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

Department_of_Veterans_Affairs_LogoDepartment of Veterans Affairs, VA Gulf Coast Veterans Health Care System, Department of Veterans Affairs Gulf Coast Veterans Health Care System, Department of Veterans Affairs;VA Gulf Coast VHCS;NCO 16;400 Veterans Avenue;Biloxi MS 39531

R–Musician Pianist/ Organist Service (Biloxi) VA25614Q1141 080414 Department of Veterans Affairs Tina Harris NCO 16 Contracting Officer 400 Veterans Avenus Biloxi, MS 39531Tina.Harris3@va.gov This is a PRE-SOLICITATION NOTICE only.
The Department of Veterans Affairs, Network Contracting Office 16 (NCO 16) Biloxi, MS has a requirement for a Pianist Musician at the Biloxi, Mississippi VA Medical Center. Services are required for one to three Chapel Services per week and special program events. Simplified acquisition procedures will be used, the procurement is going to be set aside for small businesses within the local commuting area and the resulting contract will be firm fixed price.
The base period of performance will be from October 1, 2014 through September 30, 2015, with four (4) twelve (12) month option periods. A complete schedule of services will be provided to the successful candidate. The solicitation will be posted on or about July 03, 2014. The applicable NAICS code for this procurement is 711510 and the small business size standard is $7,000,000. This procurement is 100% set aside for Small Business within the local area.
All interested parties are reminded to be registered with System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ in order to be eligible for award of Government contracts.
This notice is neither a request for quotes nor a solicitation of offers; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Point of Contact: Tina.harris3@va.gov No telephone calls will be accepted.
The solicitation package is will follow this pre-solicitation notice. The solicitation package for the requirement shall be posted on or about July 03, 2014. Responding as an interested party under the http://www.fbo.gov website doesn’t constitute convincing evidence of capabilities contracts. When responding as an interested party, please annotate Pre-Solicitation Number VA256-14-Q-1141PRE in the subject line.
Set-Aside: Total Small Business Place of Performance: Department of Veterans Affairs;Gulf Coast Veterans Healthcare System;NCO 16;400 Veterans Avenue; Biloxi, MS 39531 United States URL: https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25614Q1141/listing.html

OutreachSystems Article Number: 140704/PROCURE/0084 Matching Key Words: naics!711510;

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

R — Multimedia Combination Services BBG50-R-14-00804-AM 071414 Alisa Martine, Contract Specialist,Broadcasting Board of Governors Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov BBG50-R-14-00804-AM
Broadcasting Board of Governors
VOA Tibetan Service – Non-Personal Service
Combination Services
SYNOPSIS
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. 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 one (1) Blanket Purchase Agreement for one year.

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Non-Personal Services with Independent Contractors for Radio Combination services (on a part-time basis) as described in the attached Statements of Work (SOW) for the Voice of America’s East Asia and Pacific Division -Tibetan Service, in Washington, DC.

(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 is August 1, 2014 – July 31, 2015. The Contractor shall submit a monthly invoice electronically (email) for services provided the preceding month.

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

(vi) The Government will award a Commercial Item, Firm-Fixed-Price, Blank Purchase Agreement resulting from this RFP to the responsible offeror 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.

EVALUATION FACTORS
The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume/CV that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Tibetan and English.

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

3) A separate Price Proposal showing a breakdown of the price based on an 2,080 hours per annum that will be negotiated with the BBG. Prices shall be noted in English and United States dollars and valid for 90 days.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
The contract labor categories are considered administrative and professional labor and generally exempt from the Service Contract Act.

BASIS FOR AWARD
The procurement is being conducted under the authority of Federal Acquisition Regulation (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 proposals submissions so the offeror should submit its best terms in the initial proposal. The Government also reserves the right to consider multiple awards for this requirement.

PROPOSAL SUBMISSION

Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.
1. A Price Proposal that states the Offeror’s proposed annual Total Price based on an 2,080 hours per year that will be negotiated with the BBG.
2. Technical Proposal (Resume/CV) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.
3. Copy of US Citizenship, work permit, photo ID and/or visa.
4. References (three)
5. Copy of active Registration in SAM.gov. https://www.sam.gov

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

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

(viii) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)
(ix) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)
(x) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work. 52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

Questions must be submitted in writing and only via email to Alisa Martine at amartine@bbg.gov . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on Tuesday, July 8, 2014.
ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE BELOW to: Alisa Martine at amartine@bbg.gov . Proposals are due to Alisa Martine, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237 before 4:00 p.m. Eastern Daylight Time on Monday, July 14, 2014.

Place of Performance: 330 Independence Avenue, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-00804-AM/listing.html

OutreachSystems Article Number: 140704/PROCURE/0087 Matching Key Words: naics!711510;

600px-US-DeptOfTheInterior-Seal.svgDepartment of the Interior, National Park Service, NPS – All Offices, 100 Alabama St., Atlanta, GA 30303

T–Bilingual Educational Video/DVD S40150436 070914 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is S40150436 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110 with a small business size standard of $30.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-09 13:30:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Plains, GA 31780 Set-Aside: Total Small Business Place of Performance: Plains, GA 31780 31780 US URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/S40150436/listing.html

OutreachSystems Article Number: 140704/PROCURE/0122 Matching Key Words: video*; education*; business*; commercial?; naics!512110;

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989) Patrick Air Force Base FL 32925-3002

99 — Metis II FA7022-15-R-MetisII 073114 Michelle Raines, Contracting Officer, Phone 321-494-7320, Email michelle.raines@us.af.mil – Karen Hayes, Contract Specialist, Phone 321-494-6298, Email karen.hayes.1@us.af.mil ; sp;                                                Metis II
Sources Sought

1.0 Description

1.1 The Air Force Applications Center (AFTAC) Metis Project and AFISRA/A7KR are conducting Market Research for non-personal services to provide expert technical services. This sources sought is one of the elements of our Market Research, and it will be used to determine the acquisition approach. Therefore, if your company has the capabilities to participate as a subcontractor, please let us know.

1.2 This Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government’s acquisition approach. The Government contemplates award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 5-year ordering period.

1.3 Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the draft Performance Work Statement (PWS), you must state if you are interested in participating as a prime contractor or as subcontractor. The subcontracting information is very important because it will assist the Government, if needed, to determine subcontracting goals. The PWS for this acquisition is classified, please contact Maria Vasile at (321) 494-8349 for instruction on obtaining a copy.

1.4 The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company’s web page, if applicable). Submitted information shall be UNCLASSFIED.

1.5 The North American Industry Classification System (NAICS) Code is 541512 Computer Systems Design Services. The small business size standard is $25.5M (annual average gross revenue for the last three fiscal years not to exceed $25.5M).

2.0 Background

2.1 Metis is a knowledge discovery and management web-based application that integrates various Commercial-of-the-Shelf (COTS) software and hardware components into a single program that provides a flexible data processing pipeline for conversion and enrichment, indexes and catalogs content for rapid search and retrieval, controls access through user permissions, and provides personnel the ability to automate, create and manage metadata. The Metis project consists of two efforts; document conversion to digital format and the development and maintenance of software tools and applications for file display, data research and analysis. The conversion portion includes converting paper, fiche, and film productsinto an electronic format including performing automated and human optical character recognition and the addition of metadata to each digitized file to allow for rapid and thorough retrieval of relevant information. The software tools and applications portion includes integration of the electronic archive into current analyst tools and databases to include the commercial cloud and developing robust web-based interfaces for customers to search and visualize the information using a Mark Logic XML server, Net Owl entity extraction software, temporal application and Google Maps TM software. The contractor must be knowledgeable on the Federal Cloud Computing Strategy and Standards to include the Commercial Cloud Services (C2S) program. Additionally, the contractor will be required to develop and monitor a quality assurance program to ensure information is accurately digitized, indexed, and integrated. The conversion process requires 100 percent human review of scanned documents to ensure mission related information and terms are properly identified in the metadata for later retrieval and use by analysts. Some original documents are of very poor quality and require review by knowledgeable personnel in order to recognize and flag key terms. Personnel performing the conversion and optical character recognition must have significant experience with and knowledge of the AFTAC organization, its history, and its nuclear monitoring mission. Conversion will be performed at AFTAC using government furnished equipment including six high-speed scanners, one microfiche scanner, and computers. Software tools and application development may be performed at AFTAC and at the contractor facility.

2.2 Estimated Period of Performance: A cost plus fixed price (CPFF) IDIQ contract is contemplated with a 5-year ordering period.

2.3 Security Requirements: Personnel working on the contract must have Top Secret/SSBI/SSPR dates and a current DCID 6/4 at start of contract. Facility clearance requirement is Top Secret and protection level requirement is Secret.

3.0 Requested Information

3.1 Your capability statement shall provide administrative information, and shall include the following as a minimum:

3.2 Name, mailing address, phone number, and e-mail of designated point of contact.

3.3 The facility security clearance of the offeror.

3.4 Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB) Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, an Indian Tribe or Alaskan Native Corporation, or a large business based on the size standard in paragraph 1.5 above. In addition, you must state if your company is able to perform at least 50% of the work required under this acquisition.

4.0 Responses

4.1 Please submit your capabilities packages in accordance with paragraphs 2.0 through 2.3 to AFISRA/A7KRB Attn: Karen Hayes, 10989 South Patrick Drive, Patrick AFB, FL 32925 or e-mail: karen.hayes.1@us.af.mil and Contracting Officer Michelle Raines at e-mail michelle.raines@us.af.mil. Any questions may be directed to the Contract Specialist Karen Hayes and to the Contracting Officer Michelle Raines, at the above listed e-mail addresses. Responses must be submitted no later than 1:00 p.m. ET on 31 July 2014. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice.

4.2 Responses shall be limited to 10 pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.

4.3 The submitter is solely responsible for verifying the package was delivered or the e-file was received and can be viewed.

5.0 Industry Discussions

The Industry Day is scheduled for 24 July 2014 from 9:00 a.m. – 1:00 p.m. at the AFTAC building on Patrick, AFB, please monitor the FedBizOpps website for the announcement.

6.0 Air Force Federal Acquisition Regulation Supplement (AFFARS) Clause 5352.201-9101 Ombudsman (Apr 2014)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Veronica Solis, AF ISR Agency/A7K, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091 (P) 210-977-4505, (F) 210-977-6414, e-mail: veronica.solis@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

(End of clause)

7.0 Questions

Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer’s, email address. Verbal questions will NOT be accepted. Questions will be addressed by posting responses to the FedBizOpps website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 1:00 p.m. ET on 17 July 2014 will be answered.

8.0 Summary

THIS IS A SOURCES SOUGHT to identify potential prime contractors or subcontractors that can provide expert technical services for the Metis II Project. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.

Place of Performance: 10989 South Patrick Drive PAFB, FL 32925 US URL: https://www.fbo.gov/notices/d0700c7c57483722d3cf8802ce0e4312

OutreachSystems Article Number: 140704/PROCURE/0457 Matching Key Words: film?; produc*; you; website; web; page?; business*; instruct*; commercial?;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC – Presidio of Monterey (RC – West), MICC – Presidio of Monterey (RC – West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955

R–Foreign Language Television Broadcast W9124N-13-R-0055 110813 Todd Bales, 831-242-4078 MICC – Presidio of Monterey (RC – West) The Mission and Installation Contracting – Presidio of Monterey has a requirement for providing services to deliver web-streamed, and internet-downloadable international television programming also applicable for mobile devices to DoD users to support language learning in languages of military interest with access to Digital Archive and web-support; provides searchable database with copyright-cleared recorded audio and video resources for all available languages; provides copyright-cleared newspaper materials; provides online learning lesson materials for languages as specified; provides speech-to-text machine transcription and translation services for specified languages; provides digitized editable text materials for specified languages; provides newspaper materials in PDF format; provides DVDs with professionally produced videos from requested countries; provides videos recorded about everyday situations as specified; provides website and database support; maintains user authentication database, provides quarterly usage/user statistics reports and adheres to delivery schedule as stated. The purpose of this requirement is to support the on-going language training mission at the Defense Language Institute Foreign Language Center (DLIFLC) to make members of the Department of Defense (DoD) proficient in targeted languages.

This acquisition does not include a set-aside and will be advertised as quote mark Full & Open quote mark . The North American Industry Classification System (NAICS) code for this project is 519130 with a size standard of 500 employees. Performance period for the base period is 26 December 2013 – 25 December 2014. The contract will be a single award, Firm-Fixed-Price type contract.

The technical proposal will consist of, but may not be limited to the following:

Section 1 Factor 1
Technical Capability
Section 1.1 Sub factor A Broadcasting Approach
Section 1.2 Sub factor B Mobile Platform Availability
Section 1.3 Sub factor C Management Approach
Section 1.4 Sub factor D Relevant Experience

Complete performance work statement, instructions to offerors, and evaluation criteria will be included in the solicitation.

Solicitation number W9124N-13-R-0055 will be available on or about 27 September 2013 on the Federal Business Opportunities (FBO) website (http://www.fbo.gov) and the Army Single Face to Industry (AFSI) website (https://acquisition.army.mil/asfi/). Proposals are due Friday, 8 November 2013.

For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. No paper copies of the solicitation will be furnished.

Prospective contractors must be registered in the System for Award Management (www.SAM.gov), prior to award of a government contract. Offerors are further advised that failure to register in the SAM Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award.

The point of contact for this requirement is Contract Specialist, Todd S. Bales (todd.s.bales.civ@mail.mil).
Place of Performance: MICC – Presidio of Monterey (RC – West) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA 93955 US URL:https://www.fbo.gov/notices/dea32bca101f0842b328530cc759e2d7

OutreachSystems Article Number: 140702/PROCURE/0118 Matching Key Words: video*; edit*; produc*; train*; website; web; site?; page?; business*; produce?; instruct*;

300px-NASA_logo.svgNational Aeronautics and Space Administration, Glenn Research Center, Office of Procurement, NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

R--TECHNICAL INFORMATION ADMINISTRATION AND LOGISTICS SERVICES TIALS-2 NNC14ZC013R 101714 Michelle A. Mader, Contracting Officer, Phone 216-433-2765, Fax 216-433-2480, Email Michelle.A.Mader@nasa.gov Michelle A. Mader NASA/GRC plans to issue a Request for Proposal(RFP)for on-site logistics support services as follows: 1.0 LOGISTICS SERVICES Property/Equipment Management receives, tracks, stores, screens, redistributes, and disposes of Glenn property. This area maintains the system that tracks equipment; produces and maintains records for lost, damaged, or destroyed equipment; conducts annual physical inventories; tracks and documents loans of Government property; and tracks capitalized equipment. Staff members pick up, receive, inspect, redistribute, warehouse, and maintain records for all excess property, including scrap material; prepare computing equipment for reuse; process requests for the reuse or donation of excess and surplus property; conduct Internet auctions of surplus property; manage Glenns Hold Storage system for stock items; conduct an annual inventory; and maintain a website. Supply Management identifies, documents, and physically controls all inventory items by identifying storage space; managing, warehousing, and maintaining stores stock, program stock, and standby stock (including hazardous chemicals); shipping and receiving hazardous drums and cylinders; and managing returnable containers. Staff members also provide standard and clean-room laundry services and monitor, track, and control the tool cribincluding machining and fabrication test equipment, hardware, and software. Freight Traffic encompasses traffic management, shipping, and receiving. This includes ensuring custody and centralized control over inbound and outbound shipments, packing items and completing shipping documents, maintaining forms and documentation, processing and distributing freight bills, and resolving overdue notices for collect freight bills. Transportation conducts studies for proposed transportation activities; provide bus transportation for personnel; and load, unload, pick up, and deliver instruments, machinery, office equipment, printed matter, and interoffice and U.S. Postal Service mail. In addition, recyclable materials and hazardous materials and waste are picked up and transported to designated locations. Staff members maintain Glenns vehicles, operate the motor vehicle dispatch service, and operate, manage, and keep records for motor pool vehicles, other Government vehicles, fuels, and the garage. Move Operations provides technical leadership, guidance, and logistics for all Glenn personnel moves and analyzing all move requests in accordance with guidelines. 2.0 STOCK PURCHASES Stock Purchases uses the NASA Glenn Supply Management Systems to administer the Glenn supply management program consisting of stores stock and program stock. 3.0 MEDIA SERVICES Media Services helps Glenns researchers document and publish their results and achievements. Staff members provide publishing, duplicating, imaging, and educational program services for Glenn as well as computer application support for the Logistics and Technical Information Division and editing and proposal support. Publishing services include editing; the preparation and manipulation of photographs, illustrations, and drawings; electronic document formatting; and information management services and a customer interface for scientific and technical documents as well as publishing not related to research. This includes illustrations and design for printing, projected visuals, exhibits, displays, presentations, three-dimensional models, and Web pages. The Imaging Technology Center provides photographic, imaging, and animation support for aeronautical research, engineering, physical science, and other programsboth to document technical research and events and to inform the public of research advances. Educational Services creates projects and opportunities that attract and retain students in science, technology, engineering, and mathematics disciplines. Staff members support technical writing and editing, award nomination coordination and package preparation, and new proposal coordination and publication support. Duplicating Services duplicates, assembles, binds, addresses, and prepares documents for distribution; repairs and maintains Government-owned office equipment; sends out orders for printing by the Government Printing Office. Forms Management creates and maintains all Glenn forms. 4.0 RECORDS MANAGEMENT AND HISTORY OFFICE Records Management provides a variety of services to ensure that Glenns functions are documented adequately in accordance with regulation and business needs. The core of this function is the understanding and application of National Archives regulations as they pertain to records creation, maintenance, storage, accessibility, safeguarding, and disposition. Staff members maintain and manage their own inactive records storage facility, which requires preparing boxes for storage, tracking through a database, and retrieval whenever necessary. Records management is a customer-service-focused organization that assists employees with understanding and applying records retention schedules, developing file plans and inventories, and assisting with records clean-up activities. Records search and retrieval for Freedom of Information Act requests, audit activities, and research projects are other key services. History Office provides the oversight and management of the Centers archives through collection development, appraisal of materials, description of materials, and ensuring accessibility through the creation of finding aids. The History Office provides both a basic reference service and more in-depth research of historical topics. This is done through the exploration of current archival holdings, materials held by records management, and interaction with retirees through oral history interviews. Research is documented through historical writing ranging from essays to peer-reviewed books, exhibits, and Web applications. Of particular focus is the documentation of historic facilities as required by the Historic Preservation Act. The History Office works closely with the Centers historic preservation officer and the State Historic Preservation Office to ensure that mitigation requirements are met when a historic facility is demolished or altered. 5.0 LIBRARY AND LEARNING CENTER The Glenn Science & Engineering Library provides librarians and clerical support for Glenns library, including participation on NASA teams for operating the NASA Digital Library. This includes charging and discharging materials, issuing late and recall notices, preparing materials, and routing to successive requestors, as well as receiving, processing, shelving, or filing books, journals, research reports, specifications, microfiche, and other library materials. The area acquires books, subscriptions, specifications and standards, documents, audiovisual materials, microforms, and CDROMs and other electronic materials for the Library. This involves purchasing subscriptions and maintaining library copies and records: ordering books, other documents, and audiovisual materials; and processing interlibrary loan requests to other libraries and from other NASA libraries. New and previously uncatalogued library collection materials are catalogued, and comprehensive reference services are provided. This area also provides local computer support for electronic library systems, administers Glenns Bibliographic Web database, and conducts outreach activities to promote the library and its services. The Learning Center provides about 1200 individual instruction classes for civil service and support service contractor personnel in many different disciplines. 6.0/7.0 ADMINISTRATIVE AND CLERICAL SERVICES Administrative Services include project coordination, database and spreadsheet maintenance, data analysis, Web content maintenance, and configuration management. Clerical Services provides branch, division, and office support including, but not limited to expense reports, acquisition support, meeting support and minutes, correspondence preparation, workshop coordination, calendar management, and office coverage. 8.0 METROLOGY The Calibration Lab inspects, repairs, and calibrates instrumentation used for test and measurement using standards that are traceable to the National Institute of Standards and Technology and that are derived from natural physical constants, radio measurements, or comparison to consensus standards. This service includes metrology-oriented engineering consultation, metrology networking, and leveraging other Government laboratories. The Government anticipates awarding a cost-plus-fixed-fee/award-term contract with one (1) base year, four (4) one-year options, and two (2) award term years which may be earned in years 4 and 5 of the contract, respectively. The contract will also contain the Option to Extend Services clause which provides the option to extend the term of the contract by up to six months. This procurement is a follow-on to the existing conract NNC05CB17C (TIALS) with SGT, Inc. The current contract and other related documents releaseable under FOIA are available at Set-Aside: Total Small Business URL:https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14ZC013R/listing.html

OutreachSystems Article Number: 140702/PROCURE/0120 Matching Key Words: writ*; technical; standard; operating;

FedBizOpps – Special Notes

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989) Patrick Air Force Base FL 32925-3002

99 — Metis II Industry Day FA7022-15-R-MetisII 071714 Michelle Raines, Contracting Officer, Phone 321-494-7320, Email michelle.raines@us.af.mil – Karen Hayes, Contract Specialist, Phone 321-494-6298, Email karen.hayes.1@us.af.mil ; ;p;                                                    Metis II
INDUSTRY DAY
1.0 INTRODUCTION

1.1 Headquarters Air Force Intelligence, Surveillance and Reconnaissance Agency (HQ AF ISR Agency) in support of the Air Force Technical Applications Center (AFTAC), Materials Technology (TM) Directorate, Patrick Air Force Base, Florida, is hosting a program overview for the Metis Follow-On contract scheduled for 24 July 2014. The primary purpose of this program overview is to expand upon the technical requirements of the Metis II effort. This event is open to large and small businesses. Classification of this event will be at the SECRET level.

1.2 This is NOT a Request for Proposal. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. The government will not assume any liability for any contractor expenses for responding to this notice.

1.3 The Air Force Technical Applications Center is the sole Department of Defense agency operating and maintaining a global network of nuclear event detection sensors entitled the U.S. Atomic Energy Detection System (USAEDS). Once the USAEDS detects an event underground, underwater, in the atmosphere, or in space, AFTAC analysts review the event for nuclear identification and report their findings to national decision-makers through Headquarters Air Force.

2.0 REQUIREMENTS

2.1 Metis is a knowledge discovery and management web-based application that integrates various Commercial-of-the-Shelf (COTS) software and hardware components into a single program that provides a flexible data processing pipeline for conversion and enrichment, indexes and catalogs content for rapid search and retrieval, controls access through user permissions, and provides personnel the ability to automate, create and manage metadata. The Metis project consists of two efforts; document conversion to digital format and the development and maintenance of software tools and applications for file display, data research and analysis. The conversion portion includes converting paper, fiche, and film productsinto an electronic format including performing automated and human optical character recognition and the addition of metadata to each digitized file to allow for rapid and thorough retrieval of relevant information. The software tools and applications portion includes integration of the electronic archive into current analyst tools and databases to include the commercial cloud and developing robust web-based interfaces for customers to search and visualize the information using a Mark Logic XML server, Net Owl entity extraction software, temporal application and Google Maps TM software. The contractor must be knowledgeable on the Federal Cloud Computing Strategy and Standards to include the Commercial Cloud Services (C2S) program.

2.2 Additionally, the contractor will be required to develop and monitor a quality assurance program to ensure information is accurately digitized, indexed, and integrated. The conversion process requires 100 percent human review of scanned documents to ensure mission related information and terms are properly identified in the metadata for later retrieval and use by analysts. Some original documents are of very poor quality and require review by knowledgeable personnel in order to recognize and flag key terms. Personnel performing the conversion and optical character recognition must have significant experience with and knowledge of the AFTAC organization, its history, and its nuclear monitoring mission. Conversion will be performed at AFTAC using government furnished equipment including six high-speed scanners, one microfiche scanner, and computers. Software tools and application development may be performed at AFTAC and at the contractor facility.

2.3 Any information provided or discussed by attendees must not be company proprietary or business sensitive information. Any information or ideas shared during this program brief may be used to develop the Metis II technical and acquisition documents.

3.0 RESERVATIONS

3.1 E-mail reservations will be taken for a maximum of three (3) individuals per company on a first-come, first-served basis. Your reservation must specify the name (s), number of individuals in your party, and whether or not you have access to a military installation, i.e. valid military I.D. Send your reservation to Contracting Officer Michelle Raines at michelle.raines@us.af.mil and Contract Specialist Karen Hayes at karen.hayes.1@us.af.mil no later than noon, (Eastern Time) on 17 July 2014. NO REQUESTS WILL BE CONSIDERED AFTER 17 July 2014.

3.2 Due to the security level of this event, electronic devices are NOT allowed in the building. Please secure your cellular phones, laptop computers, tablets, or any other electronic device in your vehicle. In addition, note taking is NOT allowed and the PowerPoint presentation is NOT available after the meeting. A final secret clearance is required to attend this event.

3.3 The preferred method to submit clearances is via JPAS, please utilize Security Management Code (SMO): PF2LFFHP6 or unclassified fax: (321) 494-5460. If there are any clearance questions, please contact Sandra Ale at sandra.ale@us.af.mil or (321) 494-5951. Failure to submit security clearances in a timely manner will result in denied access to the briefing.

4.0 BASE ACCESS

4.1 If you do not have access to a military installation, you must provide your driver’s license number and issuing state. In addition, out of state individuals will need to provide their full Social Security Number (SSN) in order for access to the base. Under no circumstance should you e-mail this information with your reservation except via encryption. If you do not possess the means to encrypt your e-mail, please contact Maria Vasile at (321) 494-8349 and provide the necessary information as stated above.

4.2 Disclosure of the above is voluntary. However, failure to provide the requested information may result in denial of a badge or visitor pass and denial of entry to 45 SW property. You must adhere to all directives pertaining to operating a vehicle on Patrick, AFB.

4.3 Authority: E.O. 9397; The Privacy Act of 1974, 5 U.S.C. 522a; DODD 8500.1 principal purpose (s): To provide necessary information to 45th Space Wing (45 SW) to determine if applicant meets access control requirements in accordance with HSPD12, DoD 5200.8, DTM 09-12 and FIPS201. Use of SSN is necessary to make positive identification of an applicant. Records in the Defense Biometric Identification System (DBIDS) are maintained to support DoD physical security and information assurance programs and are used for identity or other acceptable identification will be used to distinguish individuals who request entry to 45 SW property.

4.4 Base Directives (Overview):
No cell phone usage while driving (unless 100% hands free)
No weapons or illegal contraband
Must wear seatbelt at all times
Must possess valid registration and insurance for all vehicles entering installation
While on Patrick AFB, you are subject to random vehicle inspections
Do not park in seeded areas (grass)
Adhere to all traffic signs and rights-of-way
Safely move to the side and stop when emergency vehicles are responding with lights and sirens
4.5 The main gate of Patrick, Air Force Base located on Highway A1A is the only access point designated for individuals who do not have access to a military installation. Do not attempt to access the base using the South Patrick Drive gate, as access will be denied unless you possess the proper credentials for access.

5.0 VENUE INFORMATION

5.1 The briefing begins promptly at 9:00 a.m. with registration at 8:30 a.m. so please plan accordingly. The opportunity exists for one-on-one discussions after the main briefing.

5.2 Location:

Date: 24 July 2014
Time: 9:00 a.m. – 1:00 p.m. (REGISTRATION AT 8:30 a.m.)
Location: The Air Force Technical Applications Center (AFTAC) Building
Conference Center 1161
10989 South Patrick Drive
Patrick AFB, FL 32925

5.3 Parking: Please use the parking lot located east of the new AFTAC building (across the street) as visitors are prohibited from utilizing the parking garage.

URL: https://www.fbo.gov/notices/5fe5a4676c9559acbb028bc57d631f1a

OutreachSystems Article Number: 140704/SPECIAL/0830 Matching Key Words: film?; produc*; conference?; you; web; business*; event?; commercial?;

dept of health and human servicesDepartment of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320 Bldg 50 | Rm 421 Jefferson AR 72079

R — On-Site Pathology Services 14-223-SOL-00045 071714 Crystal G. McCoskey, Phone 8705437267, Email crystal.mccoskey@fda.hhs.gov The North American Industry Classification System (NAICS) code for this acquisition is 541990; Small Business Standard is $14.0 Million. Award of contract is subject to availability of funding. Acquisition is set-aside 100% for small business concerns. All responsible small business sources may submit a proposal, which shall be considered by the agency. The issued date for solicitation 14-223-SOL-00045 is expected on or about July 30, 2014 with a closing date on or about August 30, 2014. Award anticipated by 30 Sept 2014. A pre-proposal conference is anticipated but not scheduled. Notice of the date of conference will be provided in the solicitation when it is issued. The formal written solicitation and all necessary technical data will be posted to FedBizopps when it is released. Interested parties are responsible to monitor this website for further information concerning this procurement. Any resultant contract is expected to be a Labor Hour (LH) contract. No electronic proposals will be accepted. Point of contact for this solicitation is Crystal McCoskey, Contract Specialist, 870-543-7267 , crystal.mccoskey@fda.hhs.gov.
Attached is the draft Performance Work Statement (PWS) and related appendices. Interested offerors are strongly encouraged to review and provide any constructive feedback, ideas for improvement, additional information required, etc. on the documents. Any such input is welcomed and will be taken into consideration when finalizing the solicitation documentation.

Background: The U.S. Department of Health and Human Services, Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR), Office of Scientific Coordination has a requirement for pathology services in support of FDA’s mission. NCTR is located at the Jefferson Laboratories of the FDA in Jefferson, Arkansas, approximately 35 miles south of Little Rock and 28 miles north of Pine Bluff. NCTR is an internationally recognized FDA research center that conducts toxicological research studies and other research activities designed to support the FDA’s mission to protect the public’s health. NCTR investigators collaborate with researchers elsewhere in the FDA as well as other government agencies, industry, and academia. FDA/NCTR and the National Institute of Environmental Health Sciences (NIEHS) have had an interagency agreement (IAG) since 1992, through which the FDA collaborates with the National Toxicology Program (NTP) to design and conduct toxicological studies involving compounds of regulatory interest to the FDA. Many of the studies at NCTR must follow the FDA’s Good Laboratory Practices (GLP) guidelines. NCTR is comprised of six research divisions and has facilities including: 132 general or special purpose research laboratories; Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC)-accredited animal facilities, including, but not limited to, rodent facilities accommodating conventional housing, specific pathogen free rodent production colony, isolators for germ-free rodents, and quarantine; a non-human primate research center; a zebrafish production facility; a phototoxicology research center; an imaging center including microPET, MRI, and CT scanner; a nanotechnology core facility; and an inhalation toxicology facility.

Historical Information: On-site pathology services for the animal studies performed at NCTR have been obtained through contracts since the Center’s inception in 1972, and most currently by Toxicological Pathology Associates, Inc. (TPA) under a cost-plus-fixed-fee (CPFF) contract. The existing workforce performing the services consists of approximately forty (40) employees made up of both professional and service employee positions. In 2011, 2012, and 2013, the number of studies per year with pathology requirements was 48, 76, and 64, respectively. At any given time, pathology services are being conducted on approximately 10-15 different studies. The majority of pathology studies are conducted on rodents; however, some studies involve non-human primates, other mammals, and/or zebrafish. Facilities, property, and utilities have historically been government-furnished. A complete list of GFP will be included in any resultant solicitation.

Brief Scope: NCTR requires on-site pathology services, for a base period plus up to four (4) 1-year option periods, on various animals in, but not limited to, the following areas: 1) necropsy and gross pathology; 2) histology; 3) pathologist services; 4) clinical chemistry; 5) immunohistochemistry and special procedures; 6) molecular pathology; 7) digital imaging; 8) data management; 9) archive management (wet tissue and block/slide); 10) quality assurance; 11) quality control; and 12) administrative services and management. The Contractor shall conduct the pathology services on each study to the requirements/parameters established by the NCTR Principal Investigators (PIs). The Contractor shall work closely with the Contracting Officer’s Representative (COR) and PI to plan, implement, perform, report and archive the research protocols. Planning includes, but is not limited to, developing cost estimates, schedules, and work plans to be performed for each study. Research protocols written by the PIs will determine the pathology support requirements, which may range from necropsy and collection of a few tissues of only a small number of animals to complete necropsy (collection of ≥44 tissues) of over a thousand animals requiring special handling of tissues, histopathology, special staining or other techniques (immunohistochemistry, digital imaging, etc.), hematology, urinalysis, and/or clinical chemistry. Other requested techniques may include, but are not limited to, teratology techniques, respiratory pathology techniques (inhalation toxicology studies), sperm morphology and motility analysis, vaginal cytology, vaginal smears for sperm evaluations, and mammary whole mounts.

Period of Performance:

Base Period: November 1, 2014 through October 31, 2015
Option Period 1: November 1, 2015 through October 31, 2016
Option Period 2: November 1, 2016 through October 31, 2017
Option Period 3: November 1, 2017 through October 31, 2018
Option Period 4: November 1, 2018 through October 31, 2019

Place of Performance:

U.S. Food and Drug Administration
National Center for Toxicological Research (NCTR)
3900 NCTR Road
Jefferson, AR 72079

Set-Aside: Total Small Business Place of Performance: Jefferson, AR 72079 US URL: https://www.fbo.gov/spg/HHS/FDA/NCTR/14-223-SOL-00045/listing.html

OutreachSystems Article Number: 140703/PROCURE/0106 Matching Key Words: writ*; technical; standard;

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave MacDill AFB FL 33621-5119

R — Catholic Cantor Service F2V0554170AW01 071014 JoAnna M. Adams, Phone 8138287467, Email joanna.adams@us.af.mil – Jessica Fleurimond, Phone 8138281187, Email jessica.fleurimond@us.af.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number for this requirement is F2V0554170AW01. The 6th Contracting Squadron, MacDill AFB, Florida, requires: Catholic Cantor Services for Saturday night and Sunday morning Catholic Masses, special worship services, and rehearsals.
DESCRIPTION OF REQUIREMENT:
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 01 Jul 2014, DFAR DPN 20140624, and AFFAR AFAC 2014-0421. The North American Industry Classification System code (NAICS) is 711130, with a Small Business Size Standard of $10 million. A firm fixed price contract will be awarded.

Specific Instructions:

a. IAW FAR 52.219-6, this acquisition is a Total Small Business Set-Aside.
b. All offerors are required to complete and submit Attachment #3 of this solicitation IAW 252.209- 7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law.

BASIS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical capability and Past Performance. Reference below Addenda to 52.212-2, Evaluation — Commercial Items for more information.

DELIVERY ADDRESS: 2204 Administration Avenue
MacDill AFB (Tampa), FL 33621

PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.milhttp://www.arnet.gov/far/, orhttp://safaq.hq.af.mil/contracting.

The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text:

ADDENDA TO 52.212-1, Instructions to Offerors — Commercial Items (Jul 2013)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in this combined synopsis solicitation under the description of requirement.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show —
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;

(4) Price and any discount terms incorporated into the attached Pricing Schedule;
(5) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(6) Terms of any express warranty;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include at a minimum three (3) recent (within last 3 yrs) and relevant contracts for the same or similar items and other references. Furnish the following information for each contract referenced: (i) Company/Division name, (ii) Product/Service, (iii) Contracting Agency/Customer, (iv) Contract Number, (v) Contract Dollar Value, (vi) Period of Performance, (vii) Verified, up-to-date name, address, FAX, e-mail and telephone number of the contracting officer, (viii) Comments regarding compliance with contract terms and conditions, (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor’s consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor.
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) It was the only offer received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–
GSA Federal Supply Service Specifications Section
Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites–
(i) ASSIST (http://assist.daps.dla.mil).
(ii) Quick Search (http://assist.daps.dla.mil/quicksearch/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)

ADDENDA TO 52.212-2, Evaluation — Commercial Items (Jan 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1) Price
2) Technical ability of the service offered to meet the Government requirement

3) Past Performance

Price – Received quotes will first be ranked and arranged by price (lowest first) before the Government assesses technical capability. Offers will be evaluated based on total price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise option(s). IAW FAR 52.217-8, a 6 month extension will be evaluated as part of the initial price evaluation. If the offeror does not provide a seperately priced line item for the six month extension, the Government will evaluate the extension using the offerors provided rates for the base and/or option years.

Technical – An offeror must provide specific evidence that they are capable of fulfilling the requirment. Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation (Item Numbers), Performance Work Statement (PWS) and government standards and regulations pertaining to this requirement.
Table A-1. Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable Quote clearly meets the minimum
requirements of the solicitation.
Unacceptable Quote does not clearly meet the minimum
requirements of the solicitation.

Past Performance – Past performance will be rated on an “acceptable” or “unacceptable” basis using the ratings in table A-2.

Table A-2. Past Performance Evaluation Ratings
Rating Description
Acceptable Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown. (See note below.)
Unacceptable Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.

Note: In the case of an offeror without a record of relevant past performance or for whom
information on past performance is not available or so sparse that no meaningful past
performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.”

The government will evaluate the quality and extent of offeror’s performance deemed relevant to the requirements of this solicitation. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Offerors must provide a list of no less than three (3), of the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years. Relevant contracts include present/past performance efforts which involved much of the magnitude of effort and complexities this solicitation requires.

Evaluation Summary – If the lowest priced offer is determined to be acceptable for both technical and past performance that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged to be technically acceptable or has unacceptable past performance the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is determined to be acceptable for both technical and past performance, or until all offerors are evaluated.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference:
– FAR 52.204-7, System for Award Management
– FAR 52.204-13, System for Award Management
– FAR 52.212-3, Offeror Representation and Certifications–Commercial Items
– FAR 52.212-4, Contract Terms and Conditions–Commercial Items
– FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive
Orders–Commercial Items

Within FAR 52.212-5, the following provisions and clauses are incorporated by text:

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6, Protecting the Government’s Interest
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-3, Alternate I (Mar 2012), Buy American Act–Free Trade Agreements
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer–System for Award Management

– FAR 52.217-5, Evalution of Options
– FAR 52.217-8, Option to Extend Services
– FAR 52.217-9, Option to Extend the Term of the Contract
– FAR 52.222-17, Nondisplacement of Qualified Workers
– FAR 52.222-41, Service Contract Act
– FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
– FAR 52.219-1, Small Business Program Representations
– FAR 52.219-28, Post-Award Small Business Program Rerepresentation
– FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
– FAR 52.247-34, F.O.B. Destination
– FAR 52.252-1, Solicitation Provisions Incorporated by Reference
– FAR 52.252-2, Clauses Incorporated by Reference

The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference:

– DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
– DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
– DFARS 252.204-7003, Control of Government Personnel Work Product
– DFARS 252.204-7004 Alt A, System for Award Management Alternate A
– DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability
or a Felony Conviction under and Federal Law is required
– DFARS 252.225-7001, Buy American Act and Balance of Payment Program
– DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
– DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program
– DFARS 252.232-7003, Electronic Submission of Payment Requests
– DFARS 252.232-7010, Levies on Contract Payments
– DFARS 252.243-7001 Pricing of Contract Modifications
– DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea

The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text:

AFFARS, Health and Safety on Government Installations (NOV 2012)

(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
(End of clause)

AFFARS, 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012)

(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)

AFFARS 5352.201-9101, Ombudsman (NOV 2012)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFISRA ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)

All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.

DEADLINE: Offers are due on Thursday, 10 July 2014 by 9:00AM EST. Any questions regarding this solicitation must be submitted not later than Monday 7 July 2014. Any questions submitted after this date, may not be answered. Submit offers or any questions to the attention of JoAnna Adams, A1C, 6CONS/LGCA, by email to joanna.adams@us.af.mil.

Government Point of Contact : A1C JoAnna Adams, USAF Contract Specialist
joanna.adams@us.af.mil
(813) 828-7467

Government Alternate Point of Contact : TSgt Jessica Fleurimond, USAF Contracting Officer
jessica.fleurimond@us.af.mil
(813) 828-1187

Attachments:

1. Pricing Schedule
2. Performance Work Statement (PWS)
3. DFARs 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law

Set-Aside: Total Small Business Place of Performance: 2204 Administration Avenue MacDill AFB (Tampa), FL 33621 tampa, FL 33621 US URL:https://www.fbo.gov/spg/USAF/AMC/6CS/F2V0554170AW01/listing.html

OutreachSystems Article Number: 140703/PROCURE/0118 Matching Key Words: documentar*;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — AOE/VT Programs – FCI Manchester, KY RFQP01101400010 Doug Fear, Phone (972) 352-4530, Fax (972) 352-4545, Email rdfear@bop.gov The Federal Bureau of Prisons, Field Acquisition Office in Grand Prairie, Texas intends to make a single or multiple award to a post-secondary institution, or industry based school that will be responsible for providing instruction in a Masonry/Bricklayer and Culinary Arts Program. The training program must prepare inmates for at least an entry level employment position upon release. The program is to be provided to the inmate population at the Federal Correctional Institution, located at 805 Fox Hollow Road, Manchester, Kentucky.

The contractor shall provide an educational program that is accredited by an accrediting college or vocational training school, state or other recognized accreditation association or agency. The courses shall be instructed utilizing one (1) hour sessions of classroom instruction. Typically, the contractor will provide services four days per week (Monday through Thursday) between the hours of 7:30 a.m. to 3:00 p.m. excluding Federal Holidays. Estimated annual sessions are 2940 for Culinary Arts and 1470 for Masonry/Bricklayer per 12-month period.

The contract shall consist of a base year with four (4) twelve (12) month option periods for renewal. The solicitation will be made available on or about July 3, 2014 and will be distributed solely through the General Administrations Federal Business Opportunities website at http://www.fedbizopps.gov/. Hard copies of the solicitation will not be available. The site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The anticipated date for receipt of quotes is July 24, 2014. Anticipated date of award is in August of 2014. This will be a full and open competitive procurement. All responsible sources may submit a quote which will be considered. Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible.

Place of Performance: 805 Fox Hollow Road Manchester, KY 40962 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01101400010/listing.html

OutreachSystems Article Number: 140703/PROCURE/0148 Matching Key Words: state!ky;

Department of the Treasury, Bureau of the Public Debt (BPD), Bureau of the Fiscal Service, Avery 5F 200 Third Street Parkersburg WV 26106-5312

T — Public Education Campaign: Photojournalism ADF-FPS-14-0018 J. McClead, Email psb1@bpd.treas.gov600px-US-DeptOfTheTreasury-Seal.svg – G. Davis, Contracting Officer, Email psb1@bpd.treas.gov.  The purpose of this Amendment is to provide the name of the intended contractor, which is Photo Philanthropy.

All other aspects of this posting remain unchanged.
Place of Performance: Rwanda and Senegal RW URL: https://www.fbo.gov/spg/TREAS/BPD/DP/ADF-FPS-14-0018/listing.html

OutreachSystems Article Number: 140703/PROCURE/0899 Matching Key Words: naics!711510;600px-US-DeptOfTheTreasury-Seal.svgDepartment of Energy, Federal Locations, All DOE Federal Contracting Offices, EMCBCU.S. Department of EnergyEM Consolidated Business Center250 E. 5th Street, Suite 500CincinnatiOH45202US

99–Portsmouth Paducah Project Office – Operation of Depleted Uranium Hexafluoride ( DE-SOL-0007016 070714 Wilmari C. Delgado wilmari.delgado@emcbc.doe.gov The attached Sources Sought/RFI has been updated to extend receipt dates. All capability statements and questions pertaining to this announcement shall be submitted electronically to the following e-mail address: duf6@emcbc.doe.gov no later than 5:00 p.m. Eastern Standard Time on July 11, 2014.
The U.S. Department of Energy (DOE), Environmental Management Consolidated Business Center (EMCBC) is currently in the acquisition planning stage for the potential award of a contract for the continuation of the Portsmouth Paducah Project Office Operation of Depleted Uranium Hexafluoride (DUF6) Conversion Facilities on DOE property at Paducah, Kentucky and Portsmouth, Ohio. The conversion facilities were designed and constructed to convert DOE?s inventory of DUF6 at the Paducah Gaseous Diffusion Plant and the Portsmouth Gaseous Diffusion Plant, to a more stable uranium oxide form for reuse, storage, and/or transportation and disposition. The Contractor shall continue to provide cylinder surveillance and maintenance (S&M) services for the DOE inventory of DUF6, low-enrichment uranium (LEU) hexafluoride (UF6), normal UF6, and empty and heel cylinders in a safe, compliant and environmentally acceptable manner.
Please see the attached Sources Sought/RFI and Draft DUF6 Section C documents for additional information. All capability statements and questions pertaining to this announcement shall be submitted electronically to the following e-mail address: duf6@emcbc.doe.gov no later than 5:00 p.m. Eastern Standard Time on July 11, 2014.
Points of Contact:
Wilmari Delgado, Contracting Officer, (513) 246-0566. Email your questions to Wilmari Delgado at wilmari.delgado@emcbc.doe.gov or Jodi Gordon, Contract Specialist, jodi.gordon@emcbc.doe.gov .
URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0007016/listing.html

OutreachSystems Article Number: 140703/PROCURE/1017 Matching Key Words: state!ky;

USABID and Local Purchases

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

99 – Development for Air Quality Initiative SOL RFP-3255-0-2015/ES Development for Air Quality Initiative Due Date: 7/16/2014 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140705/BID/0252 Matching Key Words: age:state!ky; state!ky;

Minnesota – State of Minnesota, Contact information is included with each bid. http://www.mmd.admin.state.mn.us/solicitations.htm

U – REFERENCE NUMBER: PT1942 Nature of Work/Contract Title: Wr SOL REFERENCE NUMBER: PT1942 Nature of Work/Contract Title: Writing technical training curriculum andproduce training video for Commercial Animal Waste Applicator certification Description of Work: The Minnesota Department of Agriculture awards licenses to persons that demonstrate their qualifications by passing a certification examination. The contractor selected for this project will write a training curriculum, produce video modules and put them online so that persons can meet the requirements of Commercial Animal Waste Technician (CAWT) Applicator certification. The training material produced will include enough content to fulfill the prescribed 2 hour requirement over a two year training calendar. The training will consist of several modules; each one no more than 20 minutes in length. The selected modules will run approximately 2 hours in length when combined. The training when finalized will be offered online and include a companion online certification process that is linked to MDA??s online licensing application. Estimated Cost: $5,001 – $25,000 Contracting Agency: Agriculture Location of Work: Minnesota Response to this solicitation is due no later than 07/09/14 at 2:30 PM CENTRAL TIME. To receive a copy of the complete solicitation, contact: Name: Joseph Spitzmueller TTY: 711 or 1.800.627.3529 (MN Relay Service for persons with speech or hearing disabilities) Email: joseph.spitzmueller@state.mn.us Date This Solicitation Was Posted: 7/2/2014 12:49:39 PM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140704/BID/0007 Matching Key Words: video*; produc*; train*; produce?; commercial?; writ*; copy; technical;

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

99 – Interactive Patient Care (IPC) System SOL UK-1394-15 Interactive Patient Care (IPC) System Due Date: 7-25-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140704/BID/0363 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 – Facilitator Services RFP : 1400000467 Board Of Speech P SOL Facilitator Services RFP : 1400000467 Board Of Speech Pathology And Audiology Published On : 6/30/14 Amended On : Closing On : 7/21/14 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/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

T – MOBILE VIDEO PRODUCTION RFB : 1400000955 Office Of The SOL MOBILE VIDEO PRODUCTION RFB : 1400000955 Office Of The Controller Richard Mize Published On : 6/27/14 Amended On : Closing On : 7/11/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/BID/0008 Matching Key Words: video*; produc*; production?; 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 – CDL Examiner – Region 1 (Mayfield) RFB : 1400000956 Off SOL CDL Examiner – Region 1 (Mayfield) RFB : 1400000956 Office Of The Controller Daniel Salvato Published On : 6/27/14 Amended On : Closing On : 7/7/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/BID/0013 Matching Key Words: age:state!ky; state!ky;

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

R – Police Staffing Study SOL RFP-3252-0-2014/KBM Police Staffing Study Due Date: 9/1/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/BID/0235 Matching Key Words: age:state!ky; state!ky;

New Hampshire Public Notices http://nh.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout New Hampshire.

T – SNHS AGENCY VIDEO Southern New Hampshire ServicSNHS AGENCY VIDEO SOL SNHS AGENCY VIDEO Southern New Hampshire ServicSNHS AGENCY VIDEO Southern New Hampshire Services Inc (SNHS) located at 160 Silver St, Manchester, NH 03103 is seeking bids from video production companies for: 1) Production of a 5 minute informational Agencyvideo 2) Primary video use will be for new employee orientation and other community events to educate the viewer about Southern New Hampshire Services and our mission. Detailed Request for Proposal (RFP) may be obtained by contacting Henry Harris at HHARRIS@SNHS.org. Upon request, SNHS will supply a detailed RFP which will explain terms, conditions, and requirements. All bids in response to the RFP must be received at 160 Silver St, Manchester, NH 03103 by 4:30 p.m. on Friday, July 25th, 2014. No faxes will be accepted. Women and minority owned businesses are encouraged to apply. EOE Appeared in: The Union Leader on Tuesday, 07/01/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/BID/0341 Matching Key Words: video*; produc*; business*; event?; production?;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: