (d) Third party copyrighted data. The Contractor shall not incorporate, without the written approval of the Contracting Officer, any copyrighted works in the works to be delivered under this contract unless the Contractor is the copyright owner or has obtained for the Government the license rights necessary to perfect a license of the scope identified in paragraph (c)(3) of this clause and, prior to delivery of such works- (1) Has affixed to the transmittal document a statement of the license rights obtained; or (2) For computer software, has provided a statement of the license rights obtained in a form acceptable to the Contracting Officer. (e) Indemnification. The Contractor shall indemnify and save and hold harmless the Government, and its officers, agents and employees acting for the Government, against any liability, including costs and expenses, (1) for violation of proprietary rights, copyrights, or rights of privacy or publicity, arising out of the creation, delivery, use, modification, reproduction, release, performance, display, or disclosure of any works furnished under this contract, or (2) based upon any libelous or other unlawful matter contained in such works. (f) Government-furnished information. Paragraphs (d) and (e) of this clause are not applicable to information furnished to the Contractor by the Government and incorporated in the works delivered under this contract. (End of clause) This RFP closes on 20 June 2014 at 10:00 AM, Pacific Daylight Time (PDT). Proposals must be uploaded on the SPAWAR e-commerce website at https://e– commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-14-R-0011. The point of contact for this solicitation is Cassi Jo Newman at cassi.newman@navy.mil. Please include RFP N66001-14-R-0011 on all inquiries. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/.
Set-Aside: Service-Disabled Veteran-Owned Small Business URL: https://www.fbo.gov/notices/5974e2340d0201c4c766970fbae4bbd0

OutreachSystems Article Number: 140607/PROCURE/0343 Matching Key Words: naics!711510; writ*; copy; technical; standard; operating;

Department of the ArmyDepartment of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014

R–Request For Information (RFI): Management and Analytical support for the Defense Health Agency (DHA) BV422403 061614 Barton Vint, (301) 619-3689 US Army Medical Research Acquisition Activity The U.S Army Medical Research Acquisition Activity (USAMRAA) in support of Defense Health Agency (DHA), Administration and Management Division, is seeking firms that qualify under the U.S. Small Business Programs cited in the Federal Acquisition Regulation (FAR) Part 19, 8(a) Small Business. THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR PLANNING PURPOSES ONLY to identify valid sources and to gauge the business interest for the following work:

Provide management and analystics in support of DHA, Administration and Management Division. See attached DRAFT PWS for full details. This is a DRAFT PWS which is subject to change before solicitation.

The North American Industry Classification System (NAICS) is 541611. Interested parties should furnish the following information (1) company name, address, point of contact, telephone number, email address and website address. (2) Business type: 8(a), Women-Owned, Historically Underutilized Business Zone (Hub Zone), Small Disadvantaged, Service Disables, Veteran Owned Small Business, Large or small Business, etc. (3) A capabilities statement regarding similar projects completed within the last five (5) years; minimum information must include the following: final contract price, project location with a brief description of the project and (4) CAGE Code, DUNS Number and a list of Government solicitation sites that your company is available on (i.e. FedBizOps, GSA eBuy, GWAC, FedBid, NASASEWP, NITACC etc.). Electronic versions of your statement, ten pages or less shall be submitted via email to barton.j.vint.civ@mail.mil. No telephone calls will be accepted. Responses are due NO LATER THAN 16 June 2013 at 9:00 AM Eastern Time.

MARKET RESEARCH IS BEING CONDUCTED to determine if there are 8(a) small businesses with the capabilities and experience to perform the required work. USAMRAA will use information obtained through this synopsis to develop an acquisition strategy. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT.
Please do not respond with brochures, advertisements or other generic material. These will not be considered as a capability statement.

Performance Work Statement (PWS):

Title: DEFENSE HEALTH AGENCY MANAGEMENT AND ANALYTICAL SUPPORT SERVICES

Requiring Activity Name: Office of Administration and Management(A&MD)

1.0 SCOPE
This award provides for services for senior management advice and assistance, executive administrative services, meeting support and overall office administration support, to the Defense Health Agency, Office of the Assistant Secretary of Defense/Health Affairs, and the subordinate offices that support the Military Health System. This award also provides for services, materials and equipment encompassing various aspects of program management, communications, facilitation and technical support to assist and support Defense Health Agency (DHA) and the emerging Defense Health Agency (DHA) to include, but not limited to, Functional Support Teams and all Shared Services, offices, directors, managers and staff in the areas of management and administration.

1.0.1 Background
Deputy Secretary of Defense Memorandum of March 2, 2012, and affirmed by section 731 of the National Defense Authorization Act for Fiscal Year (FY) 2013 directs the implementation of the Military Health System (MHS) Governance Reform. The centerpiece of the reform is establishment of a Defense Health Agency (DHA) to assume responsibility for shared services, functions, and activities of the MHS and other common clinical and business processes. This implementation included extensive transition actions during FY 2013, with initial operating capability (IOC) of the DHA on October 1, 2013 and full operating capability (FOC) within two years.
The DHA was established as an Agency of the Department of Defense under the Undersecretary of Defense for Personnel and Readiness (USD(P&R)) and operating under the authority, direction and control of the Assistant Secretary of Defense for Health Affairs (ASD(HA)).
The DHA is a Combat Support Agency (CSA) responsible for supporting joint operating forces across the range of military operations and in support of combatant commanders executing military operations. The DHA supports the delivery of integrated, affordable, and high quality health services throughout the MHS. It executes the Department’s medical mission, manages the execution of policy issued by the ASD(HA) and serves as the program manager for TRICARE health and medical resources. In doing so, the DHA supports the goals of efficiency, readiness, and deployed operations. The Chairman of the Joint Chiefs of Staff oversees the planning and execution of DHA combat support missions and operations.

1.0.2 Objectives
The overall objectives of this task order are to provide day-to-day program management, strategic communications, facilitation and technical support to assist and support the emerging Defense Health Agency (DHA) to include, but not limited to, Functional Support Teams and all Shared Services, offices, directors, managers and staff in the areas of management and administration. This award is also to assist, support, and facilitate the effective and efficient accomplishment of mission tasks, business, functions/activities, and daily operations Director of Defense Health Agency and other executive level offices in support of the Military Health System.

1.1 Non-Personal Services
This award identifies services that are strictly non-personal in nature.

1.2 Severable / Non-Severable Services
This award identifies services that are non-severable in nature.

1.3 Inherently Governmental Functions
This requirement has been reviewed and contains no services that are inherently governmental functions.

1.4 Acquisition Functions Closely Associated with Inherently Governmental Functions
Not applicable

1.5 Organizational Conflict of Interest Category
Defense Health Agency (DHA) has categorized all its non-purchased care requirements into three broad categories, as defined below, for purposes of identifying, avoiding or mitigating against Organizational Conflicts of Interest (OCIs) in accordance with FAR Subpart 9.5. These categories are defined as follows:

Category 1: DHA Internal Support: Services which, by their very nature, give the Contractor access to extensive data about the contracts of all other DHA contractors.

Category 2: Program Management Support: Services which assist DHA in planning and managing its activities and programs. This includes, for example: requirements analysis, acquisition support, budget planning and management, business process reengineering, program planning and execution support, and independent technical management support.

Category 3: Product Support. Services or end items required to meet the mission requirements of DHA’s non-purchased care activities and programs. This includes, for example: concept exploration and development; system design; system development and integration; COTS procurement and integration; internal development testing; deployment; installation; operations; and maintenance.

Contractor participation in more than one of these areas may give rise to an unfair competitive advantage resulting from access to advance acquisition planning, source selection sensitive or proprietary information. Furthermore, contractor participation in more than one area may give rise to a real or apparent loss of contractor impartiality and objectivity where its advisory or planning assistance in one area potentially affects its present or future participation in another area.

The purpose of this categorization is to accomplish the following three objectives: (1) to inform prospective Offerors that DHA presumes that award of a contract or order in the subject category will give rise to real or apparent OCIs with respect to requirements in the other two categories; (2) to assist current contractors and prospective Offerors in developing their own business strategies regarding participation in DHA requirements and in identifying and, where possible, avoiding or mitigating against OCIs; and (3) to ensure that all current contractors and prospective Offerors are afforded the maximum practicable opportunity to compete for all DHA requirements consistent with the restrictions required under FAR Subpart 9.5 and sound business practices.

For purposes of identifying, avoiding and / or mitigating against OCIs, DHA will examine all its non-purchased care requirements and acquisitions regardless of the cognizant contracting activity (e.g., USAMRAA, GSA, other agency Multiple Award Schedules, etc.) or the type of contract vehicle used (e.g., FSS order, Fair Opportunity competitive order under Multiple Award ID/IQ Contracts, competitively negotiated awards under FAR Part 15, etc.).

Each DHA non-purchased care solicitation will therefore be designated as falling within one of the three above defined categories. The work called for under this contract / order has been determined by DHA to fall within the following non-purchased care OCI category:

Category 2: Program Management Support

2.0 STATEMENT OF WORK (SOW)

2.1 Task Management
The Contractor shall provide sufficient management to ensure that this task is performed efficiently, accurately, on time, and in compliance with the requirements of this document. Specifically, the Contractor shall designate a single manager to oversee this task and supervise staff assigned to this task. The Contractor shall ensure that a Monthly Progress Report is submitted outlining the expenditures, billings, progress, status, and any problems/ issues encountered in the performance of this task.

2.1.1 Monthly Progress Report (MPR) – Deliverable 2
The Contractor shall ensure that a MPR is submitted outlining the expenditures, billings, progress, status, and any problems/ issues encountered in the performance of this task (Deliverable 2), in accordance with the format located at:http://www.tricare.mil/tps/TEAMSMonthlyProgressReport.doc

The MPR shall include the labor hours expended, by labor category, for each task and sub-task.

The Contractor shall require all subcontractors to provide input to the MPR where there are critical or significant tasks related to the prime contract. Critical or significant tasks shall be defined by mutual agreement between the Government and Contractor.

2.1.2 Subcontractor Expenditures Plan – Deliverable 3
The Contractor shall prepare and deliver a Subcontract Expenditures Report (Deliverable 3) that discloses actual subcontract expenditures by company name, business size standard (i.e. Woman Owned Business, Veteran Owned Business, etc.), and other socioeconomic programs (i.e. Indian Incentive Program, Historically Black Colleges and Universities and Minority Institutions, etc.).
2.1.3 Work Breakdown Structure (WBS) – Deliverable 4
Not applicable

2.1.4 Transition Support

a. Incoming Transition – Deliverable 5
In accordance with this solicitation, the Contractor shall provide a plan for 10 days of incoming transition from contract to contract. The Contractor shall coordinate with the Government in planning and implementing a complete transition to the Contractor’s support model. The Contractor shall collaborate with the Government to develop and deliver an Incoming Transition Plan (Deliverable 5). The Government shall also designate a transition period for the incoming Contractor to coordinate and work with the incumbent Contractor. This transition plan shall include, but is not limited to:
Coordination with Government representatives,
Review, evaluation and transition of current support services,
Transition of historic data to new contractor system,
Government-approved training and certification process,
Transfer of hardware warranties and software licenses (if applicable),
Transfer of all necessary business and/or technical documentation,
Transfer of compiled and uncompiled source code, to include all versions, maintenance updates and patches (if applicable),
Orientation phase and program to introduce Government personnel, programs, and users to the Contractor’s team, tools, methodologies, and business processes,
Distribution of Contractor purchased Government owned assets, including facilities, equipment, furniture, phone lines, computer equipment, etc.,
Transfer of Government Furnished Equipment (GFE) and Government Furnished Information (GFI), and GFE inventory management assistance,
Applicable DHA briefing and personnel in-processing procedures,
Coordinate with the Government to account for government keys, ID/access cards, and security codes.
b. Option Item: Outgoing Transition – Deliverable 6
In accordance with this solicitation, the Contractor shall provide a plan (Deliverable 6) for 10 days of outgoing transition for transitioning work from an active task order to a follow-on contract/order or Government entity. This transition may be to a Government entity, another Contractor or to the incumbent contractor under a new contract/order. In accordance with the Government-approved plan, the Contractor shall assist the Government in planning and implementing a complete transition from this Contract and/or orders issued under this Contract to a successful provider. This shall include formal coordination with Government staff and successor staff and management. It shall also include delivery of copies of existing policies and procedures, and delivery of required metrics and statistics. This transition plan shall include, but is not limited to:
Coordination with Government representatives,
Review, evaluation and transition of current support services,
Transition of historic data to new contractor system,
Government-approved training and certification process,
Transfer of hardware warranties and software licenses (if applicable),
Transfer of all necessary business and/or technical documentation,
Transfer of compiled and uncompiled source code, to include all versions, maintenance updates and patches (if applicable),
Orientation phase and program to introduce Government personnel, programs, and users to the Contractor’s team, tools, methodologies, and business processes,
Disposition of Contractor purchased Government owned assets, including facilities, equipment, furniture, phone lines, computer equipment, etc.,
Transfer of Government Furnished Equipment (GFE) and Government Furnished Information (GFI), and GFE inventory management assistance.
Applicable DHA debriefing and personnel out-processing procedures.
Turn-in of all government keys, ID/access cards, and security codes.

2.1.5 Program Management Plan (PMP) – Deliverable 7
The Contractor shall develop a Program Management Plan (Deliverable 7) that shall require Government approval. It will be used to manage, track and evaluate the Contractor’s performance. The PMP shall consist of control policies and procedures in accordance with standard industry practices for project administration, execution and tracking.

The PMP shall include the following:

Identification of milestones where Government information/activity is required and timeline dependencies for subsequent Contractor activities;
An Integrated Master Management Plan (IMMP) describing the Contractor’s overall management approaches, policies and procedures including suggested project metrics; and,
A detailed staffing plan.
A detailed plan as to how individuals will have 24/7 connectivity to ensure availability.

The PMP shall be due five (5) calendar days after the start of the task order.

2.1.6 Quality Control Plan – Deliverable 8
The Contractor shall prepare and adhere to a Quality Control Plan (QCP). The QCP will initially be submitted with the offeror’s proposal and will be updated upon award (Deliverable 8). The QCP shall document how the Contractor will meet and comply with the quality standards established in this statement of work. At a minimum, the QCP must include a self-inspection plan, an internal staffing plan, and an outline of the procedures that the Contractor will use to maintain quality, timeliness, responsiveness, customer satisfaction, and any other requirements set forth in this solicitation.

2.1.7 Contingency Operations Plan – Deliverable 9
The Contractor shall prepare and submit a Contingency Operations Plan to the Government. The Contingency Operations Plan shall be due ten (10) calendar days after the award of the order, and will be updated on a quarterly basis (Deliverable 9). The Contingency Operations Plan shall document Contractor plans and procedures to maintain DHA support during an emergency. The Contingency Operations Plan shall include the following:
A description of the Contractor’s emergency management procedures and policy
A description of how the Contractor will account for their employees during an emergency
Planned temporary work locations or alternate facilities
How the Contractor will communicate with DHA during emergencies
A list of primary and alternate Contractor points of contact, each with primary and alternate:
Telephone numbers
E-mail addresses
Procedures for protecting Government furnished equipment (if any)
Procedures for safeguarding sensitive and/or classified Government information (if applicable)

2.1.8 Operations During Emergency Situations
Individual contingency operation plans shall be activated immediately after determining that an emergency has occurred, shall be operational within twelve (12) hours of activation, and shall be sustainable until the emergency situation is resolved and normal conditions are restored or the contract is terminated, whichever comes first. In case of a life threatening emergency, the COR shall immediately make contact with his contractor Task Managers to ascertain the status of any contractor personnel who were located in Government controlled space affected by the emergency. When any disruption of normal, daily operations occur, contractor Task Managers and Contracting Officer Representatives (CORs) shall promptly open an effective means of communication and verify:
Key points of contact (Government and contractor)
Temporary work locations (alternate office spaces, telework, virtual offices, etc.)
Means of communication available under the circumstances (e.g. email, webmail, telephone, FAX, courier, etc.)
Essential work products expected to continue production by priority

The Government and contractor Task Managers must make use of the resources and tools available to continue DHA contracted functions to the maximum extent possible under emergency circumstances. Contractors must obtain approval from the COR and Contracting Officer prior to incurring costs over and above those allowed for under the terms of this contract. Regardless of contract type, and of work location, contractors performing work in support of authorized tasks within the scope of their contract shall charge those hours accurately in accordance with the terms of this contract.
2.1.9 Contractor Personnel Performance/Replacement

Substitutions of proposed Key Personnel shall not be allowed for a period of six months after award, except under extreme circumstances. Any substitution or replacement Key Personnel shall have qualification equal to or greater than the individuals proposed. For temporary and/or permanent replacement of Key Personnel, the contractor shall provide a resume for each individual to the COR. Resumes shall be provided at least two weeks (or as mutually agreed upon) prior to making any personnel changes. The Government reserves the right to pre-approve any replacement or substitution of Key Personnel. Contractor personnel must submit necessary information to be issued a clearance prior to reporting for performance.

2.2 Specific Tasks

2.2.1 Program Management Support Services
The Contractor shall provide program management support services to support Administration and Management Directorate staff in their continued implementation of shared services programs for the Defense Health Headquarters (DHHQ) as a result of the BRAC BP 198 colocation and DHA sponsored Functional Support Teams. The Contractor shall provide expertise in the area of facilities management, space planning, change management, strategic communications and federal and DoD contract and acquisition planning.

2.2.1.1 DHHQ Partnership Council/Functional Support Teams (Deliverable 10, 11, 12, 13, 14, 15, 16)

The Contractor shall support the DHHQ Partnership Council and the Functional Support Teams in planning, coordinating, and managing all aspects of the DHHQ. The Contractor shall support the DHHQ Partnership Council in planning, coordinating, managing and participating in various functional support teams in order to analyze and make recommendations. The Functional Support Teams include, but are not limited to, External Partnerships, Shared VTC/Voice Operations, Facilities and Common Property/Shared Operations, Force Protection (Occupant Emergency Planning, Security Support Operations and Facility Security Council) and Wellness Council. This support shall include, but not be limited to, research and review of topic areas, development of briefing materials, talking points, point papers, status updates and reports as well as facilitating DHHQ Partnership Council meetings, Functional Support Team meetings and generating agendas and minutes reflective of the actual meeting content. The Contractor shall track all assigned one-time and recurring tasks, reports, briefings, papers, minutes, etc., to include suspense dates and status, to ensure all are provided for review and approval by the COR within 3 days of the required suspense date for routine requests. Short notice suspense requests shall be coordinated with the COR.

In supporting the DHHQ Partnership Council, Functional Suppport Teams or other groups as assigned for special projects of a specific duration, the Contractor shall establish teams to take initiatives to address the required objectives. It is anticipated that there will be approximately 5-8 Functional Support Teams, subgroups and/or committees actively functioning. These groups may meet weekly, monthly, quarterly or ad hoc. Specific responsibilities include, but are not limited to the following:
The Contractor shall develop, maintain and disseminate membership lists and correspondence distribution lists. The lists shall be accurate and up to date to include each member’s name, military rank (designation as appropriate), e-mail address, telephone number(s), name of organization, and other information as deemed appropriate.

The Contractor shall coordinate resolution or elevation of issues in a timely manner.

The Contractor shall communicate with all leadership, subject matter experts and stakeholders to appropriately collect, address, and disseminate any pertinent correspondence and applicable information. The contractor shall work with Government representatives in the functions of these duties and shall be familiar with proper etiquette while working with different levels of leadership.

The Contractor shall document, track, and update actions identified. For each action item the contractor shall track, at a minimum: the responsible organization/POC, date opened, anticipated due dates of deliverables/milestones, remediation details as required, current status, priority, and comments. The contractor shall maintain historical data about each action item. The contractor shall communicate the status of each action item to the DHHQ Partnership Council. The contractor shall proactively highlight issues and concerns to the DHHQ Partnership Council.

The Contractor shall be responsible for coordinating and scheduling meeting facilities that have adequate space and technical support. The facility shall be sufficient to accommodate the estimated number of attendees. The contractor shall notify all participants of the meeting location and time in advance. The contractor shall be prepared to provide geographic directions to the meeting location if necessary.

The Contractor shall provide support to the DHA government representative to ensure the efficient and effective operation of the group(s). Additionally, the Contractor shall assist the government representatives in establishing, tailoring, reviewing and revising their Concept of Operations (CONOPS) documents and other generated documents.

The contractor shall assist the Administration and Management Directorate in the oversight, management and facilitation of DHHQ Partnership Council/Functional Support Teams and/or committees and management of the associated documents, if required, including their archiving and storage. This support shall include collecting and tracking the progress of each DHHQ Partnership Council/Functional Support Teams and/or committee against their stated objectives and timelines. The contractor shall be responsible for maintaining the documents that highlight the progress of each DHHQ Partnership Council/Functional Support Teams and/or committee. These documents shall be maintained in a report, known as the quote mark monthly report quote mark that shall be updated and provided to the Administration and Management Directorate on a monthly basis (Deliverable 10). At a minimum the provided information shall include: deliverables/milestones, target dates, leadership actions desired, remediation plans if necessary, and comments.

The Contractor shall coordinate correspondence requirements between the DHHQ Partnership Council, the Functional Support Teams or other committee lead, DHA Document Management Division, and Military Surgeons General staff offices for membership request and appointment letters.

1. Charters: The contractor shall assist the DHHQ Partnership Council/Functional Support Teams and/or committe lead in the development and/or updating of the DHHQ Partnership Council/Functional Support Team charters (Deliverable 11). The Contractor shall have an understanding of the basic structure of IPT, workgroups and committees. (Refer to DoD quote mark Rules of the Road – A Guide for leading successful Integrated Product Teams quote mark Table 3 for recommended content on charters).

2. Memorandum of Agreement (MOA)/Memorandum of Understanding (MOU) and Service Level Agreements (SLA): The contractor shall assist the DHHQ Partnership Council/Functional Support Teams and/or committe lead in the development and/or updating of MOAs, MOUs and SLAs (Deliverable 12). The Contractor shall have an understanding of the basic structure of MOAs, MOUs and SLAs. (Reference – DoDI 4000.19 Interagency Support Agreements).

3. Meeting Agendas: The Contractor shall assist the DHHQ Partnership Council/Functional Support Teams and/or committee lead with formulating meeting agendas to ensure productive meetings (Deliverable 13). The Contractor shall distribute the meeting agenda at a minimum of one (2) business days prior to meeting to allow sufficient time for the participants to review the agenda.

4. Meeting Minutes/Summaries: The contractor shall scribe meeting minutes/summaries, edit, finalize and disseminate them to appropriate individuals no later than three (3) business days after DHHQ Partnership Council/Functional Support Teams or committe meeting (Deliverable 14). The contractor shall annotate the meeting’s minutes/summaries, and shall finalize them in accordance with the group requirements or as directed. Meeting minutes/summaries shall record attendance, document any decisions or agreements reached by the DHHQ Partnership Council/Functional Support Teams and/or committee, document action items and suspense items due, set the agenda for the next meeting, and frame issues for higher-level resolution.

5. Documentation Support for Briefings/Presentations: The Contractor shall assist in the development, preparation, editing, collection, and dissemination of briefings and presentations (Deliverable 15). The Contractor shall prepare reports, and related documentation, make charts and graphs as delivered by the Administration and Management Directorate or the DHHQ Partnership Council/Functional Support Teams and/or committee.

The Contractor shall ensure that the meeting location is equipped with the technical capabilities required. This may include the following support: teleconferencing, video-teleconferencing, LCD projectors, overhead projectors, and other audio/visual equipment. This support does not include the procurement of the above listed equipment. The contractor shall coordinate with the appropriate parties to ensure that required equipment is set up and tested in advance.

The Contractor shall develop, update, maintain closeout document binders for each DHHQ Partnership Council/Functional Support Teams and/or committee (Deliverable 16). The contractor shall maintain hard and electronic copies of the binders. Binders shall be started with the stand-up of each DHHQ Partnership Council/Functional Support Teams and/or committee and maintained throughout the DHHQ Partnership Council/Functional Support Teams and/or committee duration. The binder shall include all DHHQ Partnership Council/Functional Support Teams and/or committee documentation including: action items, charter, memorandums, agendas, minutes/summaries, briefings/presentations, timelines, etc. The Contractor shall make the binders available to DHHQ Partnership Council/Functional Support Team Lead and/or committee members upon request.

The Contractor shall utilize and facilitate use of electronic collaboration workspace website for workgroups and committees. This website will be supplied by the government. All workgroup and committee documentation including: action items, charter, memorandums, agendas, minutes/summaries, briefings/presentations, timelines, etc., will be stored and maintained in this shared quote mark eroom. quote mark The Contractor shall manage the membership of this workspace to ensure all have sufficient permissions to view documents.

The Contractor shall at all times, display evidence of professional use of the English language in all documentation, presentations, minutes, charters, agendas, and reporting products. Materials shall be readable, grammatically correct, and accurate to the best of the Contractor’s ability.

The Contractor shall assist Project, Program Managers (PM) and Action Officers in adapting and modeling their respective programs or projects to model program/project development per generally accepted project management principles / standards. The Contractor shall prepare required documents and provide technical expertise on identified Project, Program Management and Action Officer related matters and processes. The Contractor shall assist managers and officers in coordinating/completing objectives of their group or committee.

The Contractor shall provide technical expertise or consultant-like support specific to assigned programs. The Contractor shall provide personnel with requisite skills, education, knowledge and experience to support government program managers or project officers for each of the types of programs or projects assigned to the PM Support. Support requirements may include training, research or technical writing; development of process flow charts; project /program budget cost estimates including Program Objective Memorandum (POM) submittals and other supporting documentation; coordinating meetings, conferences, telephone/VTC conferences; drafting of meeting minutes, MOAs/MOUs/SLAs, Mission Needs Statements, business case analysis plans, program milestone charts, program/project closeout binders, appointment letters, information and/or decision briefs, PowerPoint presentations and other support materials as may be required.

The Contractor shall assist the government DHHQ Partnership Council/Functional Support Teams and/or committee Lead to develop and coordinate program specific performance metrics. The Contractor shall provide support and guidance to leads in how to manage projects, training in project management or project management software and assisting with specific project management tools.

2.2.1.2 DHA Workgroups and Functional Support Teams (Deliverable 10 ,11, 12, 13, 14, 15, 16)

The Contractor shall support the emerging Defense Health Agency (DHA) Workgroups and Functional Support Teams in planning, coordinating, and managing the implementation and sustainment of the DHA. The Contractor shall support the DHA in planning, coordinating, managing and participating in various functional support teams in order to analyze and make recommendations. This support shall include, but not be limited to, research and review of topic areas, development of briefing materials, talking points, point papers, status updates and reports as well as facilitating DHA workgroup meetings, Functional Support Team meetings and generating agendas and minutes reflective of the actual meeting content. The Contractor shall track all assigned one-time and recurring tasks, reports, briefings, papers, minutes, etc., to include suspense dates and status, to ensure all are provided for review and approval by the COR within 3 days of the required suspense date for routine requests. Short notice suspense requests shall be coordinated with the COR.

In supporting the DHA Workgroups, Functional Suppport Teams or other groups as assigned for special projects of a specific duration, the Contractor shall establish teams to take initiatives to address the required objectives. It is anticipated that there will be approximately 5-8 Functional Support Teams, subgroups and/or committees actively functioning. These groups may meet weekly, monthly, quarterly or ad hoc. Specific responsibilities include, but are not limited to the following:
The Contractor shall develop, maintain and disseminate membership lists and correspondence distribution lists. The lists shall be accurate and up to date to include each member’s name, military rank (designation as appropriate), e-mail address, telephone number(s), name of organization, and other information as deemed appropriate.

The Contractor shall coordinate resolution or elevation of issues in a timely manner.

The Contractor shall communicate with all leadership, subject matter experts and stakeholders to appropriately collect, address, and disseminate any pertinent correspondence and applicable information. The contractor shall work with Government representatives in the functions of these duties and shall be familiar with proper etiquette while working with different levels of leadership.

The Contractor shall document, track, and update actions identified. For each action item the contractor shall track, at a minimum: the responsible organization/POC, date opened, anticipated due dates of deliverables/milestones, remediation details as required, current status, priority, and comments. The contractor shall maintain historical data about each action item. The contractor shall communicate the status of each action item to the DHA Workgroups or Functional Support Teams. The contractor shall proactively highlight issues and concerns to the DHA Workgroups or Functional Support Teams.

The Contractor shall be responsible for coordinating and scheduling meeting facilities that have adequate space and technical support. The facility shall be sufficient to accommodate the estimated number of attendees. The contractor shall notify all participants of the meeting location and time in advance. The contractor shall be prepared to provide geographic directions to the meeting location if necessary.

The contractor shall assist the DHA in the oversight, management and facilitation of DHA Workgroups or Functional Support Teams and/or committees and management of the associated documents, if required, including their archiving and storage. This support shall include collecting and tracking the progress of each DHA Workgroup or Functional Support Team and/or committee against their stated objectives and timelines. The contractor shall be responsible for maintaining the documents that highlight the progress of each DHA Workgroup or Functional Support Team and/or committee. These documents shall be maintained in a report, known as the quote mark monthly report quote mark that shall be updated and provided to the DHA on a monthly basis (Deliverable 10). At a minimum the provided information shall include: deliverables/milestones, target dates, leadership actions desired, remediation plans if necessary, and comments.

The Contractor shall coordinate correspondence requirements on behalf of the DHA for membership request and appointment letters.

1. Charters: The contractor shall assist the DHA Workgroup or Functional Support Team and/or committee lead in the development and/or updating of the DHA Workgroup or Functional Support Team charters (Deliverable 11). The Contractor shall have an understanding of the basic structure of Integrated Product Team (IPT), workgroups and committees. (Refer to DoD quote mark Rules of the Road – A Guide for leading successful Integrated Product Teams quote mark Table 3 for recommended content on IWC charters).

2. Memorandum of Agreement (MOA)/Memorandum of Understanding (MOU) and Service Level Agreements (SLA): The contractor shall assist the DHA Workgroup or Functional Support Team and/or committe lead in the development and/or updating of MOAs, MOUs and SLAs (Deliverable 12). The Contractor shall have an understanding of the basic structure of MOAs, MOUs and SLAs. (Reference – DoDI 4000.19 Interagency Support Agreements).

3. Meeting Agendas: The Contractor shall assist the DHA Workgroup or Functional Support Team and/or committee lead with formulating meeting agendas to ensure productive meetings (Deliverable 13). The Contractor shall distribute the meeting agenda at a minimum of one (1) business days prior to meeting to allow sufficient time for the participants to review the agenda.

4. Meeting Minutes/Summaries: The contractor shall scribe meeting minutes/summaries, edit, finalize and disseminate them to appropriate individuals no later than three (3) business days after DHA Workgroup or Functional Support Team or committe meeting (Deliverable 14). The contractor shall annotate the meeting’s minutes/summaries, and shall finalize them in accordance with the group requirements or as directed. Meeting minutes/summaries shall record attendance, document any decisions or agreements reached by the DHA Workgroup or Functional Support Team and/or committee, document action items and suspense items due, set the agenda for the next meeting, and frame issues for higher-level resolution.

5. Documentation Support for Briefings/Presentations: The Contractor shall assist in the development, preparation, editing, collection, and dissemination of briefings and presentations (Deliverable 15). The Contractor shall prepare reports, and related documentation, make charts and graphs as delivered by the DHA Workgroup or Functional Support Team and/or committee.

The Contractor shall ensure that the meeting location is equipped with the technical capabilities required. This may include the following support: teleconferencing, video-teleconferencing, LCD projectors, overhead projectors, and other audio/visual equipment. This support does not include the procurement of the above listed equipment. The contractor shall coordinate with the appropriate parties to ensure that required equipment is set up and tested in advance.

The Contractor shall develop, update, and maintain closeout document binders for each DHA Workgroup or Functional Support Team and/or committee (Deliverable 16). The contractor shall maintain hard and electronic copies of the binders. Binders shall be started with the stand-up of each DHA Workgroup or Functional Support Team and/or committee and maintained throughout the DHA Workgroup or Functional Support Team and/or committee duration. The binder shall include all DHA Workgroup or Functional Support Team and/or committee documentation including: action items, charter, memorandums, agendas, minutes/summaries, briefings/presentations, timelines, etc. The Contractor shall make the binders available to DHA Workgroup or Functional Support Team Lead and/or committee members upon request.

The Contractor shall utilize and facilitate use of electronic collaboration workspace website for workgroups and committees. This website will be supplied by the government. All workgroup and committee documentation including: action items, charter, memorandums, agendas, minutes/summaries, briefings/presentations, timelines, etc., will be stored and maintained in this shared quote mark eroom. quote mark The Contractor shall manage the membership of this workspace to ensure all have sufficient permissions to view documents.

The Contractor shall at all times, display evidence of professional use of the English language in all documentation, presentations, minutes, charters, agendas, and reporting products. Materials shall be readable, grammatically correct, and accurate to the best of the Contractor’s ability.

The Contractor shall assist Project, Program Managers (PM) and Action Officers in adapting and modeling their respective programs or projects to model program/project development per generally accepted project management principles/standards. The Contractor shall prepare required documents; and provide technical expertise on identified Project, Program Management and Action Officer related matters and processes. The Contractor shall assist managers and officers in coordinating/completing objectives of their group or committee.

The Contractor shall provide technical expertise or consultant-like support specific to assigned programs. The Contractor shall provide personnel with requisite skills, education, knowledge and experience to support government program managers or project officers for each of the types of programs or projects assigned to the PM Support. Support requirements may include training, research or technical writing; development of process flow charts; project/program budget cost estimates including POM submittals and other supporting documentation; coordinating meetings, conferences, telephone/VTC conferences; drafting of meeting minutes, MOAs/MOUs/SLAs, Mission Needs Statements, business case analysis plans, program milestone charts, program/project closeout binders, appointment letters, information and/or decision briefs, PowerPoint presentations and other support materials as may be required.

The Contractor shall assist the government DHA Workgroup or Functional Support Team and/or committee Lead to develop and coordinate program specific performance metrics. The Contractor shall provide support and guidance to leads in how to manage projects, training in project management or project management software and assisting with specific project management tools.

2.2.1.3 DHHQ Website and DHHQ Touchscreen/Virtual Tour/Waypoint Finder – Deliverable 17
The Contractor shall coordinate with the COR to provide approved content to update the secure DHHQ webpages on the MHS website to communicate to all stakeholders the information on activities within the DHHQ. This website includes information such as DHHQ building facts, amenities (Mike’s Deli, Base Supply Center, Cafeteria, Fitness Center, etc.), Transportation (Parking, Carpool/Vanpool Opportunities and Shuttles), Visitors, Special Events, etc. The website language in use is HTML.
The Contractor support shall include, but is not limited to, the following:

Review content and provide suggestions/ideas for new content.

Develop and update approved content for the secure DHHQ web page on the MHS website for DHHQ stakeholder communications. (Deliverable 17)

Upload DHHQ web page content to and maintain the content on the designated secure server.

Maintain and update/revise as needed the DHHQ 3D Virtual Tour located on the secure DHHQ web page and large monitor located in the DHHQ Visitor Lobby.

Maintain and update/revise the DHHQ Waypoint Finder located on the secure DHHQ web page and large monitor located in the DHHQ Visitor Lobby.

Attend coordination meetings as requested.

2.2.1.4 Informational Services – (Deliverable 18, 19)

The Contractor shall provide informational support (in-house products such as, but not limited to, newsletters, posters, flyers, signage, videography, photography, support briefings and presentation support) to ensure employees are kept current on building information.
The Contractor support shall include, but is not limited to, the following:

Attend coordination meetings as requested

Design, develop and deliver materials, presentations, briefings and other products as needed to support DHHQ stakeholder communications (Deliverable 18). Support includes but is not limited to:
o Develop content for and publish a DHHQ Newsletter as needed; and
o The contractor shall provide presentation support by collecting briefing materials, researching content and developing talking points.
The contractor shall maintain archives of presentations.

The contractor shall develop information materials to support any DHHQ activities such as DHHQ Commuter Expo, DHHQ Health Fair, etc. This support includes special event planning, graphic design of flyers, posters as well as photography and videography. There is an estimated 2- 3 events per month with a duration anywhere from 30 minutes to 8 hours in one day.

Other tasks as assigned include, but are not limited to, the following:

Assist in concept development, design, production and installation of any DHHQ signage to enhance the communication of DHHQ shared services or promote the collaboration of all stakeholders located at the DHHQ.
Provide support to develop and update an annual DHHQ Amenities Survey. This would include but not limited to; compiling, data, mining, and reports that can be provided to the POC’s for each area on the survey. (DELIVERABLE 19)

Other tasks as requested.

2.2.1.5 (OPTIONAL TASK) Workgroup and Committee Support (Deliverable 10, 11, 13, 14, 15, 16)
The Contractor shall provide support to Workgroups, Committees or other groups as assigned for special projects of a specific duration. The Contractor shall establish high performing teams to take initiatives to address the required objectives. It is anticipated that there will be approximately five (5) workgroups or committees (excluding the requirements established in paragraph 2.2.1.1). The workgroups and committees may meet weekly, monthly, quarterly or ad hoc. Specific responsibilities include, but are not limited to, the following:
The Contractor shall develop, maintain and disseminate membership lists and correspondence distribution lists. The lists shall be accurate and up to date to include each member’s name, military rank (designation as appropriate), e-mail address, telephone number(s), name of organization, and other information as deemed appropriate.

The Contractor shall coordinate resolution or elevation of issues in a timely manner.

The Contractor shall communicate with all leadership, subject matter experts and stakeholders to appropriately collect, address, and disseminate any pertinent correspondence and applicable information. The contractor shall work with Government representatives in the functions of these duties and shall be familiar with proper etiquette while working with different levels of leadership.

The Contractor shall document, track, and update actions identified. For each action item the contractor shall track, at a minimum: the responsible organization/POC, date opened, anticipated due dates of deliverables/milestones, remediation details as required, current status, priority, and comments. The contractor shall maintain historical data about each action item. The contractor shall communicate the status of each action item to A&MD. The contractor shall proactively highlight issues and concerns to A&MD.

The Contractor shall be responsible for coordinating and scheduling meeting facilities that have adequate space and technical support. The facility shall be sufficient to accommodate the estimated number of attendees. The contractor shall notify all participants of the meeting location and time in advance and allow sufficient time for travel planning, presentation development or as deemed necessary. The contractor shall be prepared to provide geographic directions to the meeting location.

The Contractor shall provide support to the government representative to ensure the efficient and effective operation of the workgroup. Additionally, the Contractor shall assist the government representatives in establishing, tailoring, reviewing and revising their Plan of Action and Milestones (POA&M) documents and other generated documents.

The contractor shall assist A&MD in the oversight, management and facilitation of charters, if required, including their archiving and storage. This support shall include collecting and tracking the progress of each workgroup, or committee against their stated objectives and timelines. The contractor shall be responsible for maintaining the A&MD documents that highlight the progress of each workgroup or committee. These documents shall be maintained in a report, known as the quote mark monthly report quote mark that shall be updated and provided to A&MD on a monthly basis (Deliverable 10). At a minimum the provided information shall include: deliverables/milestones, target dates, leadership actions desired, remediation plans if necessary, and comments.

The Contractor shall coordinate correspondence requirements for membership request and appointment letters.

1. Charters. The contractor shall assist the workgroup or committe lead in the development and/or updating of workgroup and committees charters (Deliverable 11 ). The Contractor shall have an understanding of the basic structure of workgroups and committees. (Refer to DoD quote mark Rules of the Road – A Guide for leading successful Integrated Product Teams quote mark Table 3 for recommended content on IWC charters)

2. Meeting Agendas. The Contractor shall assist the workgroup or committee lead with formulating meeting agendas to ensure productive meetings (Deliverable 13). The Contractor shall distribute the meeting agenda at a minimum of two (2) business days prior to meeting to allow sufficient time for the participants to review the agenda.

3. Meeting Minutes/Summaries. The contractor shall scribe meeting minutes/summaries, edit, finalize and disseminate them to appropriate individuals no later than three (3) business days after workgroup or committe meeting (Deliverable 14). The contractor shall annotate the meeting’s minutes/summaries, and shall finalize them in accordance with the charter requirements or as directed. Meeting minutes/summaries shall record attendance, document any decisions or agreements reached by the workgroup or committe, document action items and suspense items due, set the agenda for the next meeting, and frame issues for higher-level resolution.

4. Documentation Support for Briefings/Presentations. The Contractor shall assist in the development, preparation, editing, collection, and dissemination of briefings and presentations (Deliverable 15). The Contractor shall prepare reports, and related documentation, make charts and graphs as delivered by A&MD, the workgroup or committee.

The Contractor shall be responsible for coordinating and scheduling meeting facilities that have adequate space and technical support. The facility shall be sufficient to accommodate the estimated number of attendees. The contractor shall notify all participants of the meeting location and time in advance and allow sufficient time for travel planning, presentation development or as deemed necessary. The contractor shall be prepared to provide geographic directions to the meeting location.

The Contractor shall ensure that the meeting location is equipped with the technical capabilities required. This may include the following support: teleconferencing, video-teleconferencing, LCD projectors, overhead projectors, and other audio/visual equipment. This support does not include the procurement of the above listed equipment. The contractor shall coordinate with the appropriate parties to ensure that required equipment is set up and tested in advance.

The Contractor shall develop, update, maintain, and closeout document binders for each workgroup or committee (Deliverable 16). The contractor shall maintain hard and electronic copies of the binders. Binders shall be started with the standup of each workgroup or committee and maintained throughout the workgroup, or committee duration. The binder shall include all workgroup or committee documentation including: action items, charter, memorandums, agendas, minutes/summaries, briefings/presentations, timelines, etc. The Contractor shall make the binders available to workgroup or committee members upon request.

The Contractor shall utilize and facilitate use of electronic (eroom) collaboration workspace website for workgroups or committees. This website will be supplied by the government. All workgroup or committee documentation including: action items, charter, memorandums, agendas, minutes/summaries, briefings/presentations, timelines, etc., will be stored and maintained in this shared quote mark eroom. quote mark . The Contractor shall manage the membership of this workspace to ensure all have sufficient access to view all documents.

The Contractor shall at all times, display evidence of professional use of the English language in all documentation, presentations, minutes, charters, agendas, and reporting products. Materials shall be readable, grammatically correct, and accurate to the best of the Contractor’s ability.

The Contractor shall assist Project Managers, Program Managers (PM) and Action Officers in adapting and modeling their respective programs or projects to model program/project development per generally accepted project management principles/standards. The Contractor shall prepare required documents and provide technical expertise on identified Project Managers, Program Management and Action Officer related matters and processes. The Contractor shall assist managers and officers in coordinating/completing objectives of their workgroup or committee.

The Contractor shall provide technical expertise or consultant-like support specific to assigned programs. The Contractor shall provide personnel with requisite skills, education, knowledge and experience to support government program managers or project officers for each of the types of programs or projects assigned to the PM Support. Sponsorship for a program or project to be assigned to PM Support may come from the DHA, OASD (HA), the Services, or be congressionally mandated. Programs assigned to PM Support may be categorized into, but not limited to, three general types: Healthcare Benefit and Delivery Development, Legislative Initiatives, and Process Reengineering Programs. Each assigned program shall require Contractor support that may span multiple functional areas of expertise. Such areas may include, but are not limited to, TRICARE, Medicare, Medicaid, health care delivery systems within the DoD, VA, and other federal/state/local jurisdictions; joint DoD, VA, and Federal healthcare policy formulation; and national trends/legislation affecting the delivery of healthcare in the U.S. Support requirements may include training, research or technical writing; development of process flow charts; project/program budget cost estimates including POM submittals and other supporting documentation; coordinating meetings, conferences, telephone/VTC conferences; drafting of meeting minutes, Charters, Mission Needs Statements, business case analysis plans, program milestone charts, program/project closeout binders, appointment letters, information and/or decision briefs, PowerPoint presentations, TRICARE program educational literature, and other support materials as may be required.

The Contractor shall assist the government workgroup or committee Lead to develop and coordinate program specific performance metrics. Provide support and guidance to leads in how to manage projects, training in project management or project management software and assisting with specific project management tools.
Set-Aside: Competitive 8(a) Place of Performance: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD 21702-5014 US URL:https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/BV422403/listing.html

OutreachSystems Article Number: 140607/PROCURE/0478 Matching Key Words: writ*; technical; standard; operating;

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

R Videographer/Editor BBG50-Q-14-0014JR 061214 J.R. HILL, Contracting Officer, Phone 202.382.7846, Email chill@bbg.gov – LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, EmailBroadcasting Board of Governors lkwashin@bbg.gov Solicitation for Creative Services
Non Personal Service
Broadcasting Board of Governors

Videographer/Editor: BBG50-Q-14-0014JR

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 Creative Services as described in further detail below for the IBB/Creative Services Branch in Washington D.C. see attachment

A. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

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

Period of Performance:
Base: 07/01/2014 – 06/30/2015

Contract Type:
Firm- Fixed Price

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

Applicable Clauses:
**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.
*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Applicable Provisions: See Attached
Proposal Submission:
Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.

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

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

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

4. References (three professional)

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

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

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

Proposal must be submitted electronically to chill@bbg.gov. The due date is June 12, 2014 at 12PM EST. All proposals as well as inquiries should be sent electronically to J.R. Hill @ chill@bbg.gov
Deadline for submitting questions is June 9, 2014

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

52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS
(The following factors are used to determine the competitive ranking of qualified potential contractors in comparison to other contractors. The factors are listed in priority order from highest to least.).

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

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award

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

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

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

Set-Aside: Total Small Business Place of Performance: IBB/CREATIVES SERVICES Cohen Building Room 3137 Washinton, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0014JR/listing.html

OutreachSystems Article Number: 140606/PROCURE/0089 Matching Key Words: video*; edit*; train*; you; website; education*; business*; event?; commercial?; naics!512110;

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — MASONRY FRAMES H92244-14-T-0223 061314 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0223, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 30 May 2014. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 238140 with a business size standard of $14 million applies to this procurement. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services

CLIN 0001 CONCRETE MASONRY UNIT (CMU)
QTY: 6 each
SIZE: 8×9 (432 TOTAL SQUARE FOOTAGE)

CLIN 0002 ADOBE CLAY
QTY: 5 each
SIZE: 8×9 (360 TOTAL SQUARE FOOTAGE)

CLIN 0003 DOUBLE BRICK
QTY: 6 each
SIZE: 8×9 (432 TOTAL SQUARE FOOTAGE)

CLIN 0004 BRICK OVER CONCRETE MASONRY UNIT (CMU)
QTY: 6 each
SIZE: 8×9 (432 TOTAL SQUARE FOOTAGE)

FIRM FIXED PRICE

REQUIRED COMPLETION DATE: by 28 July 2014

FOB DESTINATION: 1636 Regulus Ave, Virginia Beach, VA 23461

Section C Extended Description
Contractor shall fill twenty-three (23) frames of various sizes with various masonry products. The contractor shall furnish all labor, material, equipment, supervision and transportation. The Government will provide empty frames and designated CIP openings that require masonry products. The masonry filled frames shall be provided to the Government ready to use. Standard masonry industry practices shall be used with masonry products and grouting shall be done on every row and column. The contractor shall not use rebar for this requirement unless otherwise requested. Lifting points are available on most of the frames. Government will furnish access to water and electric. Government will furnish a forklift (6K) with operator to offload masonry material from the contractor’s truck. The contractor shall ensure the material is palletized within the lifting capacity of the forklift. The Government will place the material once in a spot designated by the contractor. The forklift and operator are not for routing use while the contractor is on site.

The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal laws and regulations.

Section I Clauses

FAR 52.202-1 Definitions Nov 2013
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997
FAR 52.204-7 System for Award Management Jul 2013
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors – Commercial Items Jul 2013
FAR 52.212-3 Offeror Representations and Certifications – Commercial Items Nov 2013
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2013
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2014
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jan 2014
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-6 Drug-Free Workplace May 2001
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-2 Protection of Government Buildings, Equipment and Apr 1984
FAR 52.242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987
FAR 52.243-1 Alt I Changes-Fixed Price Alt II (Apr 1984) Aug 1987
FAR 52.246-25 Limitation of Liability – Services Feb 1997
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) \ Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A System for Award Management Alternate A May 2013
DFARS 252.223-7004 Drug-Free Work Force Sep 1988
DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate Jan 2014
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Jun 2013
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
SOFARS 5652.252-9000 Notice of Incorporation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

FAR 52.212-2 Evaluation – Commercial Items Jan 1999
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) – Alternate 1 Nov 2013
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984

SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722.

SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 2007)

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 10:00am Eastern Standard Time (EST) on Friday, 13 June 2014. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

To expedite contract award, please include the following with your quote:
POC Name, phone & email address
Cage Code
DUNS number
Tax ID number
Availability/Delivery Lead Time for each item
Payment preference (purchase card or EFT through DFAS); If purchase card is preferred, please include all credit card processing fees in your quote (if fees are applicable)
Shipping costs to Virginia Beach, VA 23461 if applicable
**NO ADVANCE PAYMENTS**

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVENUE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0223/listing.html

OutreachSystems Article Number: 140606/PROCURE/0544 Matching Key Words: film?; produc*; you; website; site?; business*; event?; instruct*; commercial?;

Department of the Army, Army Contracting Command, ECC, Soto Cano Branch (PARC Americas 410th CSB), Soto Cano Branch (PARC Americas 410th CSB), Contracting Office, Unit 5720, PSC 42, APO, AA 34042

99–Nicaragua Eduardo o-type Go Fast Boat Refurbishment Program W912QM14R0005 061814 Roberto Aviles, 011 504 2713523 Soto Cano Branch (PARC Americas 410th CSB) SYNOPSIS
quote mark Go-Fast quote mark Refurbishment Nicaragua

Date: 4 June 2014
410th Contracting Support Brigade RCO CCEC-AMS
Soto Cano AB, Comayagua, Honduras, Central America

UNCLASSIFIED

Subject: Eduardo o-type Go Fast Refurbishment Program (Nicaragua)
Proposed Solicitation Number: W912QM-14-R-0005
Synopsis Closing Date: On Close of Business 18 June 2014
Point of Contact / Contracting Officer:
David J. Earl, Capt, USAF, david.earl@jtfb.southcom.mil
Mr. Roberto Aviles, roberto.aviles.hn@jtfb.southcom.mil

Description:

OSC Nicaragua/USSOUTHCOM project to assist the Nicaraguan Navy in their efforts to build a more robust counter-illicit trafficking force. Previous efforts by the U.S. Government to assist the Nicaraguan Navy with vessels similar toDepartment of the Army those used by the U.S. Navy and Coastguard are not sustainable by the Nicaraguan Navy given the complex systems aboard as well as the high cost to maintain such systems.

The objective of this project is to refurbish and deliver multiple customized Eduardo o-type quote mark Go-Fast quote mark boats to combat illicit trafficking in support of the Government of Nicaragua (GoN). Boats will provide a means for the GoN to adequately diminish counter-illicit activities in the region (see attached PWS for more information).

Place of Contract Performance:

Nicaraguan Naval Base, Managua, Nicaragua
Central Am rica

If you require more information regarding this requirement please feel free to contact Mr. Roberto Aviles at Email: roberto.aviles.hn@jtfb.southcom.mil Tel: 011 (504) 2713-5123 ext 5284.

**NOTE: This is only a synopsis document, no proposals are being accepted at this time**

This is a synopsis in accordance with FAR 5.207

PERFORMANCE WORK STATEMENT (PWS)

Go-Fast Vessel Refurbishment and Assembly for Nicaraguan Navy
Office of Security Cooperation-Nicaragua (OSC-N)

Part 1

General Information

1. General: The contractor shall provide refurbishment and assembly services on Eduardo o-type go-fast vessels for the Nicaraguan Navy (Fuerza Naval). The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.

1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform refurbishment and assembly services as defined in this PWS, except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.

1.2. Background: This is an OSC-N Nicaragua/USSOUTHCOM project to assist the Nicaraguan Navy in their efforts to build a more robust counter-illicit trafficking force. Previous efforts by the U.S. Government to assist the Nicaraguan Navy with vessels similar to those used by the U.S. Navy and Coastguard are not sustainable by the Nicaraguan Navy given the complex systems aboard as well as the high cost to maintain such systems.

1.3. Objectives: The purpose of this effort is to provide the Nicaraguan Navy a more robust fleet of quote mark go-fast quote mark vessels.

1.3.1. Provide counter-illicit trafficking support.

1.3.2. Operate and maintain vessels with which the Nicaraguan Navy is familiar.

1.3.3. Provide vessels at a low-cost to both the U.S. Government as well as the Nicaraguan Navy over the life of the vessels.

1.4. Scope: The contractor shall perform refurbishment and modification of an indefinite quantity of Government provided Eduardo o-type go-fast vessels, as well as installation and assembly of Government and Nicaraguan Navy provided equipment and motors in accordance with this PWS.

1.5. Period of Performance: The period of performance shall be for one (1) base year (12 months) plus two (2) option years.

1.5.1. The first boat refurbishment shall be completed within 90 days of issuance of the first delivery order, regardless of the total quantity specified on the first delivery order.

1.5.2. Each subsequent boat refurbishment shall be provided to the U.S. Government within 45 days thereafter.

1.6. General Information

1.6.1. Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The contractor’s quality control plan shall be submitted to the contracting officer 30 days after award of contract.

1.6.2. Quality Assurance: The government will evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).

1.6.3. Recognized Holidays:
New Year’s Day Labor Day
Martin Luther King Jr.’s Birthday Columbus Day
President’s Day Veteran’s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
Nicaraguan Labor Day Festival de Santo Domingo
Battle of San Jacinto Immaculate Conception

1.6.4. Hours of Operation: The contractor is responsible for establishing their own business hours in order to meet the delivery schedule identified in paragraph 1.5. of this PWS. The contractor shall have a representative available between the hours of 8:00am to 5:00pm, Monday through Friday, except on the recognized Holidays listed in paragraph 1.6.3. The Contractor must maintain an adequate workforce at all times to ensure uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.

1.6.5. Place of Performance: Refurbishment and modification of each boat shall be performed at the contractor’s place of business.

1.6.5.1. The contractor shall pick-up the Government provided boats from Managua or a location specified by the COR or Contracting Officer. Upon completion of work for each boat, the contractor shall be responsible for delivering the boat to Nicaraguan Navy Head Quarter in Managua, or a location agreed upon by the contractor and COR, at no additional cost to the Government.

1.6.5.2. Prior to acceptance, by the Government, the inspection and testing of each completed boat shall be accomplished at Lake Mangua, Nicaragua or Corinto Naval base.

1.6.6. Type of Contract: The government will award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract
utilizing Firm Fixed-Priced (FFP) Task Orders (TOs) with FFP and Cost-Reimbursable (COST) type CLINs in
accordance with Federal Acquisition Regulation (FAR) Part 16.

1.6.7. Security Requirements: Contractor personnel performing work under this contract need not possess or attain a security clearance for performance under this PWS; however, the contractor shall provide, obtain, and maintain necessary documents necessary to gain access to the Nicaraguan Naval Base and facilities in Managua, as required.

1.6.7.1. Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. The contractor shall be responsible for lost, stolen, or damaged Government property provided to the contractor under this contract.

1.6.7.2. Key Control: The Contractor shall establish and implement methods of making sure all keys or key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer.

1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.

1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.

1.6.7.3. Lock Combinations: The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations.

1.6.7.4. Anti Terroism Awareness: The Contractor shall ensure that all Contractor employees have been briefed on the iWATCH Program or equivalent for JTF-B within 30 days of employment. The Contractor shall coordinate with the JTF-B AT Officer at Joint Security Forces for the briefing at 2234-3634 ext. 4176. A copy of the training attendance shall be maintained by the Contractor and made available to the COR upon request.

1.6.7.5 Terrorist Threat Reports: The Contractor shall immediately report terrorist or bomb threats within 10 minutes to the JSF front desk, at tel: 2234-4634 ext. 4170 emergency dispatcher with a subsequent report to the Contracting Officer or designated representative and COR.

1.6.8. Special Qualifications: The contractor shall obtain and possess all qualifications, certifications, bonds, insurance, and any other item required by the Nicaraguan Government for the performance of this contract. The contractor shall ensure that all employees possess all required certifications and training for work being performed.

1.6.9. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officer’s Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings, the Contracting Officer will apprise the contractor of how the government views the contractor’s performance and the contractor shall apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.

1.6.10. Contracting Officer’s Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions:

1.6.10.1. Assure that the Contractor performs the technical requirements of the contract;

1.6.10.2. Perform inspections necessary in connection with contract performance;

1.6.10.3. Maintain written and oral communications with the Contractor concerning technical aspects of the contract;

1.6.10.4. Issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies;

1.6.10.5. Coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates.

The COR is not authorized to change any of the terms and conditions of the resulting order.

1.6.11. Key Personnel: N/A

1.6.11.1. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00am to 5:00pm, Monday thru Friday.

1.6.12. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations, where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractor personnel attending meetings or performing work on a Government installation, must wear proper identification at all times.

1.6.13. Synchronized Pre-deployment and Operational Tracker (SPOT):
Upon award of this contract or employment of new personnel, the Contractor shall enter all Contractor employees into the SPOT system. The COR will approve all Contractor employees in the SPOT system and a Letter of Authorization (LOA) is generated to the Contractor on each Contractor employee. The LOA will be regenerated by the Contractor upon expiration of the LOA. Information and standards for the SPOT system is posted on the U.S. Government Foreign Clearance Guide website at https://www.fcg.pentagon.mil/fcg.cfm for the country of Nicaragua. Access to SPOT is https://spot.altess.army.mil.

1.6.14. Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan shall be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.

Part 2

Definitions and Acronyms

2. Definitions and Acronyms:

2.1. Definitions:

2.1.1. Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.

2.1.2. Contracting Officer: A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government.

2.1.3. Contracting Officer’s Representative (COR): An employee of the U.S. Government appointed by the Contracting Officer to administer the contract. Such appointment will be in writing and will state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.

2.1.4. Defective Service: A service output that does not meet the standard of performance associated with the PWS.

2.1.5. Deliverable: Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.

2.1.6. Key Personnel: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.

2.1.7. Physical Security: Actions that prevent the loss or damage of Government property.

2.1.8. Quality Assurance: The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.

2.1.9. Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.

2.1.10. Quality Control: All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.

2.1.11. Subcontractor: One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor.

2.1.12. Work Day: The number of hours per day the Contractor provides services in accordance with the contract.

2.1.12. Work Week: Monday through Friday, unless specified otherwise.

2.2. Acronyms:

ACOR Alternate Contracting Officer’s Representative
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
CCE Contracting Center of Excellence
CFR Code of Federal Regulations
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer’s Representative
COTR Contracting Officer’s Technical Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
KO Contracting Officer
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
TE Technical Exhibit

Part 3

Government Furnished Property, Equipment, and Services

3. Government Furnished Items and Services:

3.1. Services: The Government will not provide any services in support of this PWS. The contractor shall provide all services.

3.2. Facilities: The Government will not provide any facilities in support of this PWS. The contractor shall perform services at the contractor’s place of business.

3.3. Utilities: The Government will not provide any utilities in support of this PWS. The Contractor shall provide all utilities necessary for services in support of this PWS.

3.4 Equipment: The Government will provide to the contractor the following for each task order:

3.4.1. Each 38-foot Eduardo o-type go-fast boat hull to the Contractor for refurbishment as required under each task order. If the Contractor determines that a hull provided by the NIC Government is not worthy of refurbishment, i.e., not seaworthy, the Contractor may request the hull be replaced with another.

Part 4

Contractor Furnished Items and Services

4. Contractor Furnished Items and Responsibilities:

4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Part 3 of this PWS.

4.2. Materials: The Contractor shall refurbish, install and assemble all Government and Nicaraguan Navy provided materials in accordance with this PWS.

4.3. Equipment: The Contractor shall refurbish, install and assemble all Government and Nicaraguan Navy provided equipment in accordance with this PWS.

Part 5

Specific Tasks

5. Specific Tasks:

5.1. Basic Services. The contractor shall provide the following refurbishment and assembly services for Eduardo o-type go-fast vessels:

5.1.1. Reinforce Hull by adding two (2) fiberglass, using appropriate panels, foam-injected stringers lengthwise along the bottom of the hull to add durability during high speed operations and support the weight of equipment and personnel during operations.

5.1.2. Removal of the center console, fish box and bow deck of the existent Eduardo o.

5.1.3. Add a self-bailing, non-skid second deck approximately above the existing deck. The second deck must be at least 1 quote mark thick, or support the weight of equipment, center console, T-Top and personnel during operations.

5.1.4. Add a storage forward compartment, constructed of fiberglass, to the bow of the vessel. The size of the storage compartment shall have approximated dimension of be 90 quote mark wide, 40 quote mark high, and 84 quote mark deep. Storage compartment shall have a 13 quote mark wide by 32 quote mark tall access door located in the center of storage compartment wall that faces aft. Access door shall be water-tight, have rugged hinges, a locking mechanism, a mechanism that shall allow the door to be held in the open position. No less than six tie downs shall be mounted on second deck inside storage compartment. On both the left and right side of the storage compartment, foot-holds shall be cut into the bullhead to provide a step for crewmembers as they disembark the vessel. Foot-holds shall be approximately 12-18 quote mark above second deck.

5.1.5. Install at the Aft of the storage compartment shall be seating for two crew-members. A straddle-seating design shall be utilized so that both crew members shall sit in a single row straddling the bench located in the center (width-wise) of the vessel. The bench shall be cushioned on the seats and backs. Seat position shall have adequate hand-holds for crew members and durability during high speed operations. The total length of the bench shall not exceed 48 quote mark (TBD) and shall be located no less than 20 quote mark from the front of the console to avoid interfering with the console door.

5.1.6. Installation a gun tripod mount capable of holding a 0.50 caliber weapon shall be located at the bow of the boat. Gun mount shall be located in a manner that gun operator shall be standing on second deck, aft of the storage compartment. At location of gun mount, storage compartment shall be reinforced with a 3/8 quote mark thick aluminum or stainless steel plate. Size of steel plate shall be 10 quote mark x 10 quote mark and located no closer than 4 quote mark from aft edge of top of storage compartment.

5.1.7. Installation of two (2) guns for 7.62mm weapons, port and starboard side. The gun mount positions shall be reinforced with steel plates.

5.1.8. Construction and installation of the console.
a. Shall accommodate the driver and the navigator
b. Shall have adequate hand-holds for crew members and durability during high speed operations.
c. Console shall be able to properly secure communication equipment.
d. Console shall be of adequate height for maximum comfort and usability by boat driver and navigator.
e. Console shall have a seat suitable for the comfort and injury prevention of the crew.
f. Console shall be of adequate width to house gauges and displays, while still allowing for adequate space to walk around it on either side.
g. Console shall be located approximately 84 quote mark from stern of vessel to front of console (where driver stands).
h. Console shall be constructed of fiberglass and shall include steering wheel, throttle levers, and engine gauges.
i. The console shall also include radar and GPS/depth finder displays located to the left of the engine gauges and above the steering wheel for easy visibility by boat driver.
j. Navigation lights shall be attached to the left and right side of the console.
k. Also, there needs to be adequate space on the right side of the console for the Marine VHF/HF and Harris radio panels that shall allow the radio operator to easily switch radio frequencies without having to gain access to the radio compartment.
l. The console shall have a metal dowel-rod running the width of the front that can be used as a hand-hold by driver/navigator/communications officers.
m. The console shall also have a built-in storage compartment for communication equipment. Storage compartment shall be built into base of console at a height that is adequate for easy access by the communications officer. It must also be located in a manner that shall not interfere with boat driver.
n. Storage compartment must have an access door with rubber seal to prevent water from leaking into compartment. Access door must have a lock and a mechanism for holding the door in the open position. When inside compartment, communications gear must be locked in place to avoid damage from movement. It must also be easily removable.
o. House batteries for electronic equipment (X2). Side of console facing forward shall have access door to the batteries. Access door shall be water-tight with rugged hinges, locking mechanism, and a mechanism that shall allow the door to be held in the open position. Batteries are provided by the contractor.
p. Aft of the console shall be a driver/navigator bench seat, approximately the same width as the console.
q. On the back side of the seat shall be a storage compartment for munitions designed to hold boxes of 0.50 cal and 7.62mm. The entire unit shall be screwed to the second deck and then covered with fiberglass to provide extra reinforcement.
r. The Console shall be able to house the following equipment:
i. One multi-function display for:
1. GPS/depth finder
a. GARMIN -GPSMAP 5012 Chartplotter with GPS, Worldwide Basemap, 12 quote mark
2. quote mark Surface radar console (can be one display for Radar, GPS, depth finder
a. GARMIN 18 quote mark GMR HD Digital Radar, 5.0 Horiz. Beamwidth, 36nm Max. Range, 4G
ii. VHF radio
1. quote mark GARMIN VHF 300i and AIS, International, Black
iii. HF radio
1. Icom M802 SSB Marine Radio System
iv. engine gauges and tachometers
v. Emergency Beacon locator- EPIRB
vi. Compass
vii. others as applicable …
5.1.9 Construction and installation of T-top
a. At least 72 quote mark above second deck to be able to install GPS antenna, VHF/HF marine radio (depending on configuration), Harris radio antenna, surface radar antennas, spot light, navigation lights and any other associated electronics.
b. Add a metal stainless steel canopy frame located above console. A fiberglass canopy shall provide protection from sun.
a. Shall have adequate hand-holds for crew members and durability during high speed operations.
c. Canopy frame shall also support radar and communications antennas. Canopy frame shall be secured to second deck with screws and covered with fiberglass to provide extra reinforcement. Canopy shall be no wider than 3 quote mark either side of console.
d. The T-top shall be able to house the following equipment:
i. GPS/antenna
ii. Harris base radio antenna
iii. VHF marine radio antenna
iv. HF marine radio antenna
v. Surface radar antenna
vi. Siren
vii. Strobe light / IR strobe light
viii. Radar reflector

5.1.10 Installation of the following electronic equipment:
i. GPS/depth finder to include proper antenna and accessories
ii. VHF/HF marine radio to include proper antenna and accessories
iii. HF marine radio antenna
iv. Surface radar console to include proper antenna and accessories
v. Siren to include proper accessories
vi. Strobe light/ IR strobe light
vii. Radar reflector
viii. Emergency Beacon locator- EPIRB
ix. Navigation lights

5.1.11 Construction and installation of under deck fuel tank
i. Construction of longitudinal and transversal stringer to mount fuel tank.
ii. Provide and install a 300-gallon stainless steel (or 175 gal X2), baffled fuel tank between the first and second decks, located forward of the console. Can be a one or two tank configuration.
iii. The fuel tanks shall be made of high quality stainless steel, baffled
iv. An access port to refuel and replace the tank shall be provided.
v. A mechanical fuel gauge shall be installed inside the access port.
vi. An electronic fuel gauge shall be installed and connected to the control panel.
vii. Optional sensor to be installed and connected to the Network Multi-function Display

5.1.12 Mount Six (6) tie downs, three on each side of vessel, along the rails, evenly spaced. Mount four (4) handrails on bulkheads, two (2) aft of the forward gun mounts and two (2) forward of the aft gun mounts.

5.1.13 Install attach points to be able to lift the boat.

5.1.14 Installation and construction of an engine splashguard to the stern of the vessel to prevent flooding of vessel when engines are operating in reverse. Splashguard shall be constructed of fiberglass, shall be the width of the vessel, least three feet deep, and be no less than 30 degrees to provide adequate draining. Drainage tubes and bilge pumps shall be located in the aft section of the vessel to prevent flooding of vessel. On either side of the engine splashguard a one crew member seat shall be built. The seat shall be incorporated into the bulkhead and positioned in a location where it shall not interfere with aft weapons operators.

5.1.15 Installation and construction of an engine guard to the stern of the vessel.

5.1.16 A tow rope point located on the stern of the vessel. The tow rope attachment point shall be mounted in such a manner to withstand forces exerted upon it when the vessel is being towed or towing another vessel.

5.1.17 Attach a tow rope point located on the bow of the vessel on the exterior side and above the water line. The tow rope attachment point shall be mounted in such a manner to withstand forces exerted upon it when the vessel is being towed. Reinforcement of the attach point shall be necessary.

5.1.18 Add high-impact foam- rubber, 3 quote mark wide, located on the bow of the vessel just under the top edge of the rail. The high impact foam shall be run no less than 84 quote mark from the bow of the vessel on both the starboard and port sides.

5.1.19 Installation of mechanical trims taps.

5.1.20 House batteries for outboard engines (X2). Access door shall be water-tight with rugged hinges, locking mechanism, and a mechanism that shall allow the door to be held in the open position. Battery selector and isolate switch must be located at reachable location. Batteries are provided by the contractor.

5.1.21 Paint entire hull – inside and out with Nicaraguan Fuerza Naval pattern.

5.1.22 Paint entire hull – inside with antiskid material.

5.1.23 Paint the bottom of the hull with anti-growth paint.

5.1.24 Paint hull identification numbers on the exterior front of the vessel, on both the starboard and port sides.

5.1.25 Paint hull identification numbers on the interior front of the vessel with IR marine grade paint.

5.1.26 Install two (2) 250 HP (Mercury Verado 4 stroke supercharged outboards), outboard motors per refurbished boat. The contractor shall provide and connect all engines to control panel components to include, wiring harness, fuel lines, engine gauges, and tachometers.

5.1.27 Install all electrical wiring and ensure proper function.

5.1.28 The vessel must meet a maximum speed of 30 knots while fully-equipped and with a maximum of six (6) crew members.

5.1.29 Note: Warranty
a. 2 years on all electronic
b. 5 years on hull and attachments (T-top, Center Console, fuel tanks, etc.).

5.1.30 Upon completion of each boat, the contractor shall coordinate with the COR for an operational check, ensuring that the boat meets the specifications outlined in this PWS.

5.1.31 List of specific items (but not limited) to be included with each boat.
5
5.3. Contractor Management Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web addresshttps://Contractormanpower.army.pentagon.mil. The required information includes:

5.3.1. Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative (COTR) or also known as the Contracting Officer’s Representative (COR);

5.3.2. Contract number, including task and delivery order number;

5.3.3. Beginning and ending dates covered by reporting period;

5.3.4. Contractor’s name, address, phone number, e-mail address, identity of Contractor employee entering data;

5.3.5. Estimated direct labor hours (including sub-Contractors);

5.3.6. Estimated direct labor dollars paid this reporting period (including sub-Contractors);

5.3.7. Total payments (including sub-Contractors);

5.3.8. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different);

5.3.9. Estimated data collection cost;

5.3.10. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information);

5.3.11. Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website);

5.3.12. Presence of deployment or contingency contract language; and

5.3.13. Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor’s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.

Part 6

Applicable Publications

6. Applicable Publications (current editions): Non-applicable.
Part 7

Attachment/Technical Exhibit Listing

7. Attachment/Technical Exhibit List:

7.1. Attachment 1/Technical Exhibit 1 – Performance Requirements Summary

7.2. Attachment 2/Technical Exhibit 2 – Deliverables Schedule

7.3. Attachment 3/Technical Exhibit 3 – Estimated Workload Data

Technical Exhibit 1

Performance Requirements Summary

The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.

Quality Assurance Surveillance Plan (QASP)

Contract Number: less than Upon award, Government will enter contract number greater than

Contract Description: Refurbishment and modification of Eduardo o-type Go-fast vessels for the Nicaraguan Navy (Fuerza Naval). This is a OSC-N, Nicaragua/USSOUTHCOM project to assist the Nicaraguan Navy in their efforts to build a more robust counter-illicit trafficking force.

Contractor’s name: less than Upon award, Government will enter contractor name greater than (hereafter referred to as the contractor).

1. Purpose

This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following:

What will be monitored.
How monitoring will take place.
Who will conduct the monitoring.
How monitoring efforts and results will be documented.

This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government’s responsibility to be objective, fair, and consistent in evaluating performance.

This QASP is a quote mark living document quote mark and the Government may review and revise it on a regular basis. However, the Government will coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities.

2. Government Roles and Responsibilities

The following personnel shall oversee and coordinate surveillance activities.

a. Contracting Officer (KO) – The KO will ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and will safeguard the interests of the United States in the contractual relationship. The KO will also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The KO is ultimately responsible for the final determination of the adequacy of the contractor’s performance.

Assigned KO: ——————–.
Organization or Agency: 410th Contracting Support Brigade, Soto Cano Regional Contracting Office (RCO)

b. Contracting Officer’s Representative (COR) – The COR is responsible for technical administration of the contract and will assure proper Government surveillance of the contractor’s performance. The COR will keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government’s behalf.

Assigned COR: To be disclosed after contract award.

c. Contracting Administrator (CA) – The CA serves as the POC for the all contracting matters under this contract. The CA works directly with the KO; however, is not empowered to make any contractual commitments.

3. Contractor Representatives

The following employees of the contractor serve as the contractor’s program manager for this contract.

a. Program Manager – To be provided by the contractor upon award

b. Other Contractor Personnel – To be provided by the contractor upon award

4. Performance Standards

Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards.

The Contractor shall submit a time and cost estimate for each proposed delivery order/task order and shall submit his plans for performance of the work. At a minimum, the Contractors’ plans will include:

(1) A statement of understanding of the task;
(2) A description of the approach to the task;
(3) A list of participants by expertise (also by name if other than those submitted in the Contractors’ original qualifications package);
(4) The level of effort estimated by labor category, e.g. principal investigator, research assistant, administrative support and;
(5) A cost estimate. The Government will use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). The Acceptable Quality level is the percentage of tasks that meet the standards listed in the table below.

Performance Objective
Standard Performance Threshold
Method of Surveillance

PRS # 1.
The contractor shall provide hull modification IAW section 5.1. of this PWS. Product delivered on time with no more than 10% variance. Product deemed acceptable by COR. 95% over all tasks in section 5.1. Direct Observation, 100% Review or Status Meeting

PRS # 2.
Accessories Installation
All components are installed properly and provide accurate output or display.
100% of all compoents Direct Observation, 100% Review or Status Meeting

PRS # 3.
Sea Trials
Product delivered on time and at cost with no more than 10% variance. Product deemed acceptable by COR.
95% over all tasks in section 5.1. Direct Observation, 100% Review or Status Meeting

6. Methods of QA Surveillance

Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP.

a. Direct Observation. (Can be performed periodically or through 100% surveillance.)
1, 2, 3, 4

b. 100% Review. (Evaluates all outcomes.)
1, 2, 3, 4

c. Progress or status meetings.
1, 2, 3, 4

8. Documenting Performance

a. Acceptable Performance

Performance shall be documented using the attached Surveillance Form. A Form shall be completed for each Task initiated under this contract. Forms shall be completed by the COR.

The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action.

b. Unacceptable Performance

When unacceptable performance occurs, the COTR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file.

When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor’s program manager.

The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COTR. The Government shall review the contractor’s corrective action plan to determine acceptability.

Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO.

less than After award, both the contractor’s Program Manager and the COTR shall sign this document. greater than

_____________________________
Signature – Contractor Program Manager

_____________________________
Signature – Contracting Officer’s Technical Representative

Place of Performance: Office of Security Cooperation – Nicaragua Managua – Nicaragua APO AA 34042 US URL: https://www.fbo.gov/notices/044aabbb835330b9cff417d9ce2d0b11

OutreachSystems Article Number: 140605/PROCURE/0595 Matching Key Words: writ*; copy; technical; standard; operating;

Department of the ArmyDepartment of the Army, Army Contracting Command, ECC, Soto Cano Branch (PARC Americas 410th CSB), Soto Cano Branch (PARC Americas 410th CSB), Contracting Office, Unit 5720, PSC 42, APO, AA 34042

99–Soto Cano Honduras Nationwide Cellular Service W912QM14R0006 061814 Roberto Aviles, 011 504 2713523 Soto Cano Branch (PARC Americas 410th CSB ) SYNOPSIS
quote mark Cellular Phones, Corporate E-mail and Data Services quote mark

Date: 4 June 2014
410th Contracting Support Brigade RCO CCEC-AMS
Soto Cano AB, Comayagua, Honduras, Central America

UNCLASSIFIED

Subject: Cellular Phones, Corporate E-mail and Data Services
Proposed Solicitation Number: W912QM-14-R-0006
Synopsis Closing Date: On Close of Business 18 June 2014
Point of Contact / Contracting Officer:
David J. Earl, Capt, USAF, david.earl@jtfb.southcom.mil
Mr. Roberto Aviles, roberto.aviles.hn@jtfb.southcom.mil

Description:

The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Cellular Telephone, Corporate Email Service using Smartphone type Communication devices with OS7 Operating System or similar (i.e. Blackberry series, etc.), and Data Services that are essential to the operation, maintenance, and technical performance in support of Joint Task Force-Bravo (see attached PWS for more information).

Place of Contract Performance:

Soto Cano Air Force Base, Comayagua, Honduras
Central Am rica

If you require more information regarding this requirement please feel free to contact Mr. Roberto Aviles at Email: roberto.aviles.hn@jtfb.southcom.mil Tel: 011 (504) 2713-5123 ext 5284.

**NOTE: This is only a synopsis document, no proposals are being accepted at this time**

This is a synopsis in accordance with FAR 5.207

PERFORMANCE WORK STATEMENT (PWS)

Cellular Phones, Corporate E-mail and Data Services
Joint Task Force Bravo
Soto Cano Air Base, Honduras

Part 1

General Information

1. GENERAL: This is a non-personal services contract to provide official business communications in the form of Cellular phones, Corporate E-mail and Data Services in support of JTF-Bravo as described herein for the base period plus 4 option years. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.

1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Cellular Telephone, Corporate Email Service using Smartphone type Communication devices with OS7 Operating System or similar (i.e. Blackberry series, etc.), and Data Services that are essential to the operation, maintenance, and technicalperformance in support of Joint Task Force-Bravo (JTF-B), as defined in this Performance Work Statement; except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.

1.2 Background: The Commander Joint Task Force-Bravo (JTF-B), Soto Cano Air Base, Honduras, is responsible for the support of all United States military operations in Central America in the execution of the U.S. Government National strategy. This responsibility encompasses interaction to support new visions of the U.S. Government and institutions of the region, a reduction in sources of conflict and tension, working together in times of need and strengthening efforts against narcotics trafficking and transnational threats. JTF-B is headquartered at Soto Cano Air Base, a Honduran Air Base that is also home to the Honduran Air Force Academy. The goal of services hereby obtained is to ensure a timely, energetic, and cost effective means for Cellular phone and Blackberry and Data type services in support of the Command, Control, Communications, and Computer Systems (C4S) which support the JTF-B Commander’s ability to Command and Control forces in the Joint Area of Responsibility

1.3 Objectives: Contractor shall provide official business communications services in support of JTF-Bravo as described herein for the base period plus four option years.

1.4 Scope:
Contractor shall provide Cellular Airtime for cell phones, Corporate Email with Smartphone type Communication devices with OS7 Operating System or similar (i.e. Blackberry series, etc.), and Data Service via USB modem. In addition, to the paid air time service, the contractor will provide the devices (i.e. cellular phones / Blackberry series, USB modems etc) at no cost to the Government to be used in Honduras. The Contractor shall also provide 15 (fifteen) spare cellular phones and 10 (ten) extra Corporate E-mail Devices, which will be used as loaners in case one is broken or lost. Contractor shall be able to provide international access of the Global System for Mobile Communications (GSM) type with the following services: Roaming in North America, Central America and South America, Short Messages (SMS), Voice Mail (English Language), Internet Access (using either 3G/4G -Third/Fourth generation wireless service mobile devices and technology, GPRS- General Packet Radio Service or EDGE-Enhanced Data rates for GSM Evolution, Corporate Email, Caller ID, Call Waiting, Call On Hold, Call Forward, Three Way Call and Free Call Information Numbers. Additionally, contractor shall not allow unsolicited news feeds or any other texts that would cause the Government to incur additional charges. Any such charges will be the responsibility of the contractor.

1.4.1. SERVICES
International Access1
Roaming 1
Short Messaging Service
Voice Mail in English
Internet Access GPRS1 3G1 4G1
Corporate E-Mail2
Caller ID
Call Waiting
Call On Hold
Call Forward
Three way calling
Free Information Numbers
Free Emergency Numbers
Block For Fee News Feeds/Texts

1 JTF-Bravo must be able to control who has access to this feature.
2 Government reserves the right to refuse this service if additional devices, services or software prove to be cost prohibitive.

1.4.2. REQUIREMENTS

Contractor shall provide 85 new cellular phone devices for JTF-Bravo J6 (including ASA and 612 ABS), and 15 Spare cellular phone devices. Contractor shall also provide 90 Corporate Email devices with OS7 Operating System or Similar (i.e. Blackberry series, etc) for JTF-Bravo J6 (including ASA and 612 ABS) and 10 spare Corporate Devices Contractor shall provide 10 USB modem devices for internet connectivity, at no cost to the Government, for the duration of this contract. Default language shall be in English. The U.S. Government prohibits cameras on wireless devices therefore we request that mobile camera’s (video and still) be disabled if devices without camera’s are not available.
Contractor shall provide 10 USB devices for internet connection.

To prevent an Information Assurance violation from occurring it is requested that the mobile camera (video and still) are disabled. This will eliminate the capability of storing or processing sensitive or classified DoD data/information.

Cellular phone devices will meet the below minimum specifications and will become U.S. Government Property after the expiration of this contract.

Table 1

GENERAL 2G Network
GSM 850 / 900 / 1800 / 1900 GT-S5310
GSM 850 / 900 / 1800 / 1900 – GT-S5312 (SIM 1 & SIM 2)
3G Network
HSDPA 900 / 2100
SIM
Optional Dual SIM (Micro-SIM, dual stand-by)
Announced
2013, April
Status
Available. Released 2013, June
DISPLAY Type
TFT capacitive touch screen, 256K colors
Size
240 x 320 pixels, 3.0 inches (~133 ppi pixel density)
Multitouch
Yes
SOUND Alert types
Vibration, MP3 ringtones
Loudspeaker
Yes
3.5mm jack
Yes
MEMORY Card slot
microSD, up to 32 GB
Internal
4 GB, 512 MB RAM
DATA GPRS
Yes
EDGE
Yes
Speed
HSDPA, 7.2 Mbps; HSUPA, 5.76 Mbps
WLAN
Wi-Fi 802.11 b/g/n, Wi-Fi hotspot
Bluetooth
Yes, v4.0
USB
Yes, microUSB v2.0
CAMERA Primary
No
Video

Secondary

FEATURES OS
Android OS, v4.1.2 (Jelly Bean)
CPU
850 MHz
Sensors
Accelerometer, proximity, compass
Messaging
SMS(threaded view), MMS, Email, Push Email, IM
Browser
HTML
Radio
Stereo FM radio with RDS, FM recording
GPS
Yes, with A-GPS support and GLONASS
Java
Yes, via Java MIDP emulator
Colors
Gray, White, Gray
– SNS integration
– MP4/WMV/H.264 player
– MP3/WAV/eAAC+/Flac player
– Organizer
– Image/video editor
– Google Search, Maps, Gmail,
YouTube, Calendar, Google Talk, Picasa
– Document viewer
– Voice memo/commands
– Predictive text input
BATTERY Li-Ion 1200 mAh battery
Stand-by
Up to 300 h
Talk time
Up to 6 h

Corporate Email devices with OS7 Operating System or Similar (i.e. Blackberry series, etc) will meet the below minimum specifications and will become U.S. Government Property after the expiration of this contract.

Table 2

GENERAL 2G Network
GSM 850 / 900 / 1800 / 1900
3G Network
HSDPA 850 / 1900 / 2100 / 800
HSDPA 900 / 1700 / 2100
SIM
Mini-SIM
Announced
2011, November
Status
Available. Released 2011, December
BODY Dimensions
110 x 60 x 11.4 mm (4.33 x 2.36 x 0.45 in)
Weight
107 g (3.77 oz)
Keyboard
QWERTY
DISPLAY Type
TFT capacitive touchscreen, 16M colors
Size
480 x 360 pixels, 2.45 inches (~245 ppi pixel density)
– Optical trackpad
SOUND Alert types
Vibration, MP3 ringtones
Loudspeaker
Yes
3.5mm jack
Yes
MEMORY Card slot
microSD, up to 32 GB
Internal
8 GB storage, 768 MB RAM
DATA GPRS
Yes
EDGE
Yes
Speed
HSDPA, 7.2 Mbps; HSUPA, 5.76 Mbps
WLAN
Wi-Fi 802.11 a/b/g/n, dual-band
Bluetooth
Yes, v2.1 with A2DP, EDR
NFC
Carrier dependent
USB
Yes, microUSB v2.0
CAMERA Primary
No
Features

Video

Secondary
No
FEATURES OS
BlackBerry OS 7.0
CPU
Marvel Tavor MG1 1 GHz
Messaging
SMS(threaded view), MMS, Email, Push Email, IM
Browser
HTML
Radio
No
GPS
Yes, with A-GPS support
Java
No
Colors
Black, White
– SNS applications
– MP3/WMA/WAV/eAAC+/FLAC player
– DivX/XviD/MP4/H.264/H.263/WMV player
– Organizer
– Document viewer/editor
– Voice memo/dial
– Predictive text input
BATTERY Li-Ion 1230 mAh battery (JM-1)
Stand-by
Up to 432 h (2G) / Up to 408 h (3G)
Talk time
Up to 5 h 10 min (2G) / Up to 5 h 20 min (3G)
Music play
Up to 33 h

Data Input/Navigation QWERTY keyboard (Keyboard)
Keyboard backlighting
Thumb-operated trackwheel
TFT capacitive touchscreen, 16M colors
Voice Input/Output Headset jack
Integrated earpiece/ microphone
Built-in speakerphone
Hands-free headset and car kit support (Bluetooth technology)
Notification Polyphonic/MIDI ringtones
MP3 ringtones
Vibrate mode
LED indicator
Email Integrations Works with BlackBerry Enterprise Server for Microsoft Exchange
Integrates with an existing enterprise email account
Accessories Included Holster
Travel charger
Handsfree headset
USB cable
Wall charger
Device Security Password protection and keyboard lock
Support for AES or Triple DES encryption
FIPS 140-2 Validated (FIPS validation)
Optional support for S/MIME
Wireless Network North America: 850 MHz GSM/GPRS networks
North America: 1900MHz GSM /GPRS networks
Europe/Asia Pacific: 1800MHz GSM/GPRS networks
Europe/Asia Pacific: 900MHz GSM/GPRS networks
EDGE networks

1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. The Period of Performance reads as follows:

Base Year: 1 August 2014 – 31 July 2015
Option Year I: 1 August 2015 – 31 July 2016
Option Year I: 1 August 2016 – 31 July 2017
Option Year III: 1 August 2017 – 31 July 2018
Option Year IV: 1 August 2018 – 31 July 2019

1.6 General Information

1.6.1 Quality Control: The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The QCP is to be delivered with the Contractors proposal. Three copies of a comprehensive written QCP shall be submitted to the KO and COR within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer’s acceptance in writing of any proposed change to his QC system.

1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).
1.6.3 Recognized Holidays: The Contractor is required to perform work on any US Government or Honduran Holiday listed below.
New Year’s Day (US/H) Labor Day(US)
Martin Luther King Jr.’s Birthday (US) Columbus Day(US)
President’s Day (US) Veteran’s Day(US)
Memorial Day (US) Thanksgiving Day(US)
Independence Day(US) Christmas Day(US/H)
Day of the Americas(H) Central American Independence Day(H)
Holy Thursday(H) Francisco Moraz n’s Birthday(H)
Good Friday(H) Discovery of America(H)
Easter Saturday(H) Honduran Armed Forces Day(H)
Honduran Labor Day(H)

1.6.4 Hours of Operation: The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. Emergency customer service must be available 24 hours a day, 7 days a week.
1.6.5 Place of Performance: The work to be performed under this contract will be performed throughout Honduras and on occasion all other countries in Central, South and North America. Cellular, email, internet service must be available.
1.6.6 Type of Contract: The government will award Firm Fixed Price (FFP) contract.

1.6.7 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.

1.6.8 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Each unit represented in the contract must provide their own COR.

1.6.9 Key Personnel: The follow personnel are considered key personnel by the government:
Contract/Account Manager
Account Supervisor
Account Chief
VIP Section Manager

The contractor shall provide a Contract Manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated inwriting to the Contracting Officer. The Contract Manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The Contract Manager or alternate shall be available between 8:00am to 6:00pm Monday thru Friday. Emergency customer service shall be available 24 hours a day, 7 days a week.
Qualifications for all key personnel are listed below: Key personnel must be able to speak English and communicate via phone and e-mail.

1.6.10 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.

PART 2
DEFINITIONS & ACRONYMS

2. DEFINITIONS AND ACRONYMS:

2.1. DEFINITIONS: .

2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.

2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government.

2.1.3. CONTRACTING OFFICER’S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.

2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement.

2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.

2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.

2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property.

2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.

2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.

2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.

2.2. ACRONYMS:

ACOR Alternate Contracting Officer’s Representative
AFARS Army Federal Acquisition Regulation Supplement
COR Contracting Officer Representative
JTF-B Joint Task Force Bravo
KO Contracting Officer
OCI Organizational Conflict of Interest
QASP Quality Assurance Surveillance Plan
QCP Quality Control Program
SMS Short Messages

PART 5
SPECIFIC TASKS

3. Specific Tasks:

3.1. Basic Services.

3.1.1. The contractor shall provide services for Cellular Airtime for cell phones.
3.1.2. The contractor shall provide services for Corporate Email compatible with Smartphone type Communication devices with OS7 Operating System or similar (i.e. Blackberry series, etc.)
3.1.3. The contractor shall provide Data Service via USB Modem.
3.1.4. Services provided by the contractor shall be available 24 hours 7 days a week.
3.1.5. Service shall be available throughout Honduras and Roaming in North America, Central America and South America.
3.1.6. Contractor shall provide devices to JTF-Bravo three days after contract award.
3.1.7. Cell phones provided by contractor shall be able to synchronize to a Contact List using a Microsoft Product or software provided by contractor. Contractor shall provide accessories by to implement this feature.
3.1.8. Contractor shall provide JTFB with a Web Based Management System where the Contracting Officer Representative (COR) can administer user profiles. System shall provide the ability to control each device minute allocation and change programming options such as international access, international roaming, GPRS and others.
3.1.9. Contractor shall provide training to designated JTF-B personnel to use this application as requested by the COR.
3.1.10. All phone calls received within the country do not have a cost to the U.S. Government.

3.2. Maintenance:

3.2.1. Contractor shall provide a guarantee for one-year period and this will only apply to the phone and Smartphone Devices (i.e. Blackberry series, etc), not the accessories (such as batteries or chargers). This guarantee provides that the manufacturer will replace the phone, free of charge, for defaults due to the fault of the manufacturer.
3.2.2. Contractor shall provide a stock of 15 additional cell phones and 10 additional Blackberries to the COR as loaners in case of a cell phone/blackberry is sent for repairs or it is lost. This stock will be free of charge to JTF-Bravo. Loaner phone will be replaced to the stock once the missing/broken phone has been repaired or replaced either by the contractor or the end user.

3.3. Additional Requirements:

3.3.1 No changes will be made to this purchase order without the approval of the contracting officer.
3.3.2 Joint Task Force Bravo (Fuerza de Tarea Conjunta Bravo) is exempt of paying taxes by The Honduran Government Resolution No. DGCFA-EISV-0505-2012 valid trough 07 August 2017. JTF-B will provide a copy of this resolution and the renewal for following periods. All proposed prices should not reflect taxes.
3.3.3 Government will not require insurance.

4.0 DELIVERABLES.

4.1 Contractor shall provide an original hardcopy of the invoice and one additional hard copy. Invoice shall include a summary indicating usage per JTF-Bravo units (JTF-Bravo, ASA, 612ABS, and others as a result of using application described in paragraph 5.4 to input JTF-Bravo unit affiliation for each user) as well as the detailed bill by cell phone.
4.2 Contractor shall provide a monthly soft copy on a workable database format of the bill (i.e. MS Excel, etc.).
4.3 Contractor shall provide quarterly or upon request, traffic reports showing minutes, services used and destiny of calls made by JTF-Bravo users. For Example:
Period from Jun 2014 to Aug 2014 report due 10 Sep 2014
Period from Sep 2014 to Nov 2014 report due 10 Dec 2014
Period from Dec 2014 to Feb 2015 report due 10 Mar 2015
Period from Mar 2014 to May 2014 report due 10 Jun 2015
4.4 All deliverables produced in support to this contract becomes U.S. Government property.

PART 5
APPLICABLE PUBLICATIONS

5. APPLICABLE PUBLICATIONS (CURRENT EDITIONS)

5.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.

Place of Performance: Soto Cano Branch (PARC Americas 410th CSB) Contracting Office, Unit 5720, PSC 42 APO AA 34042 US URL: https://www.fbo.gov/notices/8f884f75e71752d14b5e3ee0fa2fe3b0

OutreachSystems Article Number: 140605/PROCURE/0596 Matching Key Words: video*; edit*; produc*; train*; conference?; you; web; site?; business*; event?; produce?; writ*; copy; technical; standard; operating;

Department of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028

99 — Food Service-Cafeteria-Culinary Arts FS060314 061814 Annette Osborne, Buyer, Phone 606-433-2258, Fax 606-433-5401, Email osborne.annette@jobcorps.org – Paulena Davis, Finance and Admin Director Horizons Youth Service, Phone 606-433-2259, Fax 606-433-5401, Email davis.paulena@jobcorp.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services, is requesting bids to supply the center cafeteria and culinary arts class with food and supplies.  The products must meet mid-grade level.   At a minimum, bi-weekly deliveries are required.  The award period will consist of July 1, 2014 – September 30, 2014.

The attached spreadsheet, Food Bid List, contains a complete list of items to be purchased.  Bidders are required toUS Dept Of Labor enter pricing on the spreadsheet provided only.  The package size and the cost are to be entered in the spaces provided. Bids for “special order” items are not permitted.  Vendors are required to bid items that are on the Food Bid List, no substitutions. Bids submitted in other formats will be disregarded.

Completed bids must be emailed to Osborne.annette@jobcorps.org by the deadline of June 18, 2014 at 4:30 pm.  Late bids will be disregarded.

Place of Performance: 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/FS060314/listing.html

OutreachSystems Article Number: 140604/PROCURE/0580 Matching Key Words: state!ky;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Commander in Chief, Atlantic Fleet, NAVOCEANO, Contracts Branch (N112) Bldg 9134 Stennis Space Center MS 39522-5001

R — CUSTOM SOFTWARE MAINTENANCE AND SUPPORT SERVICES FOR DATA APPLICATIONS N62306-14-R-2S05 070114 Karen J. Artis, Contract Specialist , Phone 228-688-5291, Fax 228-688-4121, Email karen.artis@navy.mil – Alizabeth J. Lee, Contract Specialist , Phone 228-688-4241, Fax 228-688-4121, Email alizabeth.lee@navy.mil The Naval Oceanographic Office (NAVOCEANO) intends to procure technical support services to provide life cycle maintenance and operational support for various applications software programs developed by/for NOVOCEANO in accordance with the Performance Work Statement, to be provided with the NAVOCEANO issued solicitation, for ensuring that near-real-time oceanographic satellite and in situ data collection, data processing, data product’s evaluation and disseminations of products are provided to military and civilian customers and internal NAVOCEANO users. Performance will be required to be substantially onsite at NAVOCEANO facilities.

A firm fixed price (FFP) Indefinite Delivery, Indefinite Quantity type contract with a twelve-month base ordering period plus four (4) twelve-month option is anticipated with an overall estimate of 25,000 hours yearly, to begin upon contract award. The Government intends to award a single delivery order contract under this solicitation. This procurement is being solicited on an unrestricted, full and open competition basis under North American Industry Classification system (NAICS) Code 334519 Other Measuring and Controlling Devices with the business size standard dollar amount of $6.5M. This requirement for commercial services will be processed utilizing procedures in accordance with FAR Part 12 in conjunction with FAR Part 15 Contract by Negotiation. It is the Government’s intent to award a contract or contracts to the offeror(s) providing the best overall value to the Government, price and other non-price factors considered. This solicitation document and incorporates provisions and clauses, in effect, through FAC 2005-73 and DFARS Changes Notice 20140528. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars /html/current/252201.htm .

All contractors submitting a proposal must be registered in the System for Award Management (SAM) at www.sam.gov and Wide-Area Workflow at https://wawf.eb.mil   prior to award of the contract. Firms submitting a response under this solicitation will be required to submit written technical and price proposals, in accordance with the requirements of the solicitation. It is anticipated that the solicitation will be issued on/about 18 Jun 2014 and will be posted to the Navy Electronic Commerce On-line (NECO) website at https://www.neco.navy.mil . Large business concerns will be required to submit with their proposal, a Small Business Sub-Contracting Plan, in accordance with FAR 52.219-9. Due to the Government’s stringent timeline, requirements to be considered for the award of the proposed contract, offerors must already possess a SECRET Facility Clearance. Interested parties should independently review the referenced web link frequently for updates to any/all documents. Potential offerors are responsible for download of the solicitation and/or amendments (if any). Paper copies of the solicitation will not be issued. Any inquiries concerning this requirement are to be submitted in writing to the Contracting Officer.

Place of Performance: 1002 Balch Blvd Stennis Space Center, MS 39522 US URL: https://www.fbo.gov/notices/fe1f489515a7ae1acfc256ab1e5e0c56

OutreachSystems Article Number: 140603/PROCURE/0060 Matching Key Words: writ*; technical; standard; procedure?;

FedBizOpps – Awards

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, MICC Fort Belvoir, Fort Belvoir, VA 22060

T–Lighting, Staging and Video Producion for 150th Anniversary Events at Arlington National CemeteryDepartment of the Army R0061 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W91QV1-14-P-0115 $249,999.99 060614 ALL QUINCE IMAGING, INC. [DUNS: 168821700],2810 TOWERVIEW RD,HERNDON VA 20171 No Description Provided
URL: https://www.fbo.gov/notices/b56ca2375ccb5bfb7751905e7d998fdf

OutreachSystems Article Number: 140607/AWARDS/0622 Matching Key Words: video*; produc*; event?;

190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE HEC, Ft. Belvoir, USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860

R–Specific, Measurable, Attainable, Risk Informed, Timely (SMART) Planning W912HQ-14-R-0002 Danielle Grunwald, 703-428-6123 USACE HEC, Ft. Belvoir W912HQ-14-D-0001 $1,079,725.45 052314 0001 COUNCIL OAK, THE (830235763)
3826 PICKETT CT
ANNANDALE, VA 22003-1724 The contractor shall provide meeting planning support, facilitation, and note taking services to ensure productive and useful meetings, of the Planning Community of Practice, aimed at the quote mark SMART 3x3x3 Planning Modernization quote mark process. In addition, the contractor will provide technical writing services to capture work completed by the task force in a quality document format, which will present the final recommendations.
URL: https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-14-R-0002/listing.html

OutreachSystems Article Number: 140606/AWARDS/0838 Matching Key Words: writ*; technical;

Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192

R–Kentucky Army National Guard (KYARNG) Structural Collapse Venue Site (SVCS) Role Player Support Services. W912KZ14T0004 Dwight E. Kinder, 502-607-1208 USPFO for Kentucky W912KZ-14-P-0040600px-National_Guard_Logo.svg $65,232.04 052914 0001 MTS TECHNOLOGIES, INC. (798864393)
2800 S SHIRLINGTON RD STE 1000
ARLINGTON, VA 22206-3601 To provide role player support and Subject Matter Experts in support of Structural Collapse Exercise.
URL: https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ14T0004/listing.html

OutreachSystems Article Number: 140603/AWARDS/0711 Matching Key Words: age:state!ky; state!ky;

FedBizOpps – Special Notes

300px-NASA_logo.svgNational Aeronautics and Space Administration, Langley Research Center, Office of Procurement, NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001

99–TECHNOLOGY TRANSFER OPPORTUNITY – FLEXIBLE HIGH-TEMPERATURE SILVERELECTROPLATED FILM THERMOCOUPLE TT01060 Jesse C Midgett, Program Specialist, Phone 757-864-3936, Fax 757-864-8314, Email j.midgett@nasa.gov Jesse C Midgett NASA Langley Research Center in Hampton, VA solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. THE TECHNOLOGY: Scientists at NASA Langley Research Center have developed a process for producing metallized polymer filmswith thick conductive metal coatings. These thin films have shown promise not only as reflective coatings but also conductive coatings. NASA believes that its technology may offer advantages to sensor companies, especially thermocouples as the conductive films show a volume resistivity approaching the pure metal. Polyimides have been tested, but the technology is expected to work with a variety of solvent castable polymers, as well as a variety of metal coatings, including silver, palladium, copper, and aluminum. The process is simple, readily scalable, does not employ vacuum processing, does not require a separate step for surface preparation or deposition of a tie-coat, and provides excellent adhesion. Functionally the invention creates a metal tie-coat as part of the plastic film casting and curing process. The as-processed self-metallized film is then subjected to electroplating using the self-metallized layer as an electrode in order to build up substantial thickness of high quality metal film. It is believed that the entire process of film formation and electroplating could be run in a continuous fashion. The conformable nature of this sensor enables it to be located in tight spaces and also around complex shapes where monitoring would otherwise be difficult. In automotive, it could apply to under the hood sensing; in aeronautics, it could offer benefit on structures and areas of high thermal load; and in industrial monitoring, it lends itself to extreme environments. Other applications might include capacitors, flexible circuit boards (flex circuits), varied sensors, antennas, and EMI shielding. To express interest in this opportunity, please respond to LaRC-PatentLicensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this FBO notice and your preferred contact information. Please also provide the nature of your interest in the technology along with a brief background of your company. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at URL:https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/TT01060/listing.html

OutreachSystems Article Number: 140607/SPECIAL/0757 Matching Key Words: film?; produc*;

USABID State and Local Purchases

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 – 245 – RFP FOR HEARING OFFICER AT KBML RFP : 1400000424 SOL 245 – RFP FOR HEARING OFFICER AT KBML RFP : 1400000424 Board Of Medical Licensure Published On : 6/5/14 Amended On : Closing On : 6/12/14 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140607/BID/0004 Matching Key Words: age:state!ky; state!ky;

California – City of Los Angeles http://www.labavn.org/index.cfm?fuseaction=contract.contract_list City of Los Angeles; Purchasing Office, Room 100, City Hall South; 111 E. First St. Los Angeles, CA 90012-4170 Phone: 213-485.3677.

U – 3071362-1365-1368 – Training Video/Production Equipment SOL 3071362-1365-1368 – Training Video/Production Equipment Due Date: 06/09/14 11:00 AM Contact: Dept:Department of General ServicesName:Linh HuaEmail:linh.hua@lacity.orgPhone:213-928-9535 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140607/BID/0060 Matching Key Words: video*; produc*; train*; production?;

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 – Histology Services – Madisonville RFP : 1400000445 Just SOL Histology Services – Madisonville RFP : 1400000445 Justice – Office Of The Secretary Published On : 6/4/14 Amended On : Closing On : 7/1/14 4:00 PM EDT Time Left: 26 Days, 04:43:03 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140606/BID/0004 Matching Key Words: age:state!ky; state!ky;

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

R – 729 HAZ Misc Professional Staffing Svcs RFP : 1400000158 SOL 729 HAZ Misc Professional Staffing Svcs RFP : 1400000158 Behavioral Health, Developmental & Intellectual Disabilities Services NPS Published On : 6/4/14 Amended On : Closing On : 6/24/14 3:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140606/BID/0006 Matching Key Words: age:state!ky; state!ky;

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

T – W-2/K-2 NCR FORMS RFB : 1400000900 Office Of The Contro SOL W-2/K-2 NCR FORMS RFB : 1400000900 Office Of The Controller Richard Mize Published On : 6/4/14 Amended On : Closing On : 6/12/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140606/BID/0007 Matching Key Words: age:state!ky; state!ky;

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

99 – Bicycle Counters Price Contract SOL IFB-3242-0-2014/TB Bicycle Counters Price Contract Due Date: 6/12/2014 3:00 PM Eastern Contact: Teresa Burton For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140606/BID/0373 Matching Key Words: age:state!ky; state!ky;

Kentucky – City of Lexington https://lfucg.economicengine.com 200 East Main Street; Lexington, KY 40380; (859) 258-3320

99 – No active RFQs. SOL Request for Bids No active RFQs. Due Date: Main Service/Commodity Code For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140606/BID/0375 Matching Key Words: age:state!ky; state!ky;

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

R – Services for Independent Informal Dispute Resolution RFP : 1400 SOL Services for Independent Informal Dispute Resolution RFP : 1400000282 Office Of Inspector General Pro Services Published On : 5/30/14 Amended On : Closing On : 6/18/14 3:30 PM EDT Time Left: 16 Days, 04:11:23 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140603/BID/0002 Matching Key Words: age:state!ky; state!ky;

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

R – Audit and Consultation Services for the Turnpike Authority o RFP SOL Audit and Consultation Services for the Turnpike Authority o RFP : 1400000434 Office Of The Controller Published On : 5/30/14 Amended On : Closing On : 6/17/14 12:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140603/BID/0003 Matching Key Words: age:state!ky; state!ky;

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

R – Arbitrage Services and Technical Assistance for PSE RFP : 14000 SOL Arbitrage Services and Technical Assistance for PSE RFP : 1400000433 Office Of The Controller Published On : 5/30/14 Amended On : Closing On : 6/17/14 12:00 PM EDT Time Left: 15 Days, 00:41:02 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140603/BID/0004 Matching Key Words: age:state!ky; state!ky;

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

R – Arbitrage Services and Technical Assistance for SPBC & ALCo RFP SOL Arbitrage Services and Technical Assistance for SPBC & ALCo RFP : 1400000397 Office Of The Controller Published On : 5/30/14 Amended On : Closing On : 6/17/14 12:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140603/BID/0005 Matching Key Words: age:state!ky; state!ky;

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

R – Bond Counsel Services RFP : 1400000444 Education – Offi SOL Bond Counsel Services RFP : 1400000444 Education – Office Of The Secretary Legal Services Published On : 5/30/14 Amended On : Closing On : 6/12/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140603/BID/0008 Matching Key Words: age:state!ky; state!ky;

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

R – Property Loss Assessment/Claim Adjusting Services RFP : 1400000 SOL Property Loss Assessment/Claim Adjusting Services RFP : 1400000440 Office Of The Controller Published On : 5/30/14 Amended On : Closing On : 6/6/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140603/BID/0010 Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Trackbacks/Pingbacks

  1. BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES | beenetworknews - June 21, 2014

    […] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: