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, Muskogee VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Jack C. Montgomery VA Medical Center;ATTN: P&C, 90c;1011 Honor Heights Drive;Muskogee OK 74401-1318
R–Armored Car Cash Collection Services for Department of Veterans Affairs Michael E. DeBakey VA Medical Center, Houston TX VA25614Q1169 072414 Monica Gary, Contract Specialist Network Contracting Office 16 Department of Veterans Affairs Monica.Gary@va.gov Monica Gary This is a Request for Quote only. This requirement is Unrestricted. The NAICS code is 561613.
The Department of Veterans Affairs has a requirement for a contractor to provide Armored Car Courier Services to pick up and collect moneys between local financial facilities in the Houston area and the Michael E. DeBakey Veterans Affairs (VA) Medical Center (MEDVAMC) located at 2002 Holcombe Boulevard, Houston TX 77030. Services are to be performed in accordance with the Statement of Work (SOW) included in the Request for Quote. Period of Performance: Date of Award through July 31, 2015. No hard copy solicitations will be provided. Solicitation documents may be obtained electronically at http://www.fedbizopps.gov.
INSTRUCTIONS TO OFFERORS
Written quotes are required (oral quotes will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors – Commercial Items. The Government will award a firm-fixed price contract on the basis of the lowest evaluated price of the quotes which meet or exceed the acceptability standards for non-price factors. Non-price factors will be rated on an “Acceptable/Unacceptable” basis. Failure to meet any of the requirements will result in an “Unacceptable” rating and eliminate the offeror from further consideration for contract award. Refer to Evaluation – Commercial Items.
CLOSING DATE
When: Offers are due per the time and date indicated on page one (1) of the SF 1449.
How: Offers are to be submitted electronically by email. Complete Offers shall be submitted as follows:
1) Emailed to: Monica.Gary@va.gov
2) Include subject line: “Company Name, RFQ # VA256-14-Q-1169, #___of ___” (insert number of emails anticipated)
Documented tracking and confirmation of email delivery is the responsibility of each Offeror.
Size: Each email is not to exceed 5mb each.
**IMPORTANT**Required Documentation: A Complete Offer will consist of one (1) original of the following documents.
1) Page 1 of SF 1449 completed (this is preferred in lieu of an offer cover letter) and must include:
a. date and signature by a representative of the company authorized to submit the offer,
b. the offer expiration date,
c. Offeror’s date of availability to start service (pending contract),
d. Offeror’s DUNS number or ORCA application status, and
e. Offeror’s business size
2) Page 3 of SF 1449, acknowledging each Amendment, as well as a signed 1st page of each Amendment
3) Unit prices and extended prices for each Line Item included in the Price/Cost Schedule of Section B of this Solicitation;
4) Past Performance information;
5) Technical Approach information;
It is the responsibility of each Offeror to ensure their offer is delivered Complete, on time and in full, per this Instruction. The contracting officer will review the offers received for completeness, and may reject any incomplete offers.
QUESTIONS: Telephone requests for the solicitation will not be accepted or honored, nor will oral answers to vendor questions or verbal exchanges be considered valid in relation to this RFQ. Technical questions are due, in writing, by 2:00 PM (Local Time/CT) the business day before the solicitation Closing Date, and can be e-mailed to RFQ POC. Address all correspondence relating to this RFQ using the format – Company Name, RFQ # VA256-14-Q-1169, Query Only – and to the following RFQ POC:
RFQ Point of Contact (POC)

Monica Gary
Contract Specialist
Email: Monica.gary@va.gov
Phone: 918-577-3855
Place of Performance: Department of Veterans Affairs;Michael E. DeBakey VA Medical Center;2002 Holcombe Boulevard;HOUSTON TX 77030 USA URL: https://www.fbo.gov/spg/VA/MuVAMC623/MuVAMC623/VA25614Q1169/listing.html
OutreachSystems Article Number: 140719/PROCURE/0066 Matching Key Words: writ*; copy; technical;

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — ANCHOR/WRITER/REPORTER – VOA PERSIAN SERVICE BBG39-Q-14-PERSIAN-030Broadcasting Board of Governors 080414 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com (i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-14-PERSIAN-030 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The Offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The Offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of four (4) months from March 1 through June 30, 2014, two (2) option periods of four (4) months from July 1 through October 31, 2014 and from November 1 through February 28, 2015.Multiple awards will be considered for this requirement at the discretion of the Government.

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

(vii) The period of performance is anticipated to start August 4, 2014 through November 30, 2014 with options to extend services one year from date of award.

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

Offeror qualifications and Quotation Submission shall include but not be limited to:

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

2. Past Performance. The Offeror is required to provide no more than three (3) references from previous customers or same or similar services See attachment B (Past Performance Reference).

3. Offeror shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.

In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

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

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.

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

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

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

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on July 23, 2014. Responses to questions will be posted to FedbizOps by COB July 25, 2014.

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

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on August 4, 2014.

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

Set-Aside: Total Small Business Place of Performance: VOA PERSIAN SERVICE, 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-030/listing.html
OutreachSystems Article Number: 140719/PROCURE/0075 Matching Key Words: naics!711510;

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — ANCHOR/WRITER/REPORTER -VOA PERSIAN SERVICE BBG39-Q-14-PERSIAN-032 080414 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-14-PERSIAN-032 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The Offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The Offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of four (4) months from August 4, 2014 through December 4, 2014, two (2) option periods of four (4) months from December 5, 2014 through April 4, 2015 and from April 5, 2015 through August 3, 2015. Multiple awards will be considered for this requirement at the discretion of the Government.

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

(vii) The period of performance is anticipated to start August 4, 2014 through December 4, 2014 with options to extend services one year from date of award.

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

Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. The Offeror is required to provide no more than three (3) references from previous customers or same or similar services See attachment B (Past Performance Reference).
3. Offeror shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.

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

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

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

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on July 23, 2014. Responses to questions will be posted to FedbizOps by COB July 25, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 12:00 p.m. Eastern Daylight Time on August 4, 2014.

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

Set-Aside: Total Small Business Place of Performance: VOA PERSIAN SERVICE 330 Independence Ave, Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-032/listing.html
OutreachSystems Article Number: 140719/PROCURE/0076 Matching Key Words: naics!711510;

Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051
U — Vocational Training Welding Program RFQP03171400005 081314 Charles Keith Dailey, Phone 972-352-4522, Fax 972-352-4545, Email cdailey@bop.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be600px-US-DeptOfJustice-Seal.svg issued.
The solicitation number is RFQP03171400005 and it is issued as a Request for Quote (RFQ). The requirement will be solicited as a total small business set aside. The applicable North American Industry Classification System (NAICS) code is 611210, Junior Colleges and the size standard is $19.0 million.

The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish an indefinite-delivery, requirements type contracts for a Vocational Training – Welding Program to be rendered for the inmate population incarcerated at the Federal Correctional Institution (FCI) Bennettsville, located in Bennettsville, South Carolina. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at http://www.bop.gov. A description of the services required is attached to this posting and labeled as RFQ Attachment I – Statement of Work.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75.
CONTRACT CLAUSES:
52.252-2 – Clauses Incorporated by Reference (Feb 1998).
This contract incorporates one or more clauses 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. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov/far. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.
52.212-4 Contract Terms and Conditions–Commercial Items (SEP 2013) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.203-3 Gratuities (APR 1984)
52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010)
52.204-4 Printed or Copied Doubled-Sided on Post-Consumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.223-5 Pollution Prevention and Right to Know Information (MAY 2011)
52.224-1 Privacy Act Notification (APR 1984)
52.224-2 Privacy Act (APR 1984)
52.228-5 Insurance – Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; Comprehensive General Liability: $500,000 per occurrence for bodily injury; and Automobile Liability: $200,000 per person, $500, 000 per occurrence for bodily injury, and $20,000 per occurrence for property damage.
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
52.242-13 Bankruptcy (JUL 1995)
52.253-1 Computer Generated Forms (JAN 1991)
The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:
52.209-5, Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Deliquent Tax Liability (Deviation 2014-01)(NOV 2013)
(a) In accordance with sections 536 and 537 of the Commerce, Justice, Science, and Related Agencies Appropriations Act, 2014 (Title II, Division B, Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation –
(1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or
(2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) By accepting this award or order, in writing or by performance, the offeror/contractor represents that –
(1) the offeror is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and,
(2) the offeror is not a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of clause)
52.216-18 Ordering (OCT 1995) – (a) from the first day of the effective performance period through the last day of the effective performance period
52.216-19 Order Limitations (OCT 1995) – (a) less than one hour; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days
52.216-21 Requirements (OCT 1995) – (f) after the last day of the effective performance period
52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period
52.217-9 Option to Extend the Term of the Contract (MAR 2000) – (a) prior to expiration of the current performance period; 60 days; (c) but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years.
52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) – beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised
52.252-6, Authorized Deviations in Clauses (APR 1984) ) (b) Justice Acquisition Regulation; chapter 28.
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
52.27-103-72 DOJ Contractor Residency Requirement – BOP (JUN 2004)
52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
Department of Justice Order 2640.2F (NOV 2008)
2852-223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUN 1996)
52.21-603-70 Contracting Officer’s Representative (JUN 2012) – Jeffery Edwards, Vocational Instructor, FCI Bennettsville is hereby appointed as COR.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2014) – (b) 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33; (c) 52.222-17.

OTHER CONTRACT TERMS AND CONDITIONS:

Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in October 1, 2014. The estimates of hours is not a representation to an offeror or contractor that the estimated quantity will be required or ordered or that conditions affecting requirements will be stable or normal.
Performance Period: The periods of performance of the resulting contract shall be Base Year – Effective Date of Award (EDOA) thru 12 months; Option Year 1 – 13 months from EDOA thru 24 months; Option Year 2 – 25 months from EDOA thru 36 months; Option Year 3 – 37 months from EDOA thru 48 months; Option Year 4 – 49 months from EDOA thru 60 months.
The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 15 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCI Bennettsville.

Ordering Official: Task orders may be issued only by the Contract Specialist or a warranted procurement official from the Contract Administration Office at FCI Bennettsville. Orders may be issued orally, faxed, electronically, or via mail.
Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution.

The program manager at FCI Bennettsville is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed:
1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage)

By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.

Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for adult education records. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or designee for proper disposition.

Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance.
Pricing Methodology- The contract rate for service will be on a per session basis, where a session is defined as one hour in duration. Pricing shall be inclusive of all charges (i.e., wages, insurance, overhead, profit, etc.). Please note that there will be minimal processing time required to enter the institution that should be reflected in the price quoted.
SOLICITATION PROVISIONS:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more 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. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov/far.
52.209-5, Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Deliquent Tax Liability (Deviation 2014-01) (NOV 2013)
(a) In accordance with sections 536 and 537 of the Commerce, Justice, Science, and Related Agencies Appropriations Act, 2014 (Title II, Division B, Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation –
(1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction , unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or
(2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) The offeror represents that, as of the date of this offer –
(1) the offeror is [ ] is not [ ] a corporation convicted of a felony criminal violation under any
Federal or State law within the preceding 24 months; and,
(2) the offeror is [ ] is not [ ] a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision)
52.209-7, Information Regarding Responsibility Matters (FEB 2012) (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.
52.212-1 Instructions to Offerors – Commercial Items (JUL 2013) tailored to delete paragraphs at d, h, and i, as they have been determined to be non-applicable to this solicitation. Paragraph c has been changed to 60 days. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to “Offer” and “Offeror” are changed to “Quote” and “Quoter” respectively.
52.212-3 Offeror Representations and Certifications – Commercial Items (NOV 2013)
52.217-5 Evaluation of Options (JUL 1990)
52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534
52.237-1 Site Visit (APR 1984)
52.252-5, Authorized Deviations in Provisions (AUG 1984) (b) Justice Acquisition Regulation; chapter 28.
Protests Filed Directly with the Department of Justice (JAR 2852.233-70)
Faith-Based and Community- Based Organizations (AUG 2005) – can submit quotations equally with other organizations for contracts for which they are eligible.

Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 – Acquisition of Commercial Items and Part 13 – Simplified Acquisition Procedures. In addition to price, quoters must demonstrate technical capability and successful past performance history. Pursuant to FAR 12.602(c), an award decision will be made to the responsible contractor whose quote is most advantageous to the Government based on price, technical capability, and past performance.

Pursuant to FAR 17.203(b), the Government’s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal.
Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award.

Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.

SUBMISSION OF QUOTATIONS:
On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.

(1) Contractor’s DUNS Number
(2) Quoted price per hour for an estimated maximum requirement of 1440 hours (2 cycles per year at 720 hours) Example format: Base Year – Estimated 1440 hours x $ ________ per hour $ ________. Responses must include a price quote per hour for the Base Year, Option 1, Option 2, Option 3, and Option 4.
(3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (if different from entry made to the System for Award Management record at http://www.sam.gov.) Offeror’s Representations and Certifications should include NAICS code 611210 Junior Colleges.
(4) Quotes must provide the fill in information found in solicitation provisions 52.209-5 and 52.209-7.
(5) Quotes must demonstrate the contractor’s technical capability to provide the required services with a description of how the contractor plans to meet the requirements of the solicitation in accordance with the Statement of Work. This statement should include the number of instruction hours provided to each student in the contractor’s accredited curriculum.
(6) A completed copy of the Business Questionnaire – Attachment II.
(7) Quotes must provide documentary evidence of accreditation.

Quote Submission Information:
Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00 pm local time on Friday, August 13, 2014.
Written quotes will be accepted by mail, hand-carried delivery, or email. However, emailed quotes are encouraged. Emailed quotes must be sent to cdailey@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP03171400005. Quotes must include all required information.
Mailed or Hand-carried quotes must be delivered to the attention of Charles Dailey, Contract Specialist at the address listed above. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base.
Questions regarding this requirement may be directed in writing to Charles Dailey, Contract Specialist at cdailey@bop.gov. Please submit all questions no later than August 1, 2014.

Place of Performance: FCI Bennettsville 696 Muckerman Road Bennettsville, SC 31703 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03171400005/listing.html
OutreachSystems Article Number: 140719/PROCURE/0110 Matching Key Words: documentar*;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–ADMINISTRATIVE SUPPORT SERVICES W9124D-14-SS-0002BJM 072514 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox The Mission Installation Contracting Command Center – Fort Knox is conducting market research for Administrative Support Services for the U.S. Army Recruiting Command. The market search is to determine the capabilities of all businesses (large and small) interested in the opportunity described below. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought announcement. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this notice. The applicable NAICS code is 561110 and the size standard is $7,500,000.

This requirement is for an administrative support services within various recruiting offices within CONUS and limited OCONUS locations. The administrative support services required includes, but is not limited to the following administrative functions that may be required of the individuals at each site: operation of standard office equipment (e.g., copiers, facsimile machines, word processors, microcomputers, printers, modems, computer terminals); processing of electronic mail (send, receive, file, achieve, download, save and open of documents/attachments); utilize Microsoft Office Suite programs and internet search browsers; maintain file system; screen, initiate and receive telephone calls; knowledgeable with U.S. Army regulations; ability to communicate (written and verbal) in English; initiate and maintain reports; visitor control; and provide support to one or more recruiters.

Your response shall be no more than 5 pages in length and include the following:

1. Business Information
a. Company name and address
b. D&B Duns Number
c. Socio-economic classification of company (i.e., small business, 8(a), woman owned, service disabled veteran owned, HUBZone, large business, etc.)
d. Size (gross revenue, number of employees in company)
e. Number of years in existence
f. Company point of contact – name, phone, email address

2. Vendor’s Capabilities
Descriptions of the vendor’s capabilities to provide the administrative support services consistent with the duties listed in this announcement.

Responses to this announcement are due at 10:00 AM, Fort Knox local time, on Friday, 25 July 2014, must be in writing, and shall be sent electronically to Barbara Mattingly at Barbara.j.mattingly2.civ@mail.mil. Responses shall also include the Sources Sought number and title in the subject line of the email.

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/36578ca005fbfc4437f3187be2a93fe4
OutreachSystems Article Number: 140718/PROCURE/0720 Matching Key Words: age:state!ky; state!ky;

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–ADMINISTRATIVE SUPPORT SERVICES W9124D-14-SS-0002BJM 072514 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox The Mission Installation Contracting Command Center – Fort Knox is conducting market research for Administrative Support Services for the U.S. Army Recruiting Command. The market search is to determine the capabilities of all businesses (large and small) interested in the opportunity described below.Department of the Army THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought announcement. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this notice. The applicable NAICS code is 561110 and the size standard is $7,500,000.

This requirement is for an administrative support services within various recruiting offices within CONUS and limited to OCONUS locations of Alaska, Germany, and Puerto, Rico. The administrative support services required includes, but is not limited to the following administrative functions that may be required of the individuals at each site: operation of standard office equipment (e.g., copiers, facsimile machines, word processors, microcomputers, printers, modems, computer terminals); processing of electronic mail (send, receive, file, achieve, download, save and open of documents/attachments); utilize Microsoft Office Suite programs and internet search browsers; maintain file system; screen, initiate and receive telephone calls; knowledgeable with U.S. Army regulations; ability to communicate (written and verbal) in English; initiate and maintain reports; visitor control; and provide support to one or more recruiters.

Your response shall be no more than 5 pages in length and include the following:

1. Business Information
a. Company name and address
b. D&B Duns Number
c. Socio-economic classification of company (i.e., small business, 8(a), woman owned, service disabled veteran owned, HUBZone, large business, etc.)
d. Size (gross revenue, number of employees in company)
e. Number of years in existence
f. Company point of contact – name, phone, email address

2. Vendor’s Capabilities
Descriptions of the vendor’s capabilities to provide the administrative support services consistent with the duties listed in this announcement.

Responses to this announcement are due at 10:00 AM, Fort Knox local time, on Friday, 25 July 2014, must be in writing, and shall be sent electronically to Barbara Mattingly at Barbara.j.mattingly2.civ@mail.mil. Responses shall also include the Sources Sought number and title in the subject line of the email.

NO PHONE CALLS WILL BE ACCEPTED.

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/4d00b1fbf3cbba93d1074b06814b0597
OutreachSystems Article Number: 140718/PROCURE/0826 Matching Key Words: age:state!ky; state!ky;

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Studio Videographer (Studio 54-VOA Broadcast Operations) BBG50-R-14-0052 072514 Patrice Abner, Phone 000-000-0000, Email pabner@bbg.gov – Herman Shaw, Phone 000-000-0000, Email hshaw@bbg.gov ;
p;
i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

 

(ii) Solicitation No. BBG50-R-14-0052 is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-073, dated May 29, 2014.

(iv) This is a one hundred percent (100%) total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.5.

(v) The contractor shall provide a Firm Fixed Price proposal for a base period of three (3) months and three (3) option periods of three (3) months each. The government has the option of issuing a one year purchase order award with no option periods per the need of the government. Multiple awards will be considered for this requirement at the discretion of the Government.

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

(vii) The Government anticipates making multiple award under this Solicitation on/or about on August 1 and no later than August 31, 2014. The Base Period of award will be three (3) months and the subsequent Option Periods, if exercised, will follow sequentially for a total contract duration not to exceed twelve (12) months. The government has the option of issuing a one year purchase order award with no option periods per the need of the government. The Contractor shall submit a monthly invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act.

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

Offeror’s minimum qualifications shall include but not be limited to:
1) Offeror’s Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training necessary to provide the required services under this solicitation.

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

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

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

 

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

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

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

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

III. AVAILABILITY OF FUNDS

Funds are not presently available for performance under this contract beyond the Base Period. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the Base Period, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause)

 

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

Summary of Proposal Items Required:

List Solicitation number on each proposal item:

•· – Resume

•· – Narrative (detailing how the offeror would meet the Technical Requirements and Expertise objectives listed on the Statement of Work)

•· – Price Proposal (Attachment A Sheet)

•· – Past Performance (Attachment B sheet)

•· – SAM registration information in (x)

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

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

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

 

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

 

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

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

(xv) Proposals shall be in writing and must be signed by an official authorized to bind the organization and/ or the individual offeror. Proposals will be accepted via courier, e-mail or hand-delivery. Oral and faxed proposals will not be accepted .

Questions:

Please note that questions must be submitted in writing to Patrice Abner by email (pabner@bbg.gov) and received before the deadline of 2:00 p.m., Eastern Daylight Time on July 22, 2014. No questions via phone will be accepted.

Submission of Proposals:
ALL proposal submissions must include the solicitation number. E-mail submissions must include the solicitation number in the subject line of the e-mail submission.
Technical Proposals shall be submitted as an original and three (3) copies and Price Proposals shall be submitted as an original and one (1) copy ( if submitting via e-mail , only one copy of each is required) . All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 on July 25, 2014 at 4:00PM, Eastern Daylight Time.

(xvi) Contact: Patrice Abner, Contracting Officer, email: pabner@bbg.gov.

 

Set-Aside: Total Small Business Place of Performance: 330 Independence Avenue SW Room 4448 Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0052/listing.html
OutreachSystems Article Number: 140717/PROCURE/0106 Matching Key Words: naics!711510;

Department of Justice, Offices/Boards/Divisions, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400 Washington DC 20530
R — GRAND JURY AND DEPOSITIONS COURT REPORTING DJJ-RFP-EOA02-14-0111 081514 Nicole Green, Phone 2022525411, Email nicole.green@usdoj.gov U.S. Attorney’s Office600px-US-DeptOfJustice-Seal.svg Kentucky (Louisville, Bowling Green, and Paducah)
Grand Jury and Depositions Court Reporting
Set-Aside: Total Small Business Place of Performance: 717 West Broadway Louisville, KY 40202 US URL: https://www.fbo.gov/spg/DOJ/JMD/EOUSA-FMSS/DJJ-RFP-EOA02-14-0111/listing.html
OutreachSystems Article Number: 140717/PROCURE/0112 Matching Key Words: state!ky;

Department_of_Veterans_Affairs_LogoDepartment of Veterans Affairs, Bronx VAMC (NAL), Department of Veterans Affairs, Department of Veterans Affairs;James J. Peters VA Medical Center; Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
T–Video Editing System Equipment VA24314I1323 072214 Andres Cepeda Contract Specialist Contract Specialist Synopsis:
Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 3 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing “Video Editing System” ” for the New Jersey Healthcare System (NJHCS), East Orange Campus.
The digital editor must be a stand-alone video editing system which can be used from beginner to professional users to start video production and include as standard the following:
” Fast multi-core processor with cooling system for quiet operation
” Large memory for managing large scene-collection
” High hard drive capacity for up to 30 projects
” Processing of many video formats from analog and DV to HDV and AVCHD footage
” Provide Full screen Full HD presentation of material during processing (cutting, trimming, play) to always ensure the best possible image control
” High quality audio output via HDMI cable or digital optical S / PDIF connector
” Flexible output formats in standard SD and HD
” Standard 2x Blu-Ray burner for high production speed or 1:1 DVD / BD copies
” High-resolution 4.3″ color TFT display for status display, calculation progress
” HD backup software for backup to external USB hard disks to secure all 30 projects 1:1
” The rendering device must provide very fast and high quality conversions of SD and HD projects into H.264.ts formats that can be played on PCs, Macs and many media players.
” The complete software bundle must include necessary editing software, HD backup, media manager, 3D Shapes, Fonts & FX 1-4, presentation options, photo transfer and PowerKey w/keyboard.
The North American Industry Classification Systems (NAICS) is 334310. Responses to this notice must be submitting in writing (email or fax) and must be received not later than July 15, 2014 at 5:00 PM. Email: andres.cepeda@va.gov and Fax: 718-741-4722. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. Interested parties who do not submit the above information on or before the response due date and time will not be considered for this procurement.
The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 334310. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
Place of Performance: VA New Jersey Healthcare System;East Orange VAMC;385 Tremont Ave;East Orange, NJ 07018 USA URL: https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314I1323/listing.html
OutreachSystems Article Number: 140717/PROCURE/0663 Matching Key Words: video*; edit*; produc*; website; business*; production?;

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON),Broadcasting Board of Governors 330 C Street, SW, Room 4300 Washington DC 20237
R — Kurdish Broadcast/Combination Services BBG50-Q-14-0077 072414 LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov – J.R. HILL, Contracting Officer, Phone 202–382-7846, Fax 202-382-7877, Email chill@bbg.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award a Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.
The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Combination Services as described in further detail below for the South and Central Asia Division (Kurdish Services) in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

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

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

Period of Performance:
One year from award

Contract Type:
Firm- Fixed Price

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

*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

Applicable Provisions: See Attachment

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 hourly rate. The rate will be negotiated with the BBG. Base your proposed hourly rate on the Statement of Work (SOW). Indicate the SOW in your proposal.

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

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

4. References (three)

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

To ensure consideration for the intended position, please reference the solicitation number on your proposal. Also, indicate the Statement of Work (SOW) you are applying for in your proposal. The SOW’s are named as the following:

Statement of Work Kurdish 40hrs
Statement of Work Kurdish 24hrs
Statement of Work Kurdish 16hrs

Proposal must be submitted electronically to lkwashin@bbg.gov. The due date is July 24, 2014 at 9:00 am EST. All proposals as well as inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Deadline to submit questions: July 18, 2014

Contracting Office Address:
Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

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

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

Factor *1 – Technical ability to include work experience, education abd specialized training.

Factor #2 – Price

Basis for Award
The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.
The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.

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

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors Voice of America 330 Independence Ave. SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0077/listing.html
OutreachSystems Article Number: 140716/PROCURE/0084 Matching Key Words: naics!711510;

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Turkish Broadcasting Services BBG50-Q-14-0078 072414 LaKeisha S. Washington, Contracting Officer, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov – J.R. HILL, Contracting Officer, Phone 202.382.7846, Fax 202-382-7877, Email chill@bbg.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award a Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Combination Services as described in further detail below for the South and Central Asia Division (Turkish Service) in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

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

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

Period of Performance:
One year from award

Contract Type:
Firm- Fixed Price

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

Applicable Provisions:
See Attachment

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 hourly rate. The rate will be negotiated with the BBG. Base your proposed hourly rate on the Statement of Work (SOW). Indicate the SOW in your proposal.

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

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

4. References (three)

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

To ensure consideration for the intended position, please reference the solicitation number on your proposal. Also, indicate the Statement of Work (SOW) you are applying for in your proposal. The SOW’s are named as the following:

Turkish Service SOW Multimedia/Line-Producer & Broadcaster
Turkish Service SOW Cameraman, Producer, Video Editor
Turkish Service SOW Video Editor

Proposal must be submitted electronically to lkwashin@bbg.gov. The due date is July 24, 2014 at 9:00 am EST. All proposals as well as inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Deadline to submit questions: July 18, 2014

Contracting Office Address:
Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

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

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

Factor *1 – Technical ability to include work experience, education abd specialized training.

Factor #2 – Price

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

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

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

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors Voice of America 330 Independence Avenue Washington, DC US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0078/listing.html
OutreachSystems Article Number: 140716/PROCURE/0085 Matching Key Words: video*; edit*; produc*; train*; you; education*; business*; produce?; commercial?; naics!711510;

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 199 6th AVE, Fort Knox, KY 40121
69–TRAINING AID PROPS 0010515361 080414 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; ThisDepartment of the Army 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 0010515361 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 333249 with a small business size standard of 0.00 employees.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 2014-08-04 11:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be FORT KNOX, KY 40121 Set-Aside: Total Small Business Place of Performance: FORT KNOX, KY 40121 40121 US URL: https://www.fbo.gov/notices/5559ab1e31bdb7790b3543e7bc3ab8fd
OutreachSystems Article Number: 140716/PROCURE/0508 Matching Key Words: age:state!ky; state!ky;

FedBizOpps – Surplus

Department of the ArmyDepartment of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale Of Post Consumer Pallets QRP15-0001 072514 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of post-consumer pallets. The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.

The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121

Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672

Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0001/listing.html
OutreachSystems Article Number: 140719/SURPLUS/0876 Matching Key Words: state!ky;

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Scrap Clean Aluminum (Bleacher Seats) QRP15-0002 072514 Bridgette Caico,Department of the Army Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Scrap Clean Aluminum (Bleacher Seats). The duration of this is a 1 time load.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.

The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121

Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672

Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0002/listing.html
OutreachSystems Article Number: 140719/SURPLUS/0877 Matching Key Words: state!ky;

FedBizOpps – Awards

360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management 16825 South Seton Avenue Emmitsburg MD 21727
U — Sesame Workshop E460060Y Rashurn Harrison, Contract Specialist, Phone 3014471136, Email rashurn.harrison@fema.dhs.gov HSFE20-13-P-0275 $234,240.00 093013 Sesame Workplace
URL: https://www.fbo.gov/spg/DHS/FEMA/NETC/E460060Y/listing.html
OutreachSystems Article Number: 140716/AWARDS/0984 Matching Key Words: naics!512110;

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
T – IFTA and KIT Decals RFB : 1500000030 Transportation – O SOL IFTA and KIT Decals RFB : 1500000030 Transportation – Office Of The Secretary Laura Hagan Published On : 7/16/14 Amended On : Closing On : 7/31/14 10:00 AM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140718/BID/0001 Matching Key Words: age:state!ky; state!ky;

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – Interactive Patient Care (IPC) SystemQuestions & Answers SOL UK-1394-15 Interactive Patient Care (IPC) SystemQuestions & Answers Due Date: 7-25-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140718/BID/0287 Matching Key Words: age:state!ky; state!ky;

Oklahoma – Oklahoma University http://www.ou.edu/purchasing/solicitations/solicitations.html University of Oklahoma Department of Purchasing 2750 Venture Drive Norman, OK 73069-8279 Phone: (405)325-2811
U – Prime Supplier for Video-Based Skills Training Solution SOL R-15122-15 Prime Supplier for Video-Based Skills Training Solution Due Date: August 7, 2014 at 2:00 P.M. CT Contact: Craig Siscoemail: craig-sisco@ouhsc.edu For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140718/BID/0511 Matching Key Words: video*; train*;

University of Iowa eBids http://www.uiowa.edu/purchasing/vendor/ebid.htm 202 Plaza Centre One; Iowa City, IA 52242; 319-335-0115
R – Film Documentary for 2008 Flood Affects to University of Iowa Ha SOL 15315F Addendum 1 Film Documentary for 2008 Flood Affects to University of Iowa Hancher Auditorium, Voxman School of Music and Clapp Recital Hall Due Date: 7/25/2014 3:00:00 PM Central For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140717/BID/0184 Matching Key Words: documentar*;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

 

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

Trackbacks/Pingbacks

  1. BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES | beenetworknews - August 2, 2014

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

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: