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 the Interior, National Park Service, NPS – All Offices, Nez Perce National Historical Park39063 U.S. Highway 95LapwaiID83540-6086US
R–Exhibit Design P14PS02734 111014 Philip Cuevas Provide all materials, equipment, labor, and expertise for the successful completion for exhibit planning and design for new exhibits including the planning and design of all exhibit structures, production ready graphic layouts, audiovisual elements and interactive elements for Nez Perce National Historical Park’s Visitor Center.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02734/listing.html
OutreachSystems Article Number: 141011/PROCURE/0261 Matching Key Words: audiovisual; produc*;
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 Ammunition QRP15-0010 101714 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 Scrap Ammunition Containers. The duration of this is for 1 time.
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/QRP15-0010/listing.html
OutreachSystems Article Number: 141011/PROCURE/0312 Matching Key Words: state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — COMBINATION/TELEVISION PRODUCTION SERVICES BBG39-Q-15-PERSIAN-014 102414 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: COMBINATION/ TELEVISION PRODUCTION SERVICES
VOA PERSIAN DIVISION
(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-15-PERSIAN-014 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) 2005-076 effective July 25, 2014.
(iv) This is solicitation is reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(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 six (6) months and one (1) option period of (6) months. The price proposal shall be valid for six months from date of submission. 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 contractors for Television, Internet and Multimedia services (Combination/Television Production Services) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in the Washington, DC Metropolitan and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 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 contractors 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. See attachment B (Past Performance Reference).
3. Contractors 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 offeror 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 knowleable of the global news and current affairs. Must be familiar with latest computer software (Microsoft, Windows and Final Cut Pro Editing).
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 contractor’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; 52.232-18 Availability of Funds (APR 1984); 52-232-19 Availability of Funds for the next fiscal year (APR 1984); 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 October 13, 2014. Responses to questions will be posted to FedbizOps by COB October 14, 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 October 24, 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: Broadcasting Board of Governors/Voice of America 330 Independence Ave., SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-014/listing.html
OutreachSystems Article Number: 141010/PROCURE/0054 Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — GRAPHICS ARTIST VOA PERSIAN – WASHINGTON, DC BBG39-Q-15-PERSIAN-015 102414 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: GRAPHIC ARTIST SERVICES
VOA PERSIAN DIVISION
(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-15-PERSIAN-015 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) 2005-076 effective July 25, 2014.
(iv) This is solicitation is reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(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 six (6) months and one (1) option period of (6) months. The price proposal shall be valid for six months from date of submission. 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 contractors for Television, Internet and Multimedia services (Graphics Artist Services) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in the Washington, DC Metropolitan and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 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 contractors 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. See attachment B (Past Performance Reference).
3. Contractors 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 offeror 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 have working knowledge of computer software such as After Effects, Photo Shop, Illustrator, 3D Software Maya and Cinema 4D. Must be familiar with Google Earth and Curious Maps. Must be able to edit in Final Cut Pro. Must have at (2) years of experience working with TV Broadcasting Graphics software. Must provide a demo reel or a link of previous work.
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 contractor’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; 52.232-18 Availability of Funds (APR 1984); 52-232-19 Availability of Funds for the next fiscal year (APR 1984); 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 October 13, 2014. Responses to questions will be posted to FedbizOps by COB October 14, 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,
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-015/listing.html
OutreachSystems Article Number: 141010/PROCURE/0055 Matching Key Words: naics!711510;
Department of Agriculture, Agricultural Research Service, Eastern Business Service Center,
R — Routine and Emergency Veterinary Services 721578-2014 102114 Rene D. Edwards, Contracting Officer, Phone 301 504-1744, Email rene.edwards@ars.usda.gov This is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulation (FAR) Subpart
12.6, as supplemented with additional information included in this notice.
This procurement is being conducted under simplified acquisition procedures
pursuant to the authority of FAR Subpart 13.106, and Part 12, Acquisition of
Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of
1994 (Public Law 103-355). This announcement constitutes the only
solicitation; therefore a written solicitation will not be issued.
The U.S. Department of Agriculture (USDA), Agricultural Research Services
(ARS), Beltsville Agricultural Research Services (BARC) intends to award a
firm-fixed price contract for the following; Routine and Emergency
Veterinary Services. This solicitation is issued on an unrestricted basis.
The mission of the Beltsville Agricultural Research Center is to provide the
American public with an exceptionally talented, highly interdisciplinary
Scientific community in the USDA’s largest scientific installation, and
leverage these resources to envision, create, and improve knowledge and
technologies that enhance the capacity of the nation – and the world – to
provide its people with healthy crops and animals; clean and renewable
natural resources; sustainable agricultural systems; and agricultural
commodities and products that are abundant, high-quality, and safe. The
Veterinary Services Unit provides veterinary medical, surgical and obstetrical
care of research animals at BARC by overseeing the planning and
administration of preventative, diagnostic and medical treatment of all dairy
cattle, beef cattle, swine, sheep, goats, poultry, and laboratory animals. Please Note: The Contractor will be responsible for ensuring back-up veterinary coverage during the period of performance.
SUBMISSION INSTRUCTIONS:
All interested offerors after reading the attached Performance Work
Statement (PWS) – See Attachment 1 and believe they are able to provide
qualified personnel, relevant past performance experience and the technical
capability to perform the work as specified in the PWS are invited to submit
a quote utilizing your most competitive and reasonable rates.
Please include in your quotation, a brief summary of your company’s
experience and past performance within the past 3 years as it relates to the
scope of this requirement outlined in the PWS. Each company experience
(Government or commercial) should include the following; (a) name of
project, (b) brief description of project, (c) the contract or project number,
(d) the dollar value of the contract/project, (e) the relevance of the
contract/project to the requirements in the PWS. The Government intends
to award a firm-fixed price purchase order
The solicitation documents and incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-76 effective July 25, 2014. The applicable North American Industry Classification Code (NAICS) is 541940 with a size standard of $7.0 million.
PERIOD OF PERFORMANCE:
October 27, 2014 through April 27, 2015
CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited is reserved for the Contracting Officer.
INVOICE PREPARATION AND SUBMISSION : Contractors doing business with the USDA, ARS MUST enroll and submit invoices via the REE Invoice Processing Platform System (IPP) in order to receive payment.
To initiate IPP enrollment, please send an email to
IPPCustomerSupport@fms.treas.gov (see NOTE in the 4th bullet point) and include the required information about your company listed in the bullet points below. The email subject line must be “IPP Payment Notification Services”.
• Your company name*
• Primary company mailing address (street, city, state and zip)*
• Primary company phone number
• Designated IPP account administrator from your company: first name, last name, phone number, email address (NOTE: The request to register for an account must come from the designated IPP administrator’s email address or your request cannot be processed)
• Taxpayer Identification Number(s) (TINs) used for government agency payments
• Name of government agency doing business with your company**
• Contract number (list only one):
• Contact information at the government agency: name, phone, email to verify that you are a vendor**
*If you have more than one location or company name, use your primary corporate information and location data to enroll with the IPP. **This information is necessary to verify that your company is a vendor to a government agency.
After an account is established, you will receive two emails. The first one will provide your User ID, and 12 to 24 hours later a second email will give you an 8-character password. Use the ID and password to log onto IPP to change to a password of your own, agree to the rules for using IPP and to answer security questions. Please see the “News and Training” box on your IPP homepage for instructions and videos on how to set-up email notifications, how to invoice, how to add additional users and other relevant information.
Allow 5 to 10 business days for registration.
Registration is recommended with the System for Award Management, (SAM), for all government vendors. Please visit http://www.sam.gov for more information.
If you have any questions regarding the enrollment process, please call the IPP Customer Support Desk at (866) 973‐3131 and go to http://www.ipp.gov for general information. Based upon acceptance of required contract services, the contractor must include the following information on each invoice in order for the invoice to be considered proper invoice.
1. Name and address of contractor.
2. Invoice number and Invoice date.
3. Contract number.
4. Description of work and period of performance.
5. Name, title, phone number, and complete mailing address of official to whom payment is to be sent.
6. Name, title, phone number, and complete mailing address of person to notify in the event of a defective invoice.
7. Taxpayer Identification Number (TIN) and DUNS Number.
NOTE: Invoices that do not contain the proper information described above will be returned to the Contractor for correction. The revised invoice shall be dated the day of the re-submission for payment.
The following Federal Acquisition Regulations (FAR) and Agriculture Acquisition Regulation (AGAR) provisions are applicable to this procurement;
FAR 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://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.
FAR 52.212-2, Evaluation – Commercial Items (JAN 1999)
The provision at 52.212-2 applies to this procurement and is provided in full text. (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 the following “lowest price technically acceptable” factors considered. (1) Past Performance – The Government reserves the right to conduct their own investigation other than the contractor’s provided list. (2) Ability to meet the requirements and qualifications in the Performance Work Statement (PWS)
FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (MAY 2014) – See Attachment 2 for full text and instructions.
FAR 52.212-4, Contract Terms and Conditions – Commercial Items
(MAY 2014) – Incorporated by reference.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JUL 2014) – See Attachment 3 for full text.
ACCEPTANCE PERIOD: All quotations must stipulate that it is predicated upon all terms and conditions as stated in this combined synopsis/solicitation. Quotes must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
**SUBMISSION OF QUOTATION:
USDA, ARS, EBSC, Acquisition Branch
Attn: Rene D. Edwards, Contracting Officer
5601 Sunnyside Ave. Mail Stop 5124
Beltsville, MD 20705-5124
OR
Via E-mail: rene.edwards@ars.usda.gov
Place of Performance: USDA, ARS, BARC 10300 Baltimore Ave., Bldg. 306 Room 115 Beltsville, MD 20705 US URL: https://www.fbo.gov/notices/09cdb8ceeb21f468d19d60b36f1d0e2f
OutreachSystems Article Number: 141009/PROCURE/0053 Matching Key Words: video*; produc*; train*; you; page?; business*; event?; instruct*; commercial?; documentar*;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R –– VIDEO SHOOTER/EDITOR/PRODUCER – VOA PERSIAN – PARIS, FRANCE BBG39-Q-15-PERSIAN-013 102314 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEO SHOOTER/EDITOR/PRODUCER
PARIS, FRANCE
VOA PERSIAN DIVISION
(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-15-PERSIAN-013 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) 2005-076 effective July 25, 2014.
(iv) This is solicitation is no business size classification. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(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 six (6) months and one (1) option period of (6) months. The price proposal shall be valid for six months from date of submission. 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 contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Paris, France and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 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 contractors 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. See attachment B (Past Performance Reference).
3. Contractors 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 offeror 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 and broadcast equipment . Must be advanced in using final cut pro and Dalet Plus
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 contractor’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; 52.232-18 Availability of Funds (APR 1984); 52-232-19 Availability of Funds for the next fiscal year (APR 1984); 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 October 10, 2014. Responses to questions will be posted to FedbizOps by COB October 14, 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 October 23, 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.
Place of Performance: Paris France and surrounding areas FR URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-013/listing.html
OutreachSystems Article Number: 141009/PROCURE/0056 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?; naics!711510;
Department of the Treasury, Bureau of the Public Debt (BPD), Bureau of the Fiscal Service, Avery 5F 200 Third Street Parkersburg WV 26106-5312
R — RFI Freelance Writing Services CFPBFREELANCEWRITING 101514 EDG/CG EDG/CG, Contract Specialist, Email PSB3@bpd.treas.gov The Bureau of the Fiscal Service on behalf of the Consumer Financial Protection Bureau (CFPB) is conducting Market Research in regards to Financial Education Writers and Editors.
This is a Request for Information (RFI) only and does not constitute a request for a proposal nor commit the Government to make purchase of any supplies or services now or in the future. The information sought and provided will be used for planning purposes only (FAR 52.215-3). In addition, all documentation or information marked proprietary will be handled in accordance with applicable Government regulations. Please be advised that all submissions become property of the Government and will not be returned.
Support shall encompass the following:
2.0 OBJECTIVES
One of the CFPB’s primary objectives is to provide clear, engaging and accurate information to consumers about financial products and services. The information must inform consumers of their options and help them identify the appropriate course of action for their financial needs. Information will also be provided across the media spectrum – from print (brochures, fliers and articles), to broadcast (speeches, video and audio scripts), to online (blogs, Web tools, multimedia presentations). And it must maintain a consistent message, tone, quality and general appearance.
All CFPB materials must be drafted in easy-to-understand language in accordance with the Plain Writing Act of 2010 (Pub. L. 111-274).
Internally, the CFPB has developed content goals and processes for developing project concepts and content ideas, aligning those ideas with public policy objectives and research, and editing and approving content for publication. The CFPB will provide:
• Detailed assignments and outlines covering key points.
• CFPB subject matter experts as sources and collaborators.
• Guidance on project length, purpose, audience, and use.
• Clear deadlines for submissions and revisions.
3.0 CONTRACTOR QUALIFICATIONS
CFPB seeks writers and editors with at least five years of experience covering personal finance or consumer finance issues. They must have at least five years of professional writing and/or editing experience. They must have working knowledge and experience with The Associated Press (AP) style and be able to write for various media formats. The contractors must be competent, of high-caliber, and objective.
Some assignments may require writing about technical consumer finance information for audiences other than consumers, such as industry compliance professionals, the legal community, and external stakeholders in Congress, the media, and other state, local, and federal agencies. Other assignments may require taking highly technical consumer finance issues under laws and regulations under the CFPB’s jurisdiction and explaining how consumers are impacted by them and what changes in their approach to managing finances they might take as a result.
Finally, some assignments may require writing about how to successfully use CFPB’s products and services, in particular online tools, data sets, and resources developed for consumers, industry, and other specialized audiences.
4.0 SCOPE
Writers will be asked to develop a variety of materials including, but not limited to, online articles, blogs (and various social media), brochures, fliers, video scripts, and speeches on topics related to consumer finance and financial education.
CFPB expects to assign writing projects on various issues including savings, borrowing, financial decision making, and preparation for educational expenses and/or major purchases. Other assignments may include writing about compliance with laws and regulations under the CFPB’s jurisdiction, information about the CFPB’s operations, policies, and procedures, and CFPB’s research and data on financial markets.
The contractor will prepare written materials using plain language for a mass audience or specialized audiences as dictated in performance work statements of work included with calls under this BPA.
The length of the projects will vary and be defined in individual performance work statements.
Writing assignments may include, but are not limited to:
• Drafting the original work
• Copy editing/proofreading
• Editing/reviewing (reconciling various stakeholder comments and making recommendations to the CFPB)
• Translating regulatory and legal language into plain text.
• Supplying source materials as needed
• Providing revisions and consolidating comments after review by CFPB
• Speech writing and report writing
• Meeting with CFPB experts in person, primarily in our Washington, DC headquarters, or by teleconference to better understand the subject matter assigned and plan writing assignments
All works must be original and adhere to the Plain Language Act. The CFPB will retain full ownership and copyright of the materials.
Editing assignments will include review of draft materials for clarity, accuracy, grammar, compliance with plain language standards and AP style.
Most writing assignments will be paid on a fixed-price per-word basis, and most editing assignments will be paid on a fixed-price hourly basis. In both cases, maximum lengths and allowable time will be determined by assignment.
Task Area 1 – Develop Consumer Facing Educational Content
This Task Area is to write consumer facing educational content as assigned and under the direction of the CFPB Division of Consumer Education and Engagement (CEE). Content items may be used online or in print and vary in length depending on topic complexity.
Objectives
The objectives of this Task Area are as follows:
• To develop financial education information and guidance for consumers in multiple media formats.
• To make complex financial issues and topics easy to understand, using common language and CFPB’s voice and style.
• To aim for a maximum eighth grade reading level for all consumer-facing materials (more technical assignments may necessitate higher reading levels).
• To guide consumers to other CFPB resources or resources from other government agencies as needed.
Tasks and Deliverables
The specific tasks and deliverables for this task area are to: Draft consumer education material as assigned by CEE. These assignments will include, but are not limited to, consumer education materials to address rule changes and legislative changes implemented by the Bureau; “Ask CFPB” questions and answers; brochures and other educational materials; blog posts, social media content or other online content as requested. Content items will vary in length based on their complexity and identified learning objectives. Assignments will come from CEE and include due dates and content objectives, and may include subject matter expert contact information, or other information resources to aid in the research and drafting of the assignment.
Task Area 2 – Copy Editing and Proofreading Services
This task area is to provide professional copy editing and proofreading. The Editor will look for and correct spelling, grammatical and punctuation errors. The Editor should also suggest changes to statements that are unclear, overly technical and/or flag material that may require additional explanation. Editing should focus on polishing and proofreading rather than making substantive changes or significant rewriting. Finally, the Editor should ensure the content complies with AP and CFPB format and style guidelines.
Objectives
The objectives of this Task Area are as follows:
• Proofread for typos, spelling errors, punctuation errors, grammar errors, and clarity.
• Ensure that all cross-references are accurate.
• Make suggestions for wording changes, etc., that would improve clarity and readability.
• Copy edit for consistent language and tone.
Tasks and Deliverables
The specific tasks and deliverables for this task area are:
• Provide copy editing services as described above.
• Edited document should be delivered in Microsoft Word version 97-2003 or newer in track-changes format.
Task Area 3 – Editing to Update or Repurpose Content
This task area is to update materials the CFPB is legally required to keep current and to repurpose existing materials for other uses or media. The CFPB is mandated by legislation to produce and regularly update certain publications. The Bureau also will repurpose content from one media to another. Both of these types of editing require more significant changes than simply spotting and correcting errors. This task area will require the Editor to assess needed changes and provide substantive rewrites to address factual changes in the law or in the financial marketplace.
These rewrites must also be consistent with the CFPB voice and style and consistent with the rest of the documents being edited. This task area would include, but is not limited to, developing “Ask CFPB” answers from consumer summaries or CFPB rules, converting existing blogs or other online materials into brochures, updating consumer handbooks and other published materials as needed.
Objectives
The objectives of this task area are to keep consumer facing documents current and accurate, and to repurpose existing CFPB material for consumer information materials.
Tasks and Deliverables
The specific tasks and deliverables for this task area are text to be used in consumer handbooks, information brochures, online content, or other consumer information materials.
Task Area 4 – Attending Content Preparation Meetings
This task area is for vendor personnel to participate in content preparation meetings, as needed.
Participation in these meetings is to assist in the writing of specific projects.
Task Area 5 – Develop other written content
This Task Area is to write content for the public not necessarily intended for a consumer audience, such as information about laws and regulations under the CFPB’s jurisdiction, the CFPB’s operations, policies, and procedures, and data and research about financial markets. The primary channel in which this work will be used is the CFPB’s website, http://www.consumerfinance.gov, however assignments issued under this task area may be for other channels as well.
Objectives
The objectives of this Task Area are:
• Understand the intended audience of the information, the communications objectives, and the manner in which the information will be disseminated and consumed
• Supplement and expand upon the capabilities of CFPB subject matter experts, content strategists, writers, and editors by providing insights into generating content that meets the needs of the intended audience
• Provide micro, caption, narrative and other forms of copy for use in CFPB’s communication to the public that is consistent with CFPB style, is technically accurate, and is approved by the CFPB’s clearance process
Tasks and Deliverables
Possible tasks and deliverables under this task area are:
• Create and seek approval for project plans that clearly define timelines, responsibilities, and scope in order to meet writing assignments provided by the CFPB
• Meet with CFPB subject matter experts, executives, project leaders, content strategists, designers, writers, and editors to prepare for and consult on assignments, either in person or by telephone conference
• Draft copy in various forms that meets the needs specified in the assignment
• Collaborate with CFPB personnel to solicit and collect feedback on writing assignments and revise the copy as necessary to make it consistent with CFPB style, technically accurate, and ready for approval by the CFPB’s clearance process
If you are interested, please reply via email. You reply shall include documentation to support your capability in providing the above services and a short description, to include the agency, of three (3) previous or current projects in which you have or are providing these or similar services. This documentation is limited to five (5) pages. Additional pages included may not be reviewed.
In addition, responses shall include the following (this information will not be counted within the five (5) page limitation):
1. Company Name & Address
2. Point of Contact Name/Telephone/Email
3. Size/Status: (Check all that apply)
____Small Business
____Veteran-Owned Small Business
____Service-Disabled Veteran-Owned Small Business
____Small Disadvantaged Business
____Woman-Owned Small Business
____Large Business
____8(a) Certified
____HUBZone Small Business
4. Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code.
5. NAICS Code(s) and PSC Code(s).
6. Do you have a GSA or other contract vehicle that covers these services? If yes, please provide the contract number.
The Bureau of the Fiscal Service is required to conduct Market Research as part of acquisition planning. The information obtained from market research will help the Bureau of the Fiscal Service arrive at the most suitable approach to acquire these services. This is not an invitation for bid, request for quote/proposal or other solicitation and in no way obligates The Bureau of the Fiscal Service to award a contract. The sole intent is to obtain capabilities for procurement planning purposes.
Responses shall be provided via email to psb3@bpd.treas.gov to the attention of: EDG/CG by 1400 (2:00pm ET) 15 October 2014.
Thank you in advance for your input.
URL: https://www.fbo.gov/spg/TREAS/BPD/DP/CFPBFREELANCEWRITING/listing.html
OutreachSystems Article Number: 141009/PROCURE/1003 Matching Key Words: writ*; script?; copy; technical;
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, EMCBCU.S. Department of Energy EM Consolidated Business Center 250 E. 5th Street, Suite 500 Cincinnati, OH 45202
R — Paducah Infrastructure Support Services – Final RFP DE-SOL-0006383 112020 Aaron W. Deckard aaron.deckard@emcbc.doe.gov The U.S. Department of Energy (DOE) hereby releases the Final Request for Proposal (RFP) for infrastructure support services at the Paducah Gaseous Diffusion Plant (PGDP or Paducah Site). The infrastructure support services to be acquired will be performed at the Paducah Site which is located on a federal reservation in Western Kentucky, approximately 8 miles west of Paducah, Kentucky, and 3.5 miles south of the Ohio River.
The Final RFP is also posted on the procurement website at: https://www.emcbc.doe.gov/SEB/PaducahInfrastructure/
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0006383/listing.html
OutreachSystems Article Number: 141009/PROCURE/1102 Matching Key Words: state!ky;
FedBizOpps – Surplus
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 Ammunition Containers QRP15-0009 101714 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 Scrap Ammunition Containers. The duration of this is for 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/QRP15-0009/listing.html
OutreachSystems Article Number: 141011/SURPLUS/0561 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 Ammunition QRP15-0010 101714 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 Loose Scrap Metal. 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/QRP15-0010/listing.html
OutreachSystems Article Number: 141011/SURPLUS/0562 Matching Key Words: state!ky;
Other Federal Procurements (Small)
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
R — Exhibit Design SOL P14PS02734 Description Provide all materials, equipment, labor, and expertise for the successful completion for exhibit planning and design for new exhibits including the planning and design of all exhibit structures, production ready graphic layouts, audiovisual elements and interactive elements for Nez Perce National Historical Park’s Visitor Center. Overview Reference number: P14PS02734 Issue date: 10/10/2014 Response due: 11/10/2014 02:00 PM PS Set Aside: Total Small Business NAICS: 541430-Graphic Design Services PSC / FSC: R499-SUPPORT- PROFESSIONAL: OTHER Agency: DOI Contracting office: Nez Perce National Historical Park 39063 U.S. Highway 95 Lapwai, ID 83540-6086 Place of Performance: Contact: Philip Cuevas Phone: Fax: Email: Philip_Cuevas@nps.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141012/SMALL/9114 Matching Key Words: audiovisual; produc*; serv*;
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 – PERSONNEL – DEFERRED COMP FIDUCIARY LIABILITY INSURANCE RFB : 1 SOL PERSONNEL – DEFERRED COMP FIDUCIARY LIABILITY INSURANCE RFB : 1500000258 Office Of The Controller Michael Gustafson Published On : 10/8/14 Amended On : Closing On : 10/23/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141010/BID/0242 Matching Key Words: age:state!ky; state!ky;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
T – Student Pictures SOL 45-14 Student Pictures Due Date: 11/07/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141010/BID/0559 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
R – Event Management Software SOL UK-1419-15 Event Management Software Due Date: 11-7-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141010/BID/0562 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 – RFP for attorneys. Multiple contracts may be issued RFP : 15000 SOL RFP for attorneys. Multiple contracts may be issued RFP : 1500000084 CHFS – Office Of The Secretary Legal Services Published On : 10/7/14 Amended On : Closing On : For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141009/BID/0002 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
R – Banking ServicesAppendix AAppendix BAppendix CAppendix D (revise SOL UK-1404-15 Banking ServicesAppendix AAppendix BAppendix CAppendix D (revised)Appendix EAppendix FAppendix G Addendum #1 Addendum #2 Addendum #3 Addendum #4 Addendum #5 Questions & Answers Q&A Attachment 1Q&A Attachment 2 Q&A Attachment 3 Q&A Attachment 4 Q&A Attachment 5 Q&A Attachment 6 Due Date: New Date10-28-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141009/BID/0241 Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]