SOURCE: Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC)
NOTE: all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org
FedBizOpps – Procurements
Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
R–CONGRESSIONAL QUARTERLY VA70115Q0060 011415 Franklin J DiFranco Contract Specialist 216-447-8300 x3568 franklin.difranco@va.gov COMBINED SYNOPSIS/SOLICITATION
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number VA701-15-Q-0060 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 519130; the business standard size is 500 employees.
REQUIREMENTS: The Department of Veterans Affairs, Program Contracting Activity Central, 6150 Oak Tree Blvd, Suite 300, Independence, Ohio 44131 is seeking Quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information.
PRICING: Offeror shall provide pricing for as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training).
LINE ITEMS:
Item Number Description of Supplies/Services Quantity Unit Unit Price Amount
1 Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
l. BASE YEAR 1 LT
2 Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
OPTION YEAR 1
1
LT
3
Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
OPTION YEAR 2 1 LT
4 Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
OPTION YEAR 3 1 LT
5 Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
OPTION YEAR 4 4 EA
Grand Total
STATEMENT OF WORK:
Background: The Department of Veterans Affairs (VACO) Library requires a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
Scope: The Contractor shall provide web based access using Internet Explorer to an online subscription service to the Congressional Quarterly (CQ) or a Brand Name equivalent which will provide VA Central Office (VACO) employees desktop access to CQ Today News & CQ Schedules and CQ Weekly (full-text online access plus one print copy of the magazine).
The resource will allow VACO employees to follow news on VA health care as well as other department priority topics such as the Health Care Law, Medicaid, Medicare, mental health.
The subscription will include the ability to print.
A. REQUIREMENTS:
1. Required general attributes
” An online subscription service to the Congressional Quarterly (CQ) or a Brand Name equivalent will provide VA Central Office (VACO) employees desktop access to CQ Today News & CQ Schedules and CQ Weekly (full-text online access plus one print copy of the magazine).
” Comprehensive, nonpartisan coverage of news and analysis of Congressional activities, including live news and updates.
” Insights and analysis of breaking news stories.
” Topics covered include VA health care, health care law, mental health Medicaid and Medicare, etc. Background information is provided for all topics, as well as news stories, followed by key bills with links to a summary.
” Provides a calendar for House and Senate events as well as White House and the federal government.
” CQ Weekly provides objective analysis on how legislation is shaped provided by web access plus one print copy of magazine.
2. Usability
” .The product has “user friendly” help and direction aids.
3 Currency
” Content areas are updated on a continuous, incremental cycle rather than on a single anniversary date for the entire product.
” Updates are marked and easily identified.
4 Access, content, support
” Product is 508 compliant. (http://www.section508.gov/)
” If product is not 508 compliant, vendor must describe measures being taken to bring product into compliance and date, within 12 months of contract award, that product will be 508 compliant.
” If product is not 508 compliant, then the vendor must describe why no work is being done to make it 508 compliant.
” Access to be granted through IP address validation to VA Central Office employees, eliminating the need for users to enter identification, username and/or password.
” An unlimited number of simultaneous users are to have immediate access from any web-enabled computer throughout VA Central Office.
” It is required that all authorized remote users (with VPN, dial-up, wireless access, etc.) have access to the product through any VA networked computer.
” The product is compatible with Internet Explorer.
” The product is compatible with the Windows environment.
” Articles are easily printed.
” Access to the titles should be up to date with no period of embargo to the full text.
” All site content and support of the web site is the responsibility of the contractor. This includes tech support to VHA users nationwide.
” System downtime is minimal and VA project manager is notified when this occurs.
” Single point of contact for customer service issues, available by both phone and email, is assigned to VA.
” Questions are responded to within two business day.
” Usage statistics are available to the system administrator on an enterprise level.
” Availability of usage statistics.
” The vendor should offer training services on an as requested basis. A variety of training session modalities should be available (e.g., web-based, live, podcast, streaming video, etc.).
” Articles can be emailed among VA Central Office employees.
B. DELIVERABLES: Equal to or Better than the following:
1. Congressional Quarterly (CQ)
2. CQ Today News
3. CQ Schedules
4. CQ Weekly (full-text online access plus one print copy of the Magazine)
C. Type of Contract: Firm Fixed Price.
D. Performance Period: 1 year from date of award, with. 4 Option years to be executed at the Governments discretion.
E. Type of Order: Firm Fixed Price
F. Place of Delivery: Contractor’s Site
PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items 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, pricing being determined fair and reasonable and the technical approach satisfies the requirement. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. The provision at VARR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a “brand name or equal” description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering “equal” products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRENTY AND SERVICE: Indicate terms. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line athttp://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet athttp://www.va.gov/oa&mmlvarr/.
All questions must be submitted to Frank DiFranco, Contract Specialist by e-mail only:
franklin.difranco@va.gov. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than NOON EST, Wednesday January 14, 2015
Technical questions and Quotes must be sent by email to franklin.difranco@va.gov.
URL: https://www.fbo.gov/spg/VA/ISC/OISC/VA70115Q0060/listing.html
OutreachSystems Article Number: 150109/PROCURE/0062 Matching Key Words: writ*; copy; technical; standard;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Philadelphia Office, N00189 FISC Norfolk DET, Philadelphia 700 Robbins Avenue, Building2B Philadelphia, PA
U–Visual Information Production Services N0018915TZ055 010815 Cathy Kelly 215-697-9693 Under a 100% small business set-aside, the NAVSUP Fleet Logistics Center Norfolk, 700 Robbins Avenue Philadelphia, PA 19111, is seeking sources on behalf of the Center of Personal and Professional Development (CPPD) for the provision of Visual Information (VI)production services for development of a sustainment training video and accompanying facilitation materials in support of the Navy’s Sexual Assault Prevention and Response (SAPR) program. The contractor shall provide VI production services to include on-site digital recording with broadcast-quality cameras and professional camera operators, production and direction services, audio support, lighting, technical direction, and digital sound and video recording media.
Production shall consist of an edited, approximately 30-minute video, along with accompanying course facilitation guide materials.
This procurement is being conducted as a commercial item acquisition in accordance with FAR Part 12, using subpart 13.5 test program procedures. The award of a firm-fixed price contract is anticipated.
Release of the Request for Quotes [RFQ] will be via the internet. Interested parties may download the RFQ upon its issuance to the following website: https://www.neco.navy.mil/. Interested parties are solely responsible for monitoring of the aforementioned website for postings of the solicitation and any amendments thereto. The Government will not pay for information submitted in response to this notice.
Oral communications are not acceptable in response to this notice. The applicable North American Industry Classification System [NAICS] code is 512110. The anticipated performance period for this procurement is six months.
Additional information for this requirement will be listed in the solicitation upon its release, which is anticipated to be released no earlier than 08 Jan 2015. Contractors must be registered in the Central Contractor Registration (CCR) /SAM database in order to be considered for award. All questions regarding this procurement should be directed to the POC via e-mail; questions concerning this requirement should be submitted only after reading the entire solicitation which includes the detailed specifications.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ055/listing.html
OutreachSystems Article Number: 150109/PROCURE/0078 Matching Key Words: video*; edit*; produc*; train*; website; site?; business*; production?; commercial?; naics!512110;
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929 Fort Bragg NC 28310
U — Additional Duty Safety Officer (ADSO) Training Course H92239-15-SS-BB02 011415 Brittany C. Black, Phone 9103960552, Email brittany.c.black@us.army.mil – Gloria J Harris, Phone 910-432-6978, Email harrisgl@soc.mil Additional Duty Safety Officer (ADSO) Course
H92239-15-SS-BB02
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) (Reference number H92239-15-SS-BB02) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation.
The United States Army Special Operations Command (USASOC) is seeking to identify sources that are capable of providing training and materials and provide current and up to date instruction for the USASOC Additional Duty Safety Officers (ADSO) Course. The USASOC ADSO Course is designed to facilitate the training and qualification of Additional Duty Safety Officers/ NCO’s. This training enhances the understanding of Federal, DOD, Army and USASOC Safety directives and standards as it is incorporated into the organizational mission. This training qualifies the student to assume the duties and responsibilities of the Unit Safety Officer at the battalion and company levels. This training meets the requirements as stipulated in following policies, but not limited to: Army Regulation 385-10, The Army Safety Program, and USASOC Regulation 385-1, and the USASOC Safety Program. The contractor shall be responsible for teaching 2 ADSO Courses at Fort Bragg, NC and 1 ADSO Course at a designated off site location. The Offsite location for the ADSO Course may be held at one of the following locations at the discretion of the USASOC Safety Director, Joint Base Lewis McCord WA, Fort Campbell KY, Fort Carson CO, Fort Benning GA, Eglin Air Force Base, FL. The dates of training will also be established at the discretion of the Safety Director.
Interested parties must demonstrate experience in providing the course outlined or similar support services. Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities, a summary of relevant experience and knowledge that addresses the stated areas of interest. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, and a brief description of the services.
Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material.
Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company’s full name and address, DUNS number, the applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures.
Responses shall be submitted electronically via email to brittany.c.black@us.army.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 1:00 PM EST on 14 January 2015 and shall include reference number H92239-15-SS-BB02 in the subject line and submission documents. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results.
For information regarding this notice, contact Ms. Brittany Black via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties’ responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-396-0552.
Place of Performance: Fort Bragg, NC 28310 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-15-SS-BB02/listing.html
OutreachSystems Article Number: 150109/PROCURE/0412 Matching Key Words: state!ky
Department of the Air Force, Air Education and Training Command, Keesler AFB, 81st Contracting Squadron, 310 M Street Rm 102 Keesler AFB MS 39534-2147
T — Multimedia Services FA3010-14-R-0009 Michelle A. Brown, Contract Specialist, Phone (228) 377-1801, Email michelle.brown.1@us.af.mil – Kimberley L. Alvarez, Contracting Officer, Phone (228) 377-1837, Email kimberley.alvarez.1@us.af.mil The government intends to award a non-personal service contract to perform Multimedia Services at Keesler AFB, MS in accordance with the Performance Work Statement (PWS). The basic period of performance is on/around early calendar year 2015 through 30 Sep 15 plus three one-year option periods. FAR Clause 52.217-8, Option to Extend Services, will also be contained in the solicitation and any subsequent award. T he total period of performance will not exceed 54 months. This acquisition is a 100% set-aside for small business concerns. All responsible small business concerns may submit a proposal, which shall be considered. The applicable North American Industry Classification System (NAICS) code is 512110 with a small business size standard of $32,500,000.00. Performance/Price Tradeoff (PPT), for a best value award determination, will be utilized using simplified procedures in accordance with FAR Part 13.5. The government anticipates award of a firm fixed-price contract by early calendar year 2015. A formal Request For Proposal (RFP) is expected to be issued in late 2014/early 2015 on the Fedbizopps website at www .fedbizopps.gov . The RFP will provide information regarding a general site visit. It is the responsibility of all interested parties to frequently check the Fedbizopps site for any amendments and/or information pertaining to this notice and subsequent RFP. Paper/fax copies will not be available from this office. All interested parties must be registered in the System for Award Management (SAM) to be eligible for award. Registration and assistance may be accomplished by visiting their website at www.sam.gov or by calling 866-606-8220.
Set-Aside: Total Small Business Place of Performance: Keesler AFB, MS Biloxi, MS 39534 US URL: https://www.fbo.gov/spg/USAF/AETC/KAFBCS/FA3010-14-R-0009/listing.html
OutreachSystems Article Number: 150109/PROCURE/0499 Matching Key Words: naics!512110;
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard Room 4211 – MSC 9559 Bethesda MD 20892
R — Technical Science Writer. HHS-NIH-NIDA(SS-SA)-CSS-2015-56 011615 Rodney E. Brooks, Contract Specialist, Phone 3014020751, Email rodney.brooks@nih.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
THIS IS A TOTAL SMALL BUSINESS SET ASIDE
The solicitation number is HHS-NIH-NIDA(SS-SA)-CSS-2015-56 and the solicitation is issued as an request for quotation (RFQ).
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items (services), and is not expected to exceed the simplified acquisition threshold.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-74, dated July 1, 2014.
A notice regarding any set-aside restrictions, the associated NAICS 334516 code and the small business size standard is $14.0 dollars. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items.
The National Institute on Aging (NIA) at the NIH would like to procure a Technical Science Writer.
Statement of Work (SOW)
GENERAL INFORMATION
Title of Project: Science Technical Writer
Background: Accurate minutes of National Advisory Council on Aging (NACA) are an essential requirement of operations at the National Institute on Aging (NIA). The meetings include multiple presentations of a technical scientific nature in a single meeting and NIA needs the services of someone with strong scientific background and excellent communication skills to capture these presentations and the ensuing discussions in the minutes.
Statement of Objective: The purpose of the procurement is to obtain well-written drafts of the proceedings of the NACA meetings that will take place on January 28, May 13, and September 16, 2015.
Period of Performance:
a. Base year January 20, 2015 through January 19, 2016
b. Option year 1 January 20, 2016 through January 19, 2017
c. Option Year 2 January 20, 2017 through January 19, 2018
SCOPE OF WORK
The vendor shall provide NIA with comprehensive and well-written minutes of the Council meetings, as follows:
1. The documents will be 15-20 pages in length, single spaced, and consistent in style with previous meeting minutes (copy attached).
2. The documents will be submitted electronically in WORD format to NIA staff within 2 weeks after the receipt of the meeting minutes from NIA.
3. The vendor will write, edit, copyedit, and format the documents.
DELIVERABLES
1. Description of Tasks and Associated Deliverables:
The vendor will provide NIA with comprehensive and well-written minutes of the Council meetings. The documents will be 15-20 pages in length, single spaced, and consistent in style with previous meeting minutes. The documents will be submitted electronically in WORD format to NIA staff within 2 weeks after the receipt of the meeting transcripts from NIA.
The vendor will attend the National Advisory Council on Aging meeting on January 28, May 13, and September 16, 2015, and provide NIA with comprehensive and well-written minutes of the Council meetings.
Task & Deliverable
Vendor must attend the National Advisory Council on Aging meeting on January 28, 2015, May 13, 2015 and September 16, 2015 and provide Comprehensive and well written minutes from Council Meeting, 15-20 pages in length, and single spaced. The documents will be submitted electronically in word format. The vendor will write, edit and copy edit and format the documents. 2 weeks after receipt of the meeting transcripts from NIA
I. SECTION 508 – ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS
Section 508 Program Need
Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: “Intranet or Internet Services.”
Section 508 Deliverable Requirements
The activity to be performed relates to or requires the use of EIT. Section 508 must be considered as a requirement for Internet/Intranet Services outputs/deliverables to assure that it considers specific Section 508 accessibility requirements. Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their background and experience will enable them to at least meet those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their background and experience will enable them to at least meet those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Internet/Intranet Service outputs/deliverables will meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
Section 508 Evaluation Factors
Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. accessibility capabilities and past performance) will be eligible for any additional merit consideration.
J. CONTRACTING OFFICER’S REPRESENTATIVE (COR) <specify COR and provide copy of COR’s training certification with the SOW>
1. The following Contracting Officer’s Representative (COR) will represent the Government for the purpose of this contract:
TBD at time of award
2. The COR is responsible for: (1) monitoring the Contractor’s technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technicalinspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance.
3. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract
4. The Government may unilaterally change the COR designation for this contract.
EVALUATION AWARD CRITERIA:
Mandatory Criteria
The solicitation contains the following mandatory qualification criteria for a Technical Science Writer:
1. The lead writer must hold a doctoral degree in biomedical, behavioral or social sciences relevant to aging research.
2. Have a minimum of four years of experience in preparing reports or minutes of scientific advisory committees in the life sciences.
Failure to adequately document compliance with either of the above listed mandatory requirements will result in the elimination of the Offerors proposal from further consideration. The proposal will be considered to be non-responsive, and the Offeror will be disqualified.
There are no points related to the mandatory requirements.
The Mandatory requirements will be evaluated on a pass/fail basis.
Technical Evaluation Criteria
Qualifications of Technical Scientific Writer 70 Point.
Demonstrated experience is to include but not limited to the following:
• Experience in Science Writing
• Demonstrated familiarity through prior experience with the broad fields of aging research to include either NIH-grant funding in a field of aging research or program or review experience at NIH in fields of aging research.
• Ability to oversee all aspects of minute preparation involving scientific talks,
• Familiarity with NIH rules and policies concerning conduct of advisory meetings, .
• Excellent communication skills; ability to communicate professionally and knowledgeably and work in a team environment.
•
Qualifications\Capabilities of the Contractor 30 Points
Demonstrated experience is to include but not limited to the following:
• a record of successful recruitment and retention of qualified technical science writers in the fields of life sciences research
• sufficient resources and competence in media and media technology to staff advisory meetings unobtrusively with no distraction of meeting participants.,
• Policies for replacement of professional staffing
• Experience supplying professional staffing in the DC metro area.
Past Performance 25 Points
Documented evidence of the Offerors successful performance for a minimum of three (3) recent contracts staffing Technical Scientific Writers similar to requirements specified in the statement of work.
• Record of successful on-time delivery of drafts and reports of advisory committee meetings.
Total possible points 125 Points
Award Criteria
Selection of an Offeror for award will be based on an evaluation of proposals against the evaluation factors specified above. Although technical experience is of paramount consideration in the award, Past Performance are also important to the overall award decision.
The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFQ.
The provision of FAR clause 52.212-1, Instructions to Offerors – Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation – Commercial Items (January 1999), applies to this acquisition; The provision of FAR clause 52.217-9, Option to Extend the Term of the Contract (March 2000), applies to this acquisition. 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, technical, price and other factors considered.
The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition.
There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) http://www.sam.gov.”
All responses must be received by January 16, 2015 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS-SA)-CSS-2015-56. Responses may be submitted electronically to rodney.brooks@nih.gov.
“All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.”
URL: https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SS-SA)-CSS-2015-56/listing.html
OutreachSystems Article Number: 150108/PROCURE/0053 Matching Key Words: writ*; copy; technical; standard; procedure?;
Agency for International Development, Overseas Missions, Bangladesh USAID-Dhaka, Dept. of State Washington DC 20521-6120
T — Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh REQ-388-15-000018 011315 Md. Mustafizur Rahman, Phone 880255662332, Email mrahman@usaid.gov Dear Prospective Offeror:
Subject: Amendment of Solicitation for Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh for extension of deadline until January 13, 2015.
The United States government, represented by the U.S. Agency for International Development (USAID), invites qualified companies/individuals to submit proposals to provide the services forFilming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh. The Request for Proposal (RFP) consists of the following sections:
1. Standard Form SF-18
2. Scope of Work
You are encouraged to make your quote competitive. Also, you are cautioned against any collusion with other potential offerors in regard to price quotations to be submitted.
Questions and proposal submissions under this RFP can sent to via email to dhakaprocurement@usaid.gov . Your proposal must be accompanied by the documents as mentioned in the SOW
The award of a contract hereunder is subject to the availability of funds. Issuance of this RFP does not constitute an award or commitment on the part of the U.S. Government, nor does it commit the U.S. Government to pay for costs incurred in the preparation and submission of a proposal. RFPs are due on January 13, 2015.
DESIGNATED OFFICE :
Executive Office
USAID/Bangladesh, Executive Office
U.S. Embassy
Madani Avenue, Baridhara
Dhaka-1212, Bangladesh
E-mail: dhakaprocurement@usaid.
We look forward to receiving your RFP and thank you in advance for your interest in USAID/Bangladesh procurement opportunities.
Place of Performance: Different places in Bangladesh US URL: https://www.fbo.gov/spg/AID/OM/BAN/REQ-388-15-000018/listing.html
OutreachSystems Article Number: 150108/PROCURE/0064 Matching Key Words: filming;
Department of the Army, Army Contracting Command, MICC, MICC – West Point, MICC – West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
R–SOURCES SOUGHT W911SD15T0039 010915 Gina Blum, 845-938-5858 MICC – West Point This is a Sources Sought request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from small businesses capable of performing the required services. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close Friday, January 9, 2015 at 1100 AM Eastern.
The Mission and Installation Contracting Command at West Point, NY, has an anticipated requirement for production of a country music recording. The vendor is responsible for providing all personnel and equipment, including the producer, recording engineer, mix engineer and studio space. Scope of work consists of, but is not limited to:
1) The producer will provide oversight and guidance for the project as a whole. Duties will include ensuring all members of the production have needed information and oversight to properly perform their task. This service will include song selection, musical arranging as needed, and artistic and conceptual vision for the product. Vendor will be responsible for the production of a complete, recorded and mastered product for the USMA Band, consisting of eight musical selections. Vendor will select and provide musical instruments for these songs, to include: Guitar, Bass, Amps, Drums, Keyboards. The property and recording rights to this product shall be owned by the USMA Band and will be freely available under Freedom of Information Act requests.
2) The recording engineer is responsible for providing engineering services, to include operating the recording devices and consoles for the studio sessions needed to produce this album. The finished product will be a multi-track recording ready for mastering by the mix engineer. The first engineer must be able to operate the equipment provided by the studio. Vendor will be responsible for providing a complete mix of the eight song selections to the producer for mastering. The producer will be responsible for ensuring the technical specifications of the finished product will be acceptable with the mix engineer.
3) The mix engineer’s responsibility is to mix and master the recording produced in studio to create a high quality recording. Knowledge of EQ, compression and leveling is required. The finished product is completed with input from the producer and USMA band personnel to create a fully realized product that is consistent with the artistic vision of the producer and USMA Band leadership.
4) The studio will provide the following space and equipment. Substitutions are possible, but must be confirmed with USMA Band personnel to ensure workflow continuity:
a. 3 separate Isolation Booths of approximately 9’X13′ or larger
b. one isolation Booth of approximately 4’x10′ or larger
c. one large studio of approximately 12’x29′ or larger
d. contain a control room of approximately 20’x22′ console that has 64 input SSL 4000G+ with Ultimation
e. 2 track rack- Alsesis Masterlink and Panasonic SC-3800 DAT Recorder
f. Monitors- Mains; Quested HQ 210, Monitoring System powered by Bryston
g. cue system- formula sound Q-8
h. outboard gear- three API 550 EQs, two API 560 EQs, Nightpro EQ3D, Tube Tech PE 1c EQ, API 312C Mic Pre, five API 512C Mic Pre, dbx 786 Mic Pre, Foucesrite ISA 215 Dual Mono MIc Pre/EQ, four dbc 160x Compressors, dbx 166 Stereo Dual Compressor, two Empiriacal Labs EL8 Distressors, Manley Stereo quote mark Variable-Mu quote mark Limiter/Compressor, Neve 33609 Stereo Compressor/Limiter, Tube Tech CL-1B Compressor, Tube Tech LCA-2B Compressor, Urei 1176 Limiting Amplifier (Blackface), Urei 1176 Limiting Amplifier (Silverface), three Drawmer DS201 Gates, Evintide H-4000, two lexicon PCM 42 Digital Delau Processor, Leixon PCM 70 Digital Effects Processor, Roland SDE-330 Dimensional Space Delay, Roland SRV-330 Dimensional Space Reverb, Yamaha SPX 990 Multi Effects Processor
5) Vendors who have not worked with the USMA Band previously should submit a bio that includes a discography for projects for which they have recorded, produced, or performed on in the country music genre. A list of industry awards and nominations should also be included.
6) A list of personnel to be used in each role should also be included along with the submission of materials.
Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 711510 with a Small Business Size Standard of $7.5M. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length) clearly demonstrating the firm’s ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following:
1. Title of the requirement, Company Name, Address, and POC.
2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc.
3. Prior/current experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein.
Set-Aside: Total Small Business Place of Performance: MICC – West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY 10996-1514 US URL:https://www.fbo.gov/notices/a62884b150cf6d59954268058f368d62
OutreachSystems Article Number: 150108/PROCURE/0394 Matching Key Words: naics!711510;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Philadelphia Office, N00140 FISC Norfolk DET, Philadelphia 700 Robbins Avenue, Building 2B Philadelphia, PA
U–Visual Information Production Services N0018915TZ055 010815 Cathy Kelly 215-697-9693 Under a 100% small business set-aside, the NAVSUP Fleet Logistics Center Norfolk, 700 Robbins Avenue Philadelphia, PA 19111, is seeking sources on behalf of the Center of Personal and Professional Development (CPPD) for the provision of Visual Information (VI)production services for development of a sustainment training video and accompanying facilitation materials in support of the Navy’s Sexual Assault Prevention and Response (SAPR) program. The contractor shall provide VI production services to include on-site digital recording with broadcast-quality cameras and professional camera operators, production and direction services, audio support, lighting, technical direction, and digital sound and video recording media.
Production shall consist of an edited, approximately 30-minute video, along with accompanying course facilitation guide materials.
This procurement is being conducted as a commercial item acquisition in accordance with FAR Part 12, using subpart 13.5 test program procedures. The award of a firm-fixed price contract is anticipated.
Release of the Request for Quotes [RFQ] will be via the internet. Interested parties may download the RFQ upon its issuance to the following website: https://www.neco.navy.mil. Interested parties are solely responsible for monitoring of the aforementioned website for postings of the solicitation and any amendments thereto. The Government will not pay for information submitted in response to this notice.
Oral communications are not acceptable in response to this notice. The applicable North American Industry Classification System [NAICS] code is 512110. The anticipated performance period for this procurement is six months.
Additional information for this requirement will be listed in the solicitation upon its release, which is anticipated to be released no earlier than 08 Jan 2015. Contractors must be registered in the Central Contractor Registration (CCR) /SAM database in order to be considered for award. All questions regarding this procurement should be directed to the POC via e-mail; questions concerning this requirement should be submitted only after reading the entire solicitation which includes the detailed specifications.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ055/listing.html
OutreachSystems Article Number: 150107/PROCURE/0076 Matching Key Words: video*; edit*; produc*; train*; website; site?; business*; production?; commercial?; naics!512110;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–US Army Force Management Support Services W9124D-15-Q-5230 011315 Nathalie Riley, 502-624-8264 MICC Center – Fort Knox This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil.
This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis.
The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices.
For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform at least 50 percent of the labor with its own employees. Prime contractors cannot sub-contract the entire effort. Again, this applies only to small business set-asides.
This is a follow on contract for support services for the US Army Force Management Support Agency (USAFMSA). The scope of this contract is to provide all personnel, equipment, tools, materials, vehicles, supervision, and other items necessary to provide technical and analytical support services in support of the USAFMSA mission. Support includes data collection, data analysis, data management, document integration, document integrator cross-training, organizational analysis, and other supporting functions. The base period of performance is 1 August 2015 through 31 July 2016, with two one-year option periods.
USAFMSA, a field operating agency of HQDA G-3/5/7, is a unique and highly-specialized Army resource. USAFMSA develops, maintains and distributes the Army’s organizational requirements and authorization documents and data: Tables of Organization and Equipment (TOE), Modified Tables of Organization and Equipment (MTOE), Tables of Distribution and Allowance (TDA), Basis of Issue Plans (BOIP) and Joint and Common Tables of Allowance (JTA/CTA). The Agency maintains the Army’s documentation data production and distribution systems; this includes FMSWeb which provides user-friendly, web-based access to force structure documents.
All MTOEs and TDAs are synchronized with HQDA G-37/FMP’s Structure and Manpower Allocation System (SAMAS), enabling complete and accurate accounting for all Army force structure. USAFMSA’s documents and databases provide the detailed force structure data that feeds other Army systems. Programming, readiness reporting, manning, equipping, training, stationing and battle command databases and systems rely on timely and accurate force structure data produced by USAFMSA.
The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with the performance work statement (PWS). The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services.
The contractor is responsible for performance on the contract between the hours of 8:00-6:00 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within the PWS when the Government facility is not closed. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential.
Work shall be performed at a Government-directed site, at the contractor’s facility, or at other locations as determined by the Contract Officer Representative (COR). Travel will be required to other Government-directed sites as necessary to meet USAFMSA requirements. Access to Government facilities will be granted as required and are subject to DoD, Army, HQDA G-3/5/7, USAFMSA, and Fort Belvoir, Fort Leavenworth, or Fort Lee security requirements.
The contractor shall possess and maintain a TOP SECRET facility security clearance from the Defense Security Service. Contractor employees performing the work in support of this contract shall have been granted at least a SECRET and a TOP SECRET facility security clearance will be needed for specific tasks.
PROPOSED CONTRACTOR TASKS:
1. The Contractor shall serve as Document Integrator, assisting in the development of requirements and authorization documents through the implementation and enforcement of policies and procedures applicable to a wide variety of Army manpower and equipment requirements and authorization documentation programs, systems, and projects.
2. The Contractor shall assist in developing the G-3/5/7 position, including recommended requirements and authorization documents as well as the modification, reconciliation, or adjudication required with coordinating elements. The Contractor also shall assist in the formulation and approval or disapproval recommendation or mediation of both equipment and personnel portion of the document.
3. The Contractor shall maintain liaison with proponents on status of actions involving equipment and personnel portions of requirement and authorization, to permit maximum lead-time in planning proposed reorganization or other changes. The Contractor shall provide advice, assistance and prioritization schedules on matters of organization, authorization, format and automated procedures and techniques during visits to proponents and field commands, agencies, and units. The Contractor shall serve as a member of special task groups on high priority projects ranging from requirements and authorization documents preparation to impact analysis for organization/reorganization actions.
4. The Contractor shall develop qualitative and quantitative equipment and personnel impact data for capability studies, identify organizational improvements, and staff all exceptions to MTOE and TDA standardization for approval ICW USAFMSA leadership.
5. The Contractor shall review and restructure requirement and authorization documents to ensure accuracy (e.g. command control numbers, unit identification codes, standard requirement codes, levels of organization, unit designations, effective dates, designated organization elements, position titles, equipment and personnel allocations and authorizations).
6. The Contractor shall validate the approved document position against the latest documented position in Structure and Manpower Allocation system (SAMAS); recommend SAMAS changes as appropriate; and participate in assigned Force Structure meetings and conferences.
7. The Contractor shall assist in shaping and implementing Army policy for manpower staffing standards development. The Contractor shall support coordination of Army availability and manpower productivity factors, positional manning factors, and manpower requirements. The Contractor shall prepare written and oral reports on the results of manpower studies and make recommendations based on findings affecting Army TDA and MTOE organizations. The Contractor shall review and recommend changes to regulations and other publications that affect Army manpower policies and procedures. The Contractor shall participate in and augment manpower survey teams in the analysis of missions, functions, workloads, and manpower/equipment needs of MTOE and TDA units in CONUS and OCONUS.
8. The Contractor shall support the HQDA Organizational Integrator, Systems Synchronization Officer, Force Integrator and Command Manager by providing guidelines for personnel and equipment documentation. The Contractor shall coordinate with counterparts in HQDA.
9. The Contractor shall provide desktop support, IT/automation customer service, and Information Management Officer (IMO) services at the USAFMSA Fort Leavenworth location. IT/IMO services will coincide with Fort Leavenworth USAFMSA core business hours of 0800-1630 (Central) Monday through Friday, except Federal holidays. The Contractor shall coordinate with U.S. Army Network Enterprise Center (NEC), Fort Leavenworth technical POC to resolve issues. The Contractor will adhere to NEC guidance, certification requirements, and policy/procedure specific to each USAFMSA location. The Contractor shall provide support and services to include the following:
Work with computer, peripherals, and telecommunications users to investigate and determine the source of incidents/problems. The Contractor shall diagnose, troubleshoot, and resolve hardware, software, and basic connectivity issues to minimize down time of applications and personnel. Software includes USAFMSA-unique client/server applications such as FMS. Software also includes browser configuration and support for FMSWeb and Microsoft applications as well as the troubleshooting, diagnosis, and resolution of conference room/VTC problems/incidents.
Respond to inquiries applying knowledge of computer software applications, hardware, and procedures. Provide users with assistance and basic guidance on how to use various software applications such as statistical, graphics, database, word processing, electronic mail and Blackberry, security and operating systems.
Build, install, upgrade, and configure various computer systems to NEC standards for Fort Leavenworth USAFMSA users. Assist in testing software and hardware to evaluate ease of use and whether product will aid user in performing work. Ensure that security updates and service packs (software patches) are applied to USAFMSA computers.
10. The Contractor shall assist in constructing and maintaining requirements and authorization documents to GFM DI OFSC standards. The Contractor shall assist the Force Management community (HQDA G-3/5/7 FM, USAFMSA, etc.) with data conversion, automation, connections, systems integration, and implementation. The Contractor shall ensure conversion/build activities are integrated with other ongoing Army initiatives (e.g., ACP, ARFORGEN, IT PfM, Enterprise Resourcing, etc.). The Contractor shall assist with the operation and sustainment of a classified and unclassified Army Organization Server – a single Authoritative Data Source for the dissemination of force structure information across the DoD enterprise – founded on a standard structure for the organization information required to support transformation of DoD planning, force management, command and control, acquisition, logistics, and financial operations.
11. The Contractor shall assist with the establishment of a transparent and universal process to manage, assess, and display the worldwide disposition of US Army Forces. This will constitute a foundation upon which force structure information will be captured and used to associate and aggregate information from the war fighter and business domains in order to form a coherent, integrated global picture. This includes regulatory and policy recommendations as necessary. The Contractor shall assist with the establishment of the Army Organization Server as the authoritative data repository for organizational information down to the individual billet (personnel) and asset (equipment/serial number) level. The Contractor shall assist with the recording and maintenance of a single Army force structure that addresses current and future war fighter and business functional systems force structure requirements.
12. The Contractor shall assist with the coordinated and integrated implementation of Army Global Force Management Data Initiative with Army Enterprise Resource Planning, Army Information Technology Portfolio Management, and the Army Force Generation Model. The Contractor shall assist with identifying necessary GFM data elements (unit, location, personnel, equipment, and activity/event) and converting existing force structure data into the structure necessary to ensure information is accessible for integration across the DoD enterprise utilizing net-centric concepts and services. The Contractor shall assist with identifying and establishing connection to GFM authoritative sources (databases) that must feed, and be fed by, the Army Organization Server. The Contractor shall assist with ensuring Army Organizational Server data is interoperable with Army Battle Command Systems. The Contractor shall assist with making all Army organization and force structure authorization data visible, accessible, and understandable to the DoD enterprise in GFM DI-established formats. The Contractor shall assist with achieving full unclassified and classified operational capability. Meetings will be held periodically as needed by the Government or Contractor or as required, to discuss task accomplishment, deliverables, and progress toward task completion. This conversion will require a significant coordination with TRADOC proponents, the ARSTAF, and USAFMSA personnel. The contractor will participate in and coordinate DoD, Joint, and Army-level meetings to fully-implement GFM DI.
The appropriate NAICS code is 541690 with a size standard of $15,000,000.00.
Responses to this announcement must be received no later than 2:00 P.M. Eastern Standard Time on Tuesday, 13 January 2015. Responses should be emailed to nathalie.w.riley.civ@mail.mil. Responses shall include the following:
1. Company name and address;
2. A statement of interest that meets all the requirements listed above;
3. A synopsis of the contractor’s capabilities;
4. Company size: small or large, new qualified small business sources, including veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and economically disadvantaged women-owned small business program.
5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable);
6. Contact information, to include name, e-mail address, phone number, and fax number;
7. CAGE Code and/or DUNS number.
Place of Performance: USAFMSA 9900 Belvoir Rd Ft Belvoir VA 22060-5587 US URL: https://www.fbo.gov/notices/4118870ca4a746ee19797ccc045bddc0
OutreachSystems Article Number: 150107/PROCURE/0364 Matching Key Words: age:state!ky; state!ky;
FedBizOpps – Awards
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01 Fort Worth TX 76102
T — Art in Architecture for the Vehicle Processing Facility for the Land Port of Entry, Laredo, Texas NTX00007-Art Trevor A. Simon, Phone 8179780122, Email trevor.simon@gsa.gov GS-07P-14-HH-C-0046 $35,000 for base services 010815 Thomas Glassford Award was made for the base services for this art project.
URL: https://www.fbo.gov/spg/GSA/PBS/7PMA/Awards/GS-07P-14-HH-C-0046.html
OutreachSystems Article Number: 150109/AWARDS/0635 Matching Key Words: naics!711510;
FedBizOpps – Special Notes
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
99–Small Business Event – Society of American Military Engineers Kentuckiana Post 2015 Small Business Workshop & Match Making and Industry Day W912QREVENT15 Jacque Gee, 502-315-6111 USACE District, Louisville Small Business Event – Society of American Military Engineers Kentuckiana Post 2015 Small Business Workshop & Match Making and Industry Day to be held on February 3-4, 2015. Location: Marriott Louisville Downtown, 280 West Jefferson Street, Louisville, KY 40202. Registration is available at http://posts.same.org/kentuckiana/
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QREVENT15/listing.html
OutreachSystems Article Number: 150109/SPECIAL/0910 Matching Key Words: age:state!ky; state!ky;
Other Federal Procurements (Small)
U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.
T — We are a business to assist will all media needs from Video prod SOL 10:20:10 We are a business to assist will all media needs from Video production, web design, photography,event videography, Editing, Journalism, Training videos, Photoshop, design, and documentaries. Due Date: 9/2/2015 Address: 1929 East West Hwy. Apt 301 Contact: Vardha Khalil For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150109/SMALL/2434 Matching Key Words: video*; edit*; produc*; train*; web; business*; event?; production?; documentar*;
USABID State and Local Purchases
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
76 – SNAP-Ed & EFNEP Promotional Items 2015Attachment AAttachment B SOL K-0733-15 SNAP-Ed & EFNEP Promotional Items 2015Attachment AAttachment B Due Date: 1-27-15 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150109/BID/0215 Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
99 – Camel Ride At Zoo SOL RFP-3355-0-2015/ES Camel Ride At Zoo Due Date: 1/27/2015 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150108/BID/0267 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 – RFB-136-15 Bond Forfeiture-Gr II MAD 15 Hopkins County RFB : 15 SOL RFB-136-15 Bond Forfeiture-Gr II MAD 15 Hopkins County RFB : 1500000453 Facilities & Support Services Carolyn Turner Construction Published On : 1/5/15 Amended On : Closing On : 1/27/15 10:30 AM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150107/BID/0001 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
76 – Books, Non-library SOL 05-15 Books, Non-library Due Date: 02/05/2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150107/BID/0237 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
R – Automated Substitute Placement Services SOL 06-15 Automated Substitute Placement Services Due Date: 01/23/2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150107/BID/0238 Matching Key Words: age:state!ky; state!ky;
Kentucky State Procurement
Cayenta, Suite 201-4200 N. Fraser Way, Burnaby, BC
R — REQUEST FOR ASSISTANCE. Phone: 604-570-4300 ext. 403; Email: shayes@cayenta.com BID Date: Friday, 10 Jan 2015: BID TIME: 4:00 PM Cayenta is inviting quotes on the following: Project: RFP#19- 2014 Utility Billing System and IVR for LFUCG Project Location: Lexington, KY Quotes Requested for the following subcontractors: System Tester: The Tester should have experience in the areas of Customer Service, Field Service, Metering, Collections or Utility Cashiering. This core project team member will participate in the Discovery phase, as well as being involved in all the testing phases. Product Trainer: The Trainer would be responsible for learning the Cayenta system during the configuration and testing phase of the project. The Trainer would customize the existing training materials for LFUCG and lead the training of end users. Report Developer: With support from the Cayenta Report Analyst, a the Report Writer is responsible for working with the core project team to develop report specifications and write additional custom reports for LFUCG. Additional Information: These roles are to be strictly filled by MWDBE Participation Project Contact Information: Name: Samantha Hayes Phone: 604-570-4300 ext. 403 Email: shayes@cayenta.com This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
January 10, 2015
Business, Business / Career, Education, Government