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 Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301 Room B130 Gaithersburg MD 20899-1410

R — Technical writer/editor – Smart Grid and Cyber-Physical Systems SB1341-14-RQ-0553 082614 Divya Soni, Phone 3019756394, Email divya.soni@nist.gov The National Institute of Standards and Technology (NIST) has a requirement for a technical writer/editor to be used in600px-US-DeptOfCommerce-Seal.svg the Smart Grid and Cyber-Physical Systems Program Office at NIST, Gaithersburg, MD.
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION
FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PART 13.

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76

The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $15 million.

This acquisition is 100% set-aside for small business.

See attached solicitation.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0553/listing.html

OutreachSystems Article Number: 140813/PROCURE/0137 Matching Key Words: writ*; technical; standard;

600px-US-DeptOfHUD-Seal.svgDepartment of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756 Kansas City MO 64106

R — EVALUATE EFFECTIVENESS OF MARINE OUTREACH AND EDUCATION WC-133F-14-RQ-0909SLW 082214 Sharon L. Walker, Phone (816)426-7470, Fax 757-664-3845, Email sharon.walker@noaa.gov The U.S. Department of Commerce (USDOC), National Oceanic and Atmospheric and Administration (NOAA’s) National Marine Fisheries intends to award a purchase order for develop and implement an evaluation tool as a mechanism to assess the effectiveness of the annual Marine Outreach and Education Virgin Island Style (MOES-VI) Improving Fishing Community Awareness and compliance Project (IFCACP fisher registration workshops. MOES-VI aims to increase community awareness and compliance with fishery regulations while fostering effective dialog concerning sustainable use of Territorial fishery resources and marine resource management in general. IFCACP is a collaboration between NOAA’s Coral Reef Conservation Program (CRCP), NOAA’s National Marine Fisheries Service (NMFS or NOAA Fisheries Service), U.S. Virgin Islands (USVI) Department of Planning and Natural Resources (DPNR), and the Caribbean Fisheries Management Council (CFMC) aimed at building fishing community awareness of the fisheries management process and the roles of management agencies, and compliance with the most recent fisheries rules and regulations. The fisher registration workshops occur annually in St. Croix, USVI, during the second week of July and in St. Thomas, USVI, during the third week of July; the workshops are offered over a three-day period and fishers make an appointment to register for a specific time slot to attend a workshop. The selected contractor will have proven experience in environmental workshop planning, coordination and implementation (preferably in USVI); possess the skills, equipment and software (e.g. IBM SPSS, Microsoft Office [specifically Access and Excel], and/or Survey Monkey, etc.) to collect, analyze, and interpret evaluation data, as well as the technical writing skills to synthesize workshop outcomes and evaluation data in a final report. Bilingual skills (English/Spanish) are preferred but not required. The contractor is responsible for making all travel arrangements associated with project planning and coordination and implementation, as necessary.

This is a 100 small business set-aside. The NAICS code for this action is 541990. Size standard not to exceed $15M. This support service is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures and Part 12 Commercial Items. The Eastern Region Acquisition Division (ERAD) requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in please access the following website: http://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The Government now requires all contractors submit their Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Interested parties can provide a quote using the attached solicitation by the closing date, Attn: Sharon Walker by fax (757-664-3845) or via email, referencing the RFQ No. by the closing date on the solicitation.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NOAA/CASC/WC-133F-14-RQ-0909SLW/listing.html

OutreachSystems Article Number: 140813/PROCURE/0142 Matching Key Words: writ*; technical; standard;

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA

T-Technical writer/editor for Ethical Leadership at U.S. Naval Academy N0018914T0349 082514 Candace Reid 757-443-1347 Candace Reid 757-443-1347 757-443-1424 (Fax) candace.reid@navy.mil The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA, 23511-3392 intends to negotiate a 100% Small Business Set-Aside, Firm-Fixed Price contract that will utilize procedures under FAR Part 13. The Contractor shall provide Technical writing/editing support for Ethical Leadership for the U.S. Naval Academy. The NAICS code applicable to this procurement is 711510 with a size standard is $7.0M.
The period of performance for the resulting contract will be for 01 October 2014 through 30 September 2015 to include a base year with a two, one year option periods along with FAR Clause600px-US-DeptOfNavy-Seal.svg 52.217-8 “Option to Extend Services.” All options will be evaluated in accordance with FAR 17.206(a).

The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. The RFQ will be available on or around 14 August 2014. When the Request for Quote (RFQ) is issued, it may be downloaded by accessing http://www.neco.navy.mil. This office no longer issues hardcopy solicitations.
By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.
Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.sam.gov.
Do not use the “Submit Bid” button on NECO to submit your quote. Please direct all questions regarding this requirement via e-mail to Candace Reid at candace.reid@navy.mil.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018914T0349/listing.html

OutreachSystems Article Number: 140813/PROCURE/0161 Matching Key Words: naics!711510; writ*; technical; standard;

Department of Veterans Affairs, VA Rocky Mountain Consolidated Contracting Center, Department of Veterans Affairs, Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246

Department_of_Veterans_Affairs_LogoU–Lean Six Sigma & Business Intelligence VA25914Q0664 082014 Cynthia Reese Contract Specialist cynthia.reese@va.gov cynthia.dixon2@va.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is VA259-14-Q-0664 and is hereby issued as a Request for Quote (RFQ).
The SAO West, Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the VA Medical Center and Ambulatory Care Clinic, 3687 Veterans Drive, Fort Harrison, MT 59636 has a requirement for the following services: Business Intelligence and Lean Six Sigma Training Services as per the attached Performance Work Statement.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective January 30, 2014. The North American Industry Classification System (NAICS) code is 611430 – Professional and Management Development Training and the Small Business Size Standard is $11.0 million. This procurement will be a 100% Small Business Set-Aside. The Government intends to issue a firm fixed price contract to the responsible Offeror whose quote is technically acceptable and conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from seeking clarifications if it is in the best interest of the Government. All interested parties must bid on all CLINS.
The closing date for receipt of proposals is August 20, 2014 at 3:00 PM Mountain Standard Time. Quotes from all qualified, capable and responsible sources will be considered. Questions shall be submitted in writing via email no later than August 15, 2014 at 2:00 PM Mountain Standard Time to Cynthia Reese, Cynthia.reese@va.gov. Vendors offering a response to this notice should ensure registration in the System for Acquisition Management (SAM) http://www.sam.gov prior to submission of offers for consideration.
?
Provide a price quote for the following CLIN and total price (fill in the blanks).
PRICING FOR:
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1 Six Sigma Training as follows: (3 students) Lean Six Sigma Green Belt Training AND Lean Six Sigma Healthcare Training (2 students)Masters Certificate in Lean Six Sigma Health Care Training 1.00 EA __________________ __________________
2 (7 students) Essentials of Business Intelligence- Healthcare 1.00 EA __________________ __________________
3 (7 students) Essentials of Project Management – Healthcare (8 week course) 1.00 EA __________________ __________________
GRAND TOTAL __________________
ITEM NUMBER QUANTITY DELIVERY DATE
1 SHIP TO: VA Medical Center and Ambulatory Carec Clinic
3687 Veterans Drive
Fort Harrison ,MT 59636 1.00 10-01-2014 – 09-30-2015
MARK FOR:
Christopher Smith
christopher.smith19dc01@va.gov
406-447-7310
2 1.00 10-01-2014 – 09-30-2015
3 1.00 10-01-2014 – 09-30-2015

PERFORMANCE WORK STATEMENT
VA Montana Health Care System
Business
Intelligence and Lean Six Sigma Training Services
1. INTRODUCTION
The VA Montana Health Care System (VAMTHCS), VA Rocky Mountain Healthcare Network, is within the largest Veteran’s Integrated Service Network in terms of geographic area in the 48 contiguous states. Montana’s population density is considered rural and frontier. The State of Montana has one of the largest percentages of population who have served in the military. VA Montana Health Care System seeks to continually improve health care services to our Veterans.
2. BACKGROUND
VA Montana Healthcare System is being challenged as never before with the growing demands of its diverse veteran community spread over the large, rural State of Montana, the constant pursuit of ever-higher quality of care and patient satisfaction, and increasing budget pressures. Key components of VAMTHCS strategic goals were determined by a 50-person leadership strategic planning group. Our strategic priorities are focused on continuously improving our organization and creating a Veteran-centered culture of satisfaction and pride for our Veterans and employees. One of the initiatives involves starting a Business Intelligence Department to provide facility direction based on accurate, thorough data gathering and analysis. At VAMTHCS, we are dedicated toward a common goal–to honor America’s Veterans by providing exceptional health care that improves their health and well-being. This solicitation is for services to support the strategy, governance, program management, delivery, training and mentoring of VAMTHCS transformational journey.
3. GENERAL INFORMATION
3.1 Contract Period of Performance
The period of performance for the base period is one year, starting October 1, 2014 to September 30, 2015.
3.2 Place of Performance
This work can be performed anywhere there is a computer, and will primarily be done on VA Montana Health Care System computers. This work does not include any travel.
3.3 Hours of Contractor Operations (Government Provided Work Site)
Contractor personnel will be working off site providing telephone/online training, support, and assistance and will not be present at VAMTHCS. The online course description describes the specific course day and hour requirements, including the support provided. This training does not have a face-to-face requirement and no VA paid travel will be authorized. VA student work will be performed at irregular hours because this is a distance learning online program.
3.4 GOVERNMENT FURNISHED INFORMATION, EQUIPMENT, AND FACILITIES
The Government will furnish government-site office space for all VA employees enrolled in these courses, equipped with telephone, computer hardware, and basic office automation software as required to complete the training.
4. SCOPE OF WORK
The services within the scope of this requirement are task areas, as defined in Section 5. Non-project-related information technology development and administrative or clerical tasks are outside the scope of this requirement.
5. SERVICE REQUIREMENTS
5.1. General Requirements
In order to provide the quality of training needed to meet the need, the academic institution must provide online training with instructor support for Lean Six Sigma-Healthcare course(s) and provide a certificate. Instructor support must be provided. Completion of the course will result in nationally approved certification for Essentials of Business Intelligence-Healthcare, and Essentials of Project Management-Healthcare Certification. The courses must include a specialization in healthcare. Contractor requirements include:
5.1 Comprehensive training through an institution of higher learning that has a proven positive record of experience in providing online distance academic education for business applications.
5.2 Each individual class will last at least eight (8) weeks. Advanced courses will last at least sixteen (16) weeks of online training contact time.
5.3 Versatile scheduling options (class start dates) will be provided.
5.4 Classes will be online, distance learning and be led by an instructor.
5.5 Class supplements such as video DVDs of training sessions will be provided for review in conjunction with instructor lead online classes.
5.6 Each class will have a healthcare-specific emphasis.
5.7 Online testing and certification will be available without required travel for instructor(s) or participants.
5.8 All classes will offer American Council on Education (ACE) credit, Professional Development Units (PDU) credit, and Continuing Education Unit (CEU) credit.
5.9 Different levels of Six Sigma training will be provided to include at a minimum:
5.9.1 Six Sigma Green Belt in Healthcare training certification
5.9.2 Lean Six Sigma in Healthcare Training certification
5.9.3 Lean Six Sigma Black Belt Training, resulting in a “Master Certificate” when all three Six Sigma classes are completed
5.10 Business Intelligence in Healthcare training with certification
5.11 Project Management in Healthcare training with certification
5.2. Task Areas and Services
5.2.1. Training Courses to be provided utilizing distance learning through online training with instructor support include:
5.2.1.1 Six Sigma Green Belt – Health care (certificate program) (5 VMTHCS employees)
5.2.1.2 Lean Six Sigma – Healthcare (5 VAMTHCS employees)
5.2.1.3 Lean Six Sigma Black Belt – Healthcare with “Masters Certificate” for completing all three Six Sigma courses (2 employees)
5.2.1.4 Essentials of Business Intelligence – Healthcare (8 VMTHCS employees)
5.2.1.5 Essentials of Project Management – Healthcare (8 VAMTHCS employees)
6. MANDATORY TASKS AND DELIVERABLES
The contractor shall perform the tasks and provide the specific deliverables described below at the specified place of performance stated in 3.2.
6.1. Management of the Delivery Order

The contractor shall provide these standardized courses to individual VAMTHCS employees. Registration and payment will be made for each individual employee through standard VMATHCS Learning Service and Fiscal Procedures. The progress and completion of the courses will be tracked by VAMTHCS Learning Service, adhering to VA and VHA directives and regulations.
6.2. Training Status Report
The contractor shall provide Certificate of Certification to the individual employee as they complete the course. VAMTHCS Learning Service will track certificates; assuring one course is completed before the next is started.
VAMTHCS Learning Service will report quarterly to the VAMTHCS Workforce Development Committee:
6.2.1 Significant issues (e.g., delays, project budget overruns), suggested resolutions, and implementation status;
6.2.2 Costs during the reporting period;
6.2.3 Activities completed during the reporting period;
6.2.4 Activities planned for the next reporting period;
6.2.5 Spreadsheet of over-all employees, courses and progress.
7. DELIVERABLES
The Contractor shall provide all deliverables in Microsoft Office compatible formats. All deliverables must be compliant with Section 5019 of the Rehabilitation Act of 1973, 1991 Amendments according to the particular requirements for each such deliverable.
8. KEY SERVICES
All courses included in this contract will be provided by the contractor during the time frame described in 3.1. If courses are deleted from availability during this time, the contractor shall provide an alternate course that meets requirements listed above. Any changes must be provided to the Contracting Officer Representative before the substitution occurs and must be approved by the COR before initiating. The COR will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing.
?
9. PERFORMANCE MEASURES
This Training Initiative is performance based. Contractor performance under this program will be assessed annually, using the following performance metrics:
1. Timeliness: Courses will be provided as described 100% of the time.
2. Quality of service: VAMTHCS employee students will be provided regular feedback regarding coursework. If not passing the course, VAMTHCS employee student will receive assistance as stated in the course description. VAMTHCS employee students will receive Certificates of Certification within 1 month of completion of the specific course.
Performance Requirements Summary (PRS)
Desired
Outcome Performance
Standard Monitoring
Method Incentives/Disincentives
for Meeting or not Meeting the Performance Standards
Conforming Services The services shall meet the performance requirements as outlined above 100% inspection Past performance evaluation.
The Contractor shall be given an opportunity to correct non-conforming services at no cost to the government if the services are non-conforming or the contract requirement is unacceptable.
The vendor typically requires payment at time of registration rather than at the end of the class. Learning Service will track individual employee completion of training.
All Deliverables All courses will be delivered as described in the course description, based on the designated employee-student registration process. 100% inspection
The COR will record the receipt date of all deliverables.
Past performance evaluation.
These academic institution courses will be paid before each course starts. Completion for each individual employee will be documented.
52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2014)
(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights-
(1) Within a reasonable time after the defect was discovered or should have been discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Government wide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.
(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.
(d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.
(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.
(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.
(g) Invoice.
(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include-
(i) Name and address of the Contractor;
(ii) Invoice date and number;
(iii) Contract number, contract line item number and, if applicable, the order number;
(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;
(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;
(vi) Terms of any discount for prompt payment offered;
(vii) Name and address of official to whom payment is to be sent;
(viii) Name, title, and phone number of person to notify in event of defective invoice; and
(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.
(x) Electronic funds transfer (EFT) banking information.
(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.
(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management), or applicable agency procedures.
(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.
(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.
(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.
(i) Payment.-
(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.
(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.
(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.
(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.
(5) Over payments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall-
(i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the-
(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);
(B) Affected contract number and delivery order number, if applicable;
(C) Affected contract line item or subline item, if applicable; and
(D) Contractor point of contact.
(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.
(6) Interest.
(i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.
(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.
(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if-
(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days;
(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or
(C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).
(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.
(v) Amounts shall be due at the earliest of the following dates:
(A) The date fixed under this contract.
(B) The date of the first written demand for payment, including any demand for payment resulting from a default termination.
(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on-
(A) The date on which the designated office receives payment from the Contractor;
(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or
(C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.
(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.
(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:
(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or
(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.
(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.
(l) Termination for the Government’s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.
(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.
(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.
(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.
(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.
(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.
(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistle blower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity.
(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order:
(1) The schedule of supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause;
(3) The clause at 52.212-5.
(4) Addenda to this solicitation or contract, including any license agreements for computer software.
(5) Solicitation provisions if this is a solicitation.
(6) Other paragraphs of this clause.
(7) The Standard Form 1449.
(8) Other documents, exhibits, and attachments
(9) The specification.
(t) System for Award Management (SAM).
(1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(2)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’s written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.
(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor’s SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.
(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov.
(u) Unauthorized Obligations.
(1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern:
(i) Any such clause is unenforceable against the Government.
(ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an “I agree” click box or other comparable mechanism (e.g., “click-wrap” or “browse-wrap” agreements), execution does not bind the Government or any Government authorized end user to such clause.
(iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement.
(2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.
(End of Clause)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract:
(End of Addendum to 52.212-4)
852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of . Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100 470 East L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
(i) ASSIST (https://assist.dla.mil/online/start/);
(ii) Quick Search (http://quicksearch.dla.mil/);
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by?
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror’s name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
(End of Addendum to 52.212-1)
52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable (LPTA) in accordance
with the requirements specified in the Performance Work
Statement (PWS). Quotes will be acceptable or unacceptable.

Technical and past performance, when combined, are not equal. Technical is more important..
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)
(a) Any protest filed by an interested party shall:
(1) Include the name, address, fax number, and telephone number of the protester;
(2) Identify the solicitation and/or contract number;
(3) Include an original signed by the protester or the protester’s representative and at least one copy;
(4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents;
(5) Specifically request a ruling of the individual upon whom the protest is served;
(6) State the form of relief requested; and
(7) Provide all information establishing the timeliness of the protest.
(b) Failure to comply with the above may result in dismissal of the protest without further consideration.
(c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.
(End of Provision)
VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)
As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.
(End of Provision)
Place of Performance: VA Medical Center and Ambulatory Care Clinic;3687 Veterans Drive;Fort harrison, MT 59636 USA URL: https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914Q0664/listing.html

OutreachSystems Article Number: 140813/PROCURE/0175 Matching Key Words: video*; duplicat*; produc*; train*; site?; page?; education*; business*; documentation; event?; instruct*; commercial?; documentar*;

Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Bld 903, N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL

R–Contractor Support Services within the NAVFAC SE Region including but not limited to: TX, OK, KS, MO, AR, LA, TN, MS, AL, SC, GA, FL, and Guantanamo Bay, Cuba. N6945014R7579 082714 Dawn Bradshaw (904) 542-8815 This modification notice incorporates the following changes:
This is a Synopsis Notice for Contractor Support Services within the NAVFAC SE Region including but not limited to: TX, OK, KS, MO, AR, LA, TN, MS, AL, SC, GA, FL, and Guantanamo Bay, Cuba.
This acquisition is for Contractor Support Services through performance of various positions including Construction Managers, Construction Engineering Technicians, Waste Water Treatment600px-US-DeptOfNavy-Seal.svg Plant Operators, Maximo Management Analysts and Management Assistants, Cost Engineers, Material Expediters, Power Support Systems Mechanics, Forestry Technicians, Environmental Protection Specialists, Appraisers, Installation Restoration Program Manager, Environmental Technical Writers, Hazardous Waste Disposers, Environmental Protection Specialists, Environmental Protection Assistants, Environmental Managers, Administrative Officers, and Budget Coordinators, Recycling Laborers, and Geographic Information Systems Analysts and Geographic Information Systems Technicians.
These requirements are performance based.
Offerors can view and/or download the solicitation at https://www.neco.navy.mil when it becomes available. The anticipated date of Request for Proposal (RFP) issuance is on or about 12 August 2014.
The RFP will be issued as 100% Small Business set-aside in accordance with FAR Subpart 6.2, Full and Open Competition after Exclusion of Sources. The Government will only accept offers from Small Business firms.

Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/44a783b11d15f6231871ae9b3243333d

OutreachSystems Article Number: 140813/PROCURE/0878 Matching Key Words: writ*; technical;

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 — Combination of Services (9) Position BBG50-QS-14-0009 082214 Michelle S. Mathis, Contract Specialist, Phone 2023827848, Fax 2023827854, Email mimathis@bbg.gov The Broadcasting Board of Governors Urdu Service Division is seeking to fulfill (9) Position as Contractors.  This will be done as a Firm Fixed Price Blanket Purchase Agreement, Not to Exceed $150,000.00 per year, for (1yr).

Each Position will be done on a Separate BPA, therefore I will need you to respond to whichever Position you are interested in.  Some Positions will be paid on an hourly basis and some on an assignment basis.  Please look over each Statement of Work carefully.  Some Position will be in other states while some will be in Washington, D.C.

Period of Performance for the BPA is: 09/01/2014 – 08/31/2015.  There is a variety of NAIC codes:  515120 Television; 515111 Radio; etc.  For the Shooter-videographer-editor-TV line Producer we will need (3ea), all the other Positions are for 1ea.  (See SOW for more details).

This Combined Synopsis/Solicitation is issued as a Request for Proposals for interested Indeptendent Contractors.  The contractors most be register in http://www.SAM.gov system.

Contractors must submit their Price Proposal, Capability Statement/Resume w/three References.  Please provide documents by e-mail or fax, if faxing please call first.  Selected Contractor must provide: Copy of US Citizenship, work permit, poto ID and/or Visa prior to starting work.  Contractor also will have to be able to pass a Security clearance before starting to work.

Evaluation Factors:

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

Factor #2 – Price

Factor #3 – Past Performance

Proposal shall be submitted electronically to Michelle Mathis @ mimathis@bbg.gov or fax to 202-382-7854 (call first) by the closing date of: 08/22/2014 @ 5:00pm

Set-Aside: Total Small Business Place of Performance: Various Location – See SOW for details US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-QS-14-0009/listing.html

OutreachSystems Article Number: 140812/PROCURE/0113 Matching Key Words: video*; edit*; produc*; train*; you; education*; business*; produce?;

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

R — VOA Africa Investment BBG50-R-14-00759AM 082014 Alisa Martine, ContractBroadcasting Board of Governors Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov BBG50-R-14-00759AM
Broadcasting Board of Governors
VOA Africa Investment – Non-Personal Service Contractors (multiple languages)
Synopsis:

(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blank 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 make awards for these requirements as outlined below:
A. Digital Editor/Producer -French Service (Full Time – 2)
B. Multimedia Producer – French Service (Full Time – 1)
C. Multimedia Anchors/Reporters – Swahili Service (Full Time – 3)
D. Radio Producer – Swahili Service (Full Time -1)
E. Radio Producer – Hausa Service (Full Time -1)
F. Multimedia Anchor/Reporters – Hausa Service (Full Time- 3)
G. Multimedia Producer – Africa Digital Service (Full Time -1)
H. Social Media Video/ Editor – Africa Digital Service (Full Time -1)
I. Training Organizer – Hausa Service (1)
J. Trainer – Hausa Service (1)
(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Non-Personal Services with Independent Contractors for Multimedia Radio; TV-Video services; Digital Media (Web) Combination Services and Training Representatives as described in the attached Statements of Work (SOW) for the Voice of America’s Africa Division, in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated July 25, 2014.
(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 $29.5M.

(v) The period of performance of the BPA is September 1, 2014 through August 31, 2015; however, the authorized call orders are effective September 1, 2014 – October 31, 2014. Subsequent call orders are subject to the availability of funds per FAR 52.232-19. The Contractor shall submit a bi-monthly invoice electronically for services provided.
(vi) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
(vii) The Government will award a Commercial Item, Firm-Fixed-Price, Blank Purchase Agreement(s) resulting from this RFP to the responsible offeror(s)whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume/CV that includes work experience, education and specialized training along with two (2) production samples (if applicable). The Offeror must be able to demonstrate proficiency in writing and speaking the language required for the designated service and English.

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

Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and 3) A separate Price Proposal (at an hourly rate for positions A-H) and (per assignment rate for position I-J) showing a breakdown of the price that will be negotiated with the BBG. Prices for all of the listed CLIN shall be noted in English and United States dollars.

A. Digital Editor/Producer -French Service (2,080 hours)
B. Multimedia Producer – French Service (2,080 hours)
C. Multimedia Anchors/Reporters – Swahili Service (2,080 hours)
D. Radio Producer – Swahili Service (2, 080 hours)
E. Radio Producer – Hausa Service (2,080 hours)
F. Multimedia Anchor/Reporters – Hausa Service (2,080 hours)
G. Multimedia Producer – Africa Digital Service (2,080 hours)
H. Social Media Video/ Editor – Africa Digital Service (2,080 hours)
I. Training Organizer – Hausa Service (per assignment rate)
J. Trainer – Hausa Service (per assignment rate)

Proposal Submission:

Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG. Please be sure to clearly identify which position you are submitting a proposal for. You may also apply for more than one position but a proposal must be separately submitted for each position considered.

1. Technical Proposal
• (Resume/CV) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.
• Two production samples of work
• Copy of US Citizenship, work permit, photo ID and/or visa.
• References (three)
• Copy of active Registration in SAM.gov. https://www.sam.gov

2. Price Proposal
• that states the Offeror’s proposed annual Total Price based on a 2,080 hours per annum for Full Time position descriptions A-H or per assignment rate for positions I-J. This rate may be negotiated with the BBG.

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

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

(x) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)
52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond October 31, 2014. 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 October 31, 2014 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.
(xi) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.203-10 Contractor Code of Business Ethics and Conduct (Apr 2010); 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.

(xii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xiii) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
Questions must be submitted in writing and only via email to Alisa Martine at amartine@bbg.gov . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on Wednesday, August 13, 2014.

ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE BELOW to: Alisa Martine at amartine@bbg.gov . Proposals are due to Alisa Martine, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237 before 4:00 p.m. Eastern Daylight Time on Wednesday, August 20, 2014.
(xiv) Contact: Alisa Martine, Contracting Officer, email: amartine@bbg.gov . All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: Voice of America 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-00759AM/listing.html

OutreachSystems Article Number: 140811/PROCURE/0009 Matching Key Words: video*; edit*; produc*; train*; you; website; web; education*; business*; produce?; production?; instruct*; commercial?; naics!711510;

FedBizOpps – Awards

140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Mary Beth Hudson 817-850-8129 ; Drue Norman 817-850-8387 GS07F273BA $500,000 081214 541 1000,541 4B JUNGLE MEDIA, INC. 307 E 2ND ST STE 200 NEWBERG OR USA 97132-3076 No Description Provided
URL: https://www.fbo.gov/notices/cb6b16618c9c6af690ac7499a7f339da

Outreach Systems Article Number: 140813/AWARDS/1031 Matching Key Words: naics!512110;

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Mary140px-US-GeneralServicesAdministration-Logo.svg Beth Hudson 817-850-8129 ; Daniel Stafford 817-850-8278 GS07F272BA $500,000 081114 541 1000,541 4B SILVER FIR MEDIA INC. 4146 RAYMOND BROOKFIELD IL USA 60513-1822 No Description Provided
URL: https://www.fbo.gov/notices/ad9a50b53b0279536eadffc0f5979b92

Outreach Systems Article Number: 140812/AWARDS/0902 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

R – Investigate CPAs for violations of the statues & regulation RFP SOL Investigate CPAs for violations of the statues & regulation RFP : 1500000013 Board Of Accountancy Pro Services Published On : 8/11/14 Amended On : Closing On : 8/18/14 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140813/BID/0004 Matching Key Words: age:state!Ky; state!Ky;

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

R – Investigator RFP : 1500000014 Board Of Accountancy SOL Investigator RFP : 1500000014 Board Of Accountancy Pro Services Published On : 8/11/14 Amended On : Closing On : 8/18/14 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140813/BID/0005 Matching Key Words: age:state!Ky; state!Ky;

Iowa – Department of Transportation http://www.iowadot.gov/purchasing/lettingschedule.htm Iowa Department of Transportation; 800 Lincoln Way; Ames, IA 50010 Phone 515-239-1414

T – Young Driver Video Production Questions and Responses Set SOL 12663 Young Driver Video Production Questions and Responses Set 1 Due Date: 9/3/2014 Contact: Laurie Hoing For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140813/BID/0211 Matching Key Words: video*; produce*; production?;

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

R – RFP for hearing officers. Multiple contracts will be issued RFP SOL RFP for hearing officers. Multiple contracts will be issued RFP : 1500000042 CHFS – Office Of The Secretary Legal Services Published On : 8/8/14 Amended On : Closing On : 8/25/14 3:30 PM EDT For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140812/BID/0005 Matching Key Words: age:state!Ky; state!Ky;

Massachusetts Central Register http://www.sec.state.ma.us/PublicationSubscriptionPublic/Subscriber/SubsSearch.aspx For further information, contact the awarding agency listed in the article.

T – Technology FF&E equipment for the River Mills COA Center: Camera SOL 14/26 Technology FF&E equipment for the River Mills COA Center: Camera system; PA system; projectors, TV/monitors; video distribution system; audio equipment. Due Date: 8/25/14 Address: 413-594-1557 Contact: Brian Salamon For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140812/BID/0263 Matching Key Words: video*; distribution*;

PREVIOUS BUSINESS AND OPPORTUNITIES BIDS AND PURCHASES

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: