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
Broadcasting Board of Governors, Director, Office of Contracts, Eurasia Office of Strategy and Development, Vinohradska 159a 100 00 Prague 10 1
R — RFERL Moldovan Language Placement In Moldova BBG-L-73-15-0035 Adam Gartner, Phone 420221123773, Email atgartne@bbg.gov The Network shall broadcast RFERL Moldovan language program RFE/RL Morning program “Dis de dimineata” from Monday – Friday at 0630-0645 local time and RFE/RL Radio Moldavian “Sinteza Zilei” from Monday – Friday at 2100-2130 local time, with the airing not varying more than two minutes from the time agreed upon. Samples can be found here: http://www.europalibera.org/schedule.html
BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Moldova.
Network shall broadcast the program in its entirety, without alteration, abridgement or excerption.
URL: https://www.fbo.gov/notices/938193f6d1fc16671ce6b3f2b8f66f2b
OutreachSystems Article Number: 150203/PROCURE/0058 Matching Key Words: broadcast*; program?;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Hood, MICC – Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
R–FORT HOOD ADMINISTRATIVE INVESTIGATOR SERVICES FOR WORKPLACE VIOLENCE PROGRAM
W91151-15-T-0106 030615 Robert, 254-287-5720 MICC – Fort Hood Fort Hood, Texas is seeking a quote mark Administrative Investigator quote mark for a service contract which is a base year plus four option years, not to exceed five years to conduct an administrative investigation of all alleged or suspected workplace violence cases for Fort Hood when provided by the COR with a completed Fort Hood Form 690-X50 (Workplace Incident Report) as the basis for the investigation. The contractor shall prepare reports based on the facts, analysis and statistical data. The contractor shall be familiar with civilian personnel practices including AF, NAF and contractors, to include the military chain of command and other military resources. The contractor shall develop and maintain an automated database to provide workplace violence reports for tracking incidents and trends of violence on Fort Hood. The contractor shall interface and conduct training in the existing workplace violence training program. The contractor shall provide training in the areas of Violence in the Workplace, Anger Management and Goal Setting.
The Government shall provide the contractor with a packet containing a completed Fort Hood Form 690×50 and whatever information is available regarding a possible instance of workplace violence. The contractor shall follow the procedures of Dealing with Workplace Violence, OPM OWR-09, dated February 1998 (hereinafter quote mark OWR-09 quote mark ), the informal investigation procedures of Army Regulation 15-6 (hereinafter AR 15-6), and the requirements of Fort Hood Regulation 690-23, Section 5, (hereinafter FHR 690-23.) At a minimum, the contractor shall discuss the alleged incident with the supervisor involved in the incident, and interview victim, subject and witnesses to obtain physical or documentary evidence to substantiate findings or conclusions. The contractor shall examine records to detect links in evidence or information and resolve conflicts in facts or evidence. The contractor analyzes each case to determine if there is a serious threat to personnel or property. If, at any time in the course of the investigation, the contractor comes to believe that a potentially life threatening or other high risk situation may exist, the contractor will immediately inform the supervisor, COR or Task Monitor. The contractor shall analyze each case to identify current issues, background matter, individual or group dynamics and any working environment factors to help determine the case finding or conclusion. The contractor shall use a completed Fort Hood Form 690-x50 (Workplace Incident Report), supervisor, subject, victim and witness statements to complete a report in accordance with the guidance of OWR-09. The contractor shall maintain close working relationships with Employee Assistance Program, Staff Judge Advocate, military law enforcement and other agencies as required by the investigation, and shall follow procedures in OWR-09 in order to prevent conflict between contractor’s investigation and any other parallel criminal or administrative investigations. The contractor shall develop and maintain an automated database to provide workplace violence reports for tracking incidents and trends of violence on Fort Hood, to be composed of his own reports and those of predecessor contractors as furnished by the Government. The contractor shall participate in the existing workplace violence training program as prepared by the COR and conducted by the EAP program staff. The contractor will not be required to prepare any training materials but will be required utilize the existing curriculum prepared and provided by the COR.
Period of Performance:
Base Year: August 1, 2015 – July 31, 2016
Option Year 1: August 1, 2016 – July 31, 2017
Option Year 2: August 1, 2017 – July 31, 2018
Option Year 3: August 1, 2018 – July 31, 2019
Option Year 4: August 1, 2019 – July 31, 2020
The contractor shall be required to work a 32-hour flexible workweek that may include evenings and weekends in order to conduct investigations. Core work hours are 0800-1700 hours, Tuesday-Thursday and flexible hours for Monday or Friday. Training will be conducted during normal (core) working hours, 0800-1700 hours, Monday through Friday. However, when investigating serious incidents of violence is required, flex hours will be adjusted. Compensatory time or overtime is not required due to contractor working only 32 flexible hours during the week.
Location:
Directorate of Human Resources
Installation Workplace Violence Program (IWVP), for the Army Substance Abuse Program in support of Employee Assistance Program.
Building 36045, Room 112, Wratten Drive, Fort Hood, TX 76544.
Qualification:
Investigative/Military Background, a minimum of four years of experience directly related to the occupation equivalent to or greater than GS 09 Civil Service Experience. The contractor shall have knowledge of the laws of evidence, military and civilian laws as they relate to investigative procedures and skilled in application of this knowledge to assigned cases.
Clearance: Not required
The North American Industry Classification System (NAICS) code for this requirement is 561611, Investigation Services – Small Business Size Standard is $20.5M.
To support Small Business set-aside decision, it is particularly important that potential Small Business concerns provide industry comments as follows: (1) If you are a Small Business that performs on contracts under NAICS 561611 and plan on participating in the competition of this acquisition, please provide information relative to past performance and/or experience conducting Administrative Investigator Services for Workplace Violence Program. Information should be sufficient to support your capability to perform this requirement and should include detailed references (contract number, dollar value, scope of services and point of contact with their telephone numbers and whether it was a Government or a Commercial type contract); (2) state your business size and approximate annual gross revenue; (3) list your specific small business category (if applicable) for your company whether (a) HUBZone Small Business; (b) Small Disadvantaged Business; (c) 8(a) Firm; (d) Women-owned Small Business; (e) Service-Disabled Veteran-Owned Small Business; (f) Veteran-Owned Small Business; and (g) other (explain); (4) provide your company’s name, CAGE code, DUNS, address, point of contact, telephone number, and e-mail address; (5) provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Fort Hood, TX.
In addition to the above requested information: interested offeror shall provide detailed information on similar Investigation Services as an Administrative Investigator on Workplace Violence. Provide suggestions on how the requirement could be structured to facilitate competition by and amongst small business concerns. Describe any conditions, if any that may limit small businesses from participation. Information provided to the Government as a result of this request is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Contract Specialist or Contracting Officer, by potential offeror’s or their employees’ regarding this requirement is strictly prohibited.
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. Responses are due 06 March 2014 9:00 am CST. POC: Robert N. Wink, Contract Specialist, 254-287-5720 or email: robert.n.wink.mil@mail.mil
Set-Aside: Total Small Business Place of Performance: MICC – Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX 76544-5025 US URL: https://www.fbo.gov/notices/08893da2022f8a07b4cffa6312f481f6
OutreachSystems Article Number: 150203/PROCURE/0378 Matching Key Words: documentar*;
Agency for International Development, Overseas Missions, Dominican Republic USAID-Santo Domingo, Unit #5541 APO AA 34041-5541
R — TCN/USPSC Deputy Health Office Chief -GS13 USAID/ Dominican Republic SOL-517-15-000004 020915 Ana C. Diaz, Human Resources Asistant, Phone 1-809-368-7449, Email andiaz@usaid.gov – Soraya A Morillo, Supervisory Executive Specialist, Phone 809-368-7101, Email smorillo@usaid.gov ISSUANCE DATE: January 23, 2015
CLOSING DATE: February 09, 2015
SUBJECT: Solicitation No. SOL-517-15-000004 Personal Services Contract – USAID/Dominican Republic- US-TCNPSC Deputy Health Office Chief
Salary range US$73,115.00 to US$95,048 (GS-13)
Ladies and Gentlemen:
The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens and Third Country Nationals (TCNs) to provide personal services as described in the attached solicitation. The length of this position is estimated to be two (2) years.
Submittals shall be in accordance with the attached information at the place and time specified.
Any questions on this solicitation may be directed to:
Ana Díaz
USAID/Dominican Republic
Telephone Number: 809-368-7449
E-mail address: andiaz@usaid.gov
Applicants should retain for their records copies of all enclosure which accompany their applications. All applications and the required documents should be submitted to the following persons by February 09, at 4:30 pm Easter Time:
Ana Diaz/ Soraya ,Morillo
USAID/Dominican Republic
Telephone Number: 1-809-368-7449 / 1-809-368-7101
E-mail: andiaz@usaid.gov
E-mail: smorillo@usaid.gov
Sincerely,
Ken Seifert
Regional Executive Officer
USAID DR Deputy Health Office Chief
STATEMENT OF WORK/ How to apply
I. Introduction
USAID/Dominican Republic (DR) is seeking to fill the position of Deputy Health Office Chief to provide technical and supervisory leadership to the health team comprised of 1 US Direct Hire, 1 Personal Services Contractor and 5 FSNs managing an annual portfolio of over $7 million in PEPFAR HIV/AIDS funding. The incumbent will be responsible for HIV/AIDS issues for the Mission and will report to and support the USAID Health Office Chief, a U.S. direct hire who will provide general supervision and oversight of the Health Program portfolio. The Deputy Health Office Chief will contribute to the establishment of overall program priorities and work assignments, development of strategies, program and project designs, and scopes of work, as well as provide technical guidance and support to CORs and AORs in project implementation. S/he will have wide latitude for the exercise of independent judgment and will have formal decision-making authority in broad program areas consistent with USAID policies, goals, and strategies. Under the direction and guidance of the Chief of the Health Office, s/he will interact with the highest level of the Dominican government and represent USAID and the US Government in official settings.
II. Background
The Dominican Republic has transitioned to upper lower middle income country status which presents a variety of challenges in light of the paradigm shift from the traditional conceptualization of development support. The Mission strategy is focused on helping the Dominican Republic to Improve Citizen Security and on prevention and management of HIV/AIDS infections which is a key component of the strategy. The Health Team is in the process of revising traditional development approaches to better respond and support the shift in needs of a new upper middle income country which is facing the challenges of key and vulnerable populations existing in fragile states of poverty and outside of the safety net. Additionally as the conditions in the DR continue to improve, responsibility for management and sustainability of activities is shifting to the government and NGO counterparts. Within this context, USAID is also challenged with accomplishing its goals with declining budget support.
The PEPFAR program is based on a country team approach of U.S. government agencies which includes the Centers for Disease Control, the Department of Defense, the Peace Corps, and the Agency for International Development. The Deputy Health Office Director will be closely involved in planning, collaborating , and negotiating with these agencies to manage the overall activities under this joint program as defined by the overall yearly Country Operational Plan (COP).
Country Overview:
The HIV prevalence in the Dominican Republic is 0.8 percent in the general population (DHS 2013). The 2013 Spectrum model estimates approximately 43,700 persons living with HIV. Of persons newly diagnosed with HIV, approximately 50 percent of men and 35 percent of women have an AIDS defining condition [Ministry of Health (MOH), 2013]. As of January 2014, there were 25,232 (45.6 percent male, median age-41) persons receiving clinical follow-up in one of 77 treatment facilities, of which 18,539 (73.5 percent) were on anti-retroviral treatment (ART). Stigma, discrimination and gender-based violence (GBV) marginalize those affected and create barriers to their ability to access needed HIV prevention, care and treatment services.
The epidemic disproportionately affects specific Key Populations such as commercial sex workers (CSW), Men who Have Sex with Men (MSM), and Injecting Drug Users (DU). HIV seroprevalence among key populations (2012 Behavioral Surveillance Survey) is higher than in the general population. Other Targeted Vulnerable Groups such as residents of bateyes, mobile populations, at-risk youth, at-risk teenage girls and at-risk young women, and HIV pregnant women and their infants also have high infection rates (DHS 2013).
Since the beginning of the HIV epidemic, USAID has supported the Government of the Dominican Republic and local organizations to strengthen the HIV response. Historically, most of this support has been funneled through international institutions with a focus on service delivery rather than sustainability. The Dominican Republic has been able to scale-up HIV care and treatment services and slow the spread of HIV by rigorously implementing evidence-based prevention strategies like the 100% Condom Campaign targeting commercial sex workers. Meanwhile, many organizations have strengthened their institutional capacity; maturing from support groups to service delivery organizations. Leveraging this emerging local capacity reflects commitment to investing in local organizations in order to strengthen the comprehensive response to HIV and ensure sustainability.
The complex relationship between the Dominican Republic and Haiti is reflective of a history of highly uneven development. There are an estimated 1,000, 000 Haitians, including documented and undocumented immigrants, many living in extreme poverty, throughout the Dominican Republic. Numerous Haitians migrate to the DR seeking jobs, health care and a better life. For example, a significant number of women travel from Haiti to give birth in public hospitals in the Dominican Republic, returning to Haiti after delivery. It has been estimated in hospitals supported by USAID that between 20-35% of the patients delivering are Haitian and at the border areas this number rises to upwards of 70%. Additionally HIV prevalence in Haiti is estimated to be twice as high as in the DR. There is also considerable movement between Haiti and the Dominican Republic, which is especially exacerbated by the porous border. The January 12, 2010 earthquake in Haiti and the temporary movement of a large number of Haitians into the Dominican Republic further demonstrated the strong connectivity of issues across the island and a need for partnership.
The Deputy Health Office Chief will be mainly responsible for HIV/AIDS issues for the Mission and will report to and support the USAID Health Office Chief, a U.S. direct hire who will provide general supervision and oversight to the Health team. The Deputy Health Office Chief will contribute to the establishment of overall program priorities and work assignments, development of strategies, program and project designs, and scopes of work, as well as provide technical guidance and support to CORs and AORs in project implementation. S/he will have wide latitude for the exercise of independent judgment and will have formal decision-making authority in broad program areas consistent with USAID policies, goals, and strategies. S/he will interact with the highest level of the Dominican government and represent USAID and the US Government in official settings. S/he must be able to think and operate strategically and programmatically, analyzing complex situations in order to assist in the development of USAID strategic plans and programs, and assessing the impact of host country policies and practices on USAID programs. S/he will work in collaboration with members of the Health Team to achieve programmatic objectives. The incumbent will advise, collaborate and work with the health team in the planning, formulating, implementing, and monitoring and evaluating of health activities and strategies.
III. Major Duties and Responsibilities:
The Deputy Health Office Chief will have the following major duties and responsibilities:
A. Management: Team Duties
– Take the lead role in formulating the USAID/DR PEPFAR annual budget request. This includes ensuring that the budget tracking system for USAID/DR PEPFAR activities is accurate, complete, and up-to-date. Oversee obligations and sub-obligations for all USAID/DR PEPFAR activities. This includes ensuring that obligations tracking systems are accurate, effective, and utilized.
– Be closely involved in planning, collaborating , and negotiating with these partner PEPFAR agencies to manage the overall activities under this joint program as defined by the overall yearly Country Operational Plan (COP).
Represent USAID in meetings with USG and host country government officials at all levels.
– Lead the USAID/DR PEPFAR Office reporting processes. Contribute to and oversee, for USAID, the preparation of the PEPFAR Country Operational Plan (COP) and semi-annual and annual PEPFAR DR reports; USAID DR PPR; ad hoc technical reports as needs arise (i.e., report on funding gaps; analysis and interpretation of project data from USAID implementing partners; identification of program gaps, implementation problems; propose strategies, actions to address problems).
– Supervise, coach and mentor USAID PEPFAR staff working on the budget, reporting and monitoring processes. Assist, coach and mentor USAID PEPFAR program management staff and technical advisors in start-up and implementation requirements of newly awarded USAID grants/contracts.
– Design and oversee actions to address audit recommendations to ensure that recommendations are closed in a timely manner.
– Participate in Technical Evaluation Committees (TEC) as needed for hiring and procurement
– Has supervisory responsibility as assigned by the Health Office Director
B. Technical
– Provide strategic direction for USAID HIV/AIDS activities; identify appropriate technical assistance and contractual mechanisms to address HIV/AIDS needs in the DR.
– Participate in various GODR Technical Working Groups (TWGs) for HIV/AIDS-related areas including the Global Fund Country Coordination Meetings; collaborate closely with Dominican Republic Ministry of Health, CONAVIHSIDA and with other Dominican government partners as appropriate.
– Collaborate closely with other USG entities, particularly CDC, DOD and Peace Corps and other donors, PEPFAR implementing partners and civil society, in the design and implementation of the DR PEPFAR program. Must be conversant with and able to explain USAID and PEPFAR guidelines to host country counterparts.
C. Other Duties
– Contribute to select sections of the COP, PEPFAR semi-annual and annual reports, and other PEPFAR documents.
– Keep abreast on the USAID award mechanisms and requirements, technical area policies, objectives and strategies.
– Mentor and assist USAID staff in carrying out their duties.
– Prepare briefing papers, materials, speeches, and informational and/or analytical reports as required by the US Embassy, USAID/Washington or other stakeholders.
– Represent USAID at internal USG meetings, and in meetings with GODR, other donors, civil society, and PEPFAR implementing partners.
2. REQUIRED QUALIFICATIONS FOR THE POSITION (WEIGHTING IN % FOR RATING):
A. EDUCATION (10%)
-An advanced degree (minimum master’s level) in public health, i.e. health management, health policy, health education, epidemiology, or development studies or another field with links to the health sector.
B. TECHNICAL KNOWLEDGE (30%)
-Must have demonstrable knowledge of public health and socio-economic development issues, and good familiarity with HIV/AIDS issues and challenges in developing countries similar to the DR, including state-of-the-art strategies, activities and programs for addressing the AIDS epidemic.
-Good familiarity with international development theory, programming policies and practices, including multi-sector linkages and synergies;
C. WORK EXPERIENCE (30%)
-Minimum 7 years of progressively responsible experience as a program manager for complex HIV and health development assistance programs, including direct experience managing PEPFAR activities with a minimum 2 years experience in senior-level program management/leadership position based in a developing country, preferably in the Caribbean Region.
-Appropriate experience working in international health and/or other social sectors with links to health, including work in multi-year programs and projects (includes experience with project design and implementation; project trouble-shooting; data analysis and evaluation; report-writing; interacting with and advising a multitude of host country counterparts and implementing partners, etc.)
-Prior project management work within an international development organization, foreign assistance programs, or large implementing agencies (from private or nonprofit sector, or multilateral or other large donor agency).
-Prior staff supervisory and mentoring experience.
-Familiarity with GODR HIV/AIDS, health and social sector programs, priorities and policies is desirable.
D. COMMUNICATION AND LANGUAGE SKILLS (30%)
– Must have strong project management and supervisory (“people”) skills; able to work within a large bi-agency and bi-cultural team, and collaborate with a large number of senior level GODR officials, PEPFAR/DR partners, local leaders, and representatives of civil society.
– Must have excellent writing skills.
– Must be proficient in Microsoft Word, Excel and PowerPoint.
– FSI Level S4/R4 in English and S3+/R3+ in Spanish.
3. OTHER SIGNIFICANT FACTS:
A. GUIDELINES
Incumbent will follow and apply Agency guidelines, policies, rules and regulations, using good judgment and ingenuity to interpret their intent and apply them within the context of PEPFAR DR.
B. COMPLEXITY
Incumbent carries out a wide range of responsibilities that require an equally wide range of skills and analytical processes. Decision-making requires the capacity to quickly analyze, understand, synthesize and formulate appropriate and effective responses within a context of very short deadlines, multiple stakeholders with constant and ever-changing requirements, and continuous changes in technical program standards. The job requires a self-starter with initiative to stay abreast of developments in technical area and inventiveness to devise ways to apply new techniques and methodologies to the local environment to achieve maximum benefits. Requires the ability to lead and act as an effective supervisor/mentor within a multi-cultural team environment.
C. SCOPE AND EFFECT
Incumbent is considered to be an expert in the management of HIV/AIDS, public health or similar social sector programs, imminently qualified to advise and guide USG colleagues, host country government counterparts, U.S. cooperating agencies and local implementing partners on all matters related to USAID awards, policies, global goals and objectives. The incumbent’s work directly informs the development and major aspects of both administrative and professional employees’ own work, both within the PEPFAR DR team and with the PEPFAR DR external partners. Incumbent’s work involves formal responsibility for leading technical and program management activities, and guiding and coordinating the work of the USAID PEPFAR DR technical and administrative staff.
D. PERSONAL CONTACTS
Under the guidance and direction of the Health Office Chief, the incumbent will have contacts with counterpart officials at all levels, from high-ranking Government leaders and Ministers to the heads of technical directorates and units, to project directors and focal points. S/he will also have contacts with high-level officials and technical advisors from other donors and international organizations. Contacts take place in both structured and unstructured settings.
E. LEVEL AND PURPOSE OF CONTACTS
Incumbent is expected to influence, motivate, and direct people or groups and s/he must be resourceful in identifying the appropriate approach for negotiating and persuading others, and in establishing rapport in order to gain and relay information, including decision makers within the host government and on the USG colleagues in Washington DC, who might have different agendas and priorities than the USG PEPFAR team.
F. PHYSICAL DEMANDS/WORK ENVIRONMENT
The USAID PEPFAR DR Office is located in USAID Santo Domingo. On a regular periodic basis, incumbent must be able to travel within the DR to visit and assess progress at USAID PEPFAR DR implementing partners’ activity sites.
4. BASIS OF RATING APPLICATIONS
Selection Factors: Applicants must possess the minimum qualifications for the position (see criteria above: Education, Technical Knowledge, Work Experience, Communication and Other Skills). Additional factors to be taken into consideration include:
Applicant is a U.S. Citizen or Third Country National.
Completed and hand-signed federal form OF-612 and OF-612 continuation sheets is submitted by application deadline. (Note: All applicants must submit complete dates [months/years] and hours per week for all positions listed on the OF-612 to allow for adequate evaluation of your related and direct experience. Experience that cannot be quantified will not count towards meeting the experience requirements).
Resume
Cover letter and supporting documentation specifically addressing the minimum requirements for the position. Applicants must explain in their cover letter how they meet the requirements of the position. If excellent writing skills are required, applicants should submit a writing sample of a work document or publication, written by the applicant, covering a technical area relevant for the position applied for (include writing sample as an attachment to cover letter).
All applications will be evaluated and scored based on the required qualifications and documentation submitted with the application. Those applicants who are short-listed (determined to be competitively ranked) may also be evaluated on interview performance and satisfactory professional reference checks. Failure to address the selection criteria may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. USAID may contact the applicant’s professional references and verify academic credentials. Applicants may also be evaluated based on the performance in an interview.
Applicants who do not meet all of the selection criteria or do not provide the required documentation are considered NOT qualified for the position.
Language and Communication Skills: Must be fluent in English and Spanish and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including technical reports. Must have demonstrated ability to produce quality analytical pieces.
Teamwork/Interpersonal Skills: Exceptional teamwork and interpersonal skills are critical. In addition, the incumbent must be able and desire to interact effectively with Mission staff outside of the Health Team, other USG Agencies, and implementing partners. S/he must be able to function collaboratively and productively as a member of a multidisciplinary and multifunctional team and must have the ability to work effectively in a team environment to achieve consensus on policies, activities and administrative matters.
4. Knowledge and Other Skills: Thorough knowledge of public health development principles, program and project development, budgeting (preferred), and analytical skills required. Knowledge of USAID policies, procedures and directives related to strategic development, programming, project development, implementation, results review, performance monitoring, and evaluation desired. Strong spreadsheet, word processing, and internet skills are needed.
IV. Salary Range
The salary range for the position is equivalent to a GS-13 (US$73,115.00 to 95,048.00).
V. Selection Criteria
Applicants will be evaluated on the extent and quality of their education, knowledge, experience, language and other skills, as they relate to this position against the following criteria:
Education: 10 points
Technical Knowledge 30 points
Relevant Work Experience: 30 points
Relevant International Work Experience (10 points)
Project Management Experience (10 points)
Communication and Interpersonal Skills: 30 points
Total: 100 points
VI. Length of Contract
Estimated to be two (2) years.
VII. Period of Service:
The approximate start date for this position is on or about May/June 2015. Within 15 days after written notice from the Contracting Officer that all clearances have been received or, unless another date is specified by the Contracting Officer in writing, the Contractor shall proceed to the Dominican Republic to perform the above services.
VIII. Applying:
Applications must be received by the closing date and time at the address specified above.
Qualified individuals are required to submit:
– A complete U.S. Government Optional Form 612 with hand-written signature (downloadable forms are available on the USAID website, http://www.usaid.gov/procurement_bus_opp/procurement/forms.
-Resume
-Cover Letter
This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application.
List of Required Forms for PSCs
Forms outlined below can be found at: http://www.usaid.gov/forms/
1. Optional Form 612
2. Medical History and Examination Form (DS-1843) **
3. Questionnaire for Sensitive Positions (SF-86) ** or
4. Questionnaire for Non-Sensitive Positions (SF-85)**
5. Finger Print Card (FD-258)**
** Forms 2 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.
IX. Benefits and Allowances:
As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances:
BENEFITS:
Employer’s FICA Contribution
Contribution toward Health and Life Insurance
Pay Comparability Adjustment
Annual Increase (pending a satisfactory performance evaluation)
Eligibility for Worker’s Compensation
Annual and Sick Leave
ALLOWANCES (if Applicable): *
(A) Temporary Lodging Allowance (Section 120)
(B) Living Quarters Allowance (Section 130)
(C) Post Allowance (Section 220)
(D) Supplemental Post Allowance (Section 230)
(E) Separate Maintenance Allowance (Section 260)
(F) Education Allowance (Section 270)
(G) Education Travel (Section 280)
(H) Post Differential (Chapter 500)
(I) Payments during Evacuation/Authorized Departure (Section 600) and
(J) Danger Pay (Section 650)
* Standardized Regulations (Government Civilians Foreign Areas)
FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA and Medicare.
ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING HANDICAP, MARITAL STATUS, SEXUAL ORIENTATION, AND AFFILIATION WITH AN EMPLOYEE ORGANIZATION OR OTHER NON-MERIT FACTOR.
Place of Performance: USAID – DOMINICAN REPUBLIC Av. Republica de Colombia #57, Arroyo Hondo Santo Domingo DO URL: https://www.fbo.gov/spg/AID/OM/DOM/SOL-517-15-000004/listing.html
OutreachSystems Article Number: 150203/PROCURE/0464 Matching Key Words: writ*; technical;
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
R–Professional Scheduling Services Single Award Task Order Contract (SATOC) as needed for Military, Civil, and Reserve Construction Contracts administered by the Districts of the Great Lakes and Ohio River Division W912QR-14-T-0079 100214 Patrick Duggins, 502-315-6187 USACE District, Louisville This Request for Quote (RFQ) is for an Indefinite Quantity Contract to select one contractor for W912QR-14-T-0079 for professional scheduling services as needed for Military, Civil, and Reserve Construction contracts administered by the Districts of the Great Lakes and Ohio River Division and award one task order for the SEED project, provide Scheduling Services for the Ft. Knox Area Office. All work shall be performed in strict compliance with the attached specifications and all other terms, clauses and conditions incorporated herein.
Note: This solicitation contains an option clause to extend the awarded contract for up to four (4) additional one-year periods. The one-year option periods are as follows:
Option Year 1: 01 October 2015 thru 30 September 2016
Option Year 2: 01 October 2016 thru 30 September 2017
Option Year 3: 01 October 2017 thru 30 September 2018
Option Year 4: 01 October 2018 thru 30 September 2019
One award will be made from this RFQ.
This procurement is 100% set-aside for Small Business, under NAICS code 541611 (Size Standard: $15 million).
Set-Aside: Total Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-T-0079/listing.html
OutreachSystems Article Number: 150131/PROCURE/0073 Matching Key Words: age:state!ky; state!ky;
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
R–Visual Information Support Services Pre-Solicitation Addendum 3 N6134014R0017 Ferdinand Rodriguez 407-380-8076 T’ann Perrault – 407-380-4723 Notice Type: Addendum 3 to Pre-Solicitation/Synopsis
Solicitation Number: N61340-14-R-0017
VISUAL INFORMATION SUPPORT SERVICES (VISS)
Naval Air Warfare Center Training Systems Division
12350 Research Parkway
Orlando, FL 32826
The purpose of this addendum is to provide answers to questions raised during the Pre-Solicitation Site Visit and afterwards.
1. Question: Will the Request for Proposal (RFP) specify contractor role in equipment/facility upgrade projects?
Response: Yes, the Performance Work Statement (PWS) will list requirements.
2. Question: Are the Photos taken retouched to improve them or are only raw files required?
Response: Yes, photos are retouched.
3. Question: What video editing software is available to the contractor?
Response: Please see PWS for software listing types.
4.
Question: Who is the incumbent (if there is one)?
Response: This information was provided under Addendum 1 to the Pre-Solicitation Notice.
5. Question: What is the current level of effort? How many Full Time Equivalents (FTE’s)?
Response: We cannot provide that information. You should recommend them based on the service contract act labor categories and skills required in the PWS.
6. Question: What are the labor categories and the qualifications?
Response: You should recommend them based on the service contract act labor categories and skills required in the PWS.
7. Question: Will there be a draft RFP released? If so when?
Response: Yes, expect release approximately 28 April 2014.
8.
Question: Are there any major changes expected in the RFP?
Response: Offerors are required to provide a proposal based on the documents released in the final RFP.
9. Question: Is the contractor required to have a local SCIF?
Response: No
10. Question: Do you have a large auditorium (700+ seats) where you run AV equipment?
Response: No, however some off-site event requirements may be required, see estimate amounts in PWS
11. Question: What is the value of Government Furnished Equipment (GFE)? How many unique items?
Response: GFE Value is approximately $800K. Most high value GFE is stationary and already mounted at spaces they are being used at. Please see listing in PWS.
12.
Question: Will the final RFP include equipment identified by location/conf. room?
Response: Yes
13. Question: Will the sign-in sheets for the site visit be available to all participants?
Response: Yes. Provided under this Addendum
14. Question: Will the government provide vehicles for local travel?
Response: No
15. Question: Does the government expect technical support services such as AV installation?
Response: Installation will not be required however contractor may be required to connect equipment components.
16. Question: In noticing the touchscreen displays, is interactive multimedia programming a requirement on this PWS?
Response: Yes, please see PWS work estimates.
17.
Question: Is the CCTV Support for the entire campus or just specific buildings?
Response: CCTV is currently only supported in 2 buildings and the requirement is only to ensure that the patches are in place to send the signal to the required locations and that the receiving equipment is turned on. The final PWS will clarify this area.
18. Question: Will the slides be posted on FBO.gov?
Response: Yes. Provided under this Addendum (no pictures included).
19. Question: Can you provide a percentage of VTC’s that are customer dial up versus supported by contract personnel?
Response: We are unable to provide a percentage of VTC’s that will be dedicated Customer Dial up. Refer to PWS for VTC support requirement with respect to Dial up and assistance.
20.
Question: Is the requirement for Friday 18 April considered sources sought?
Response: The government may use it as an additional sources sought in conjunction with the capabilities statements provided by the deadline date of 18 April 2014.
21. Question: Is there a format and page limitation for the RFP?
Response: This information will be provided in the final RFP package.
22. Question: How many individuals are needed for each team?
Response: Companies need to address this based on their interpretation of the Performance Based workload estimates in the PWS.
23. Question: Would there be any future windows to adding additional site visits?
Response: We do not plan on scheduling any additional site visits.
The deadline for submitting questions related to this pre-solicitation notice was on Friday, 18 April 2014.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134014R0017/listing.html
OutreachSystems Article Number: 150131/PROCURE/0439 Matching Key Words: video*; edit*; train*; you; site?; page?; business*; event?;
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
R–Visual Information Support Services Questions & Answers to the Draft RFP posted on 14 May 2014. N6134014R0017 Ferdinand Rodriguez 407-380-8076 T’ann Perrault, 407-380-4723 Visual Information Support Services
N61340-14-R-0017
Pre-proposal (Draft RFP) Questions (1)
1. When will the Final RFP and all Attachments (1 – 11), DD254, GFP/GFE/GFM be available?
Answer: We expect to release it no later than 13 June 2014.
2. Approximately how long will vendors have to respond?
Answer: No less than Thirty (30) days.
3. Will NAVAIR provide incumbency information: Contract number, Contractor name, and period of performance?
Answer: This information has already been provided. Please see the initial synopsis/pre-solicitation site visit notice.
4. Are workload estimates listed in PWS paragraph 5.1.4 hours, for clarification? It appears Presentation is listed in hours, but VTC is mixed and Photo is hours? And Special Events units is number per year? Is that correct?
Answer: Presentation and Audiovisual Services Workload numbers listed in the estimates are “eachâ€.
If the number represents hours it is listed by the product in parentheses. For example under “Videoâ€, editing is (hours) 2000.
The VTC is listed as required working hours to support 7:30 A.M. through 5:00 P.M. with approximately 250 VTC’s monthly between all systems. Photo is hours and Special Evevnts is number per year.
5. Is it permitted for a Small Business prime to have a large company as a subcontractor for this solicitation?
Answer: Yes. Offeror/contractor must comply with FAR 52.219-14, Limitations on Subcontracting.
NOTE: If anyone was having problems with not being able to access the notices being posted it was because the solicitation number was archived. It has now been un-archived and everyone should be able to access/receive notices whenever we post any new information.
Set-Aside: Total Small Business Place of Performance: NAWCTSD, Orlando, Florida 32826 US URL: https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134014R0017/listing.html
OutreachSystems Article Number: 150131/PROCURE/0440 Matching Key Words: video*; edit*; produc*; site?; business*; event?; video; audiovisual; serv*;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — BROADCAST JOURNALIST (TV) JERUSALEM BBG39-Q-15-PERSIAN-028 021315 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: BROADCAST JOURNALIST (TV REPORTER) – VOA PERSIAN
JERUSALEM, ISRAEL
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-028 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, dated July 25, 2014.
(iv) The contractor 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 contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from February 23, 2015 through August 23, 2015 with one (1) option of six (6) months from February 24, 2015 through February 22, 2016. Multiple awards may be considered for this requirement at the discretion of the Government.. The price quotation is valid for six months from date of submission.
(v) 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 Broadcast Journalist services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) In Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vi) The period of performance is anticipated to start February 23, 2015 through August 23, 2015, with option to extend services one year from date of award.
(vii) 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 contractor 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. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated. To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(viii) 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 (best value).
1) Technical – Must be fluent in the Perisan Language and have working knowledge of English, able to write clearly and accurately; Must possess excellent interview and conversational writing skills; Compelling story-teller; Shooting and editing experience; Able to create personalized stories; comprehensive understanding of international news and knowledge of domestic Iranian news and social trends; ability to generate daily and enterprise story ideas; able to produce and post content to our websites; able to use social media outlets to engage viewers; must be able to work well under pressure; strong initiative and attention to detail is required; able to develop Word documents and Excel spreadsheets without assistance. Bachelor’s degree in Journalism or related area is preferred.
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.
(ix) 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.
(x) 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.
(xi) 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)
(xii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work; 42.249-2 Termination for Convenience of Government (Fixed Price); 52.249-8; Terminatin for Default Fixed Price) (Supply and Services).
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).
(xiii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(ixv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_solicitations@voanews.com . Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on February February 3, 2015 Responses to questions will be posted to FedbizOps by COB February 6, 2015.
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 Pesian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on February 13,2015.
(xv) 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: JERUSALEM, ISRAEL AND SURROUNDING AREAS IL URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-028/listing.html
OutreachSystems Article Number: 150130/PROCURE/0073 Matching Key Words: naics!711510;
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
R–IDIQ Contract for CADD Technician Services at Louisville District USACE W912QR-15-T-0016 021315 Careka Squire, 502-315-6804 USACE District, Louisville 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.
The contractor shall provide technical assistance and continuity of the computer aided drafting and design (CADD) services workload for engineering design element in Design Branch of the Louisville District. The contractor shall work with and under the guidance of Louisville District Design Branch personnel on engineering efforts, including technical assistance for development of plans and models.
The Estimated Price Range is between $500,000 and $1,000,000. This is a single phase procurement following the Best Value Trade Off approach.
The technical information contained in the proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Technical(Past Performance and Resumes)and Price. The solicitation will be available by download from the Internet only. NAICS code is 541340. This is a Total Small Business Set-Aside procurement. Size Limitation is $7.5M. Contract duration will be for a five (5) year period. Due date for proposals is 13 February 2015 at 12:00 p.m. Louisville time (EDT). Documents are available for download only through the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Amendments will be available from the FedBizOpps website by download only. General questions may be addressed to Careka Squire at Careka.C.Squire@usace.army.mil or call (502) 315-6804.
Set-Aside: Total Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-15-T-0016/listing.html
OutreachSystems Article Number: 150130/PROCURE/0079 Matching Key Words: age:state!ky; state!ky;
Department of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001
T — AUDIO VISUAL PRODUCTION AND SUPPORT CONTRACTS DOL-OPS-15-N-00010 021315 Sheila J. Thompson, Email thompson.sheila@dol.gov SOURCES SOUGHT NOTICE
DEPARTMENT OF LABOR, OFFICE OF PUBLIC AFFAIRS, AUDIO VISUAL PRODUCTION AND SUPPORT CONTRACTS
Place of Performance: 200 CONSTITUTION AVENUE, NW WASHINGTON, DC 20210 US URL: https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-15-N-00010/listing.html
OutreachSystems Article Number: 150129/PROCURE/0397 Matching Key Words: naics!512110;
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
99–Permanent Birth Control System W91YTZ-15-T-0044 020515 Ricardo Cordero, 301-619-4033 Medcom Contracting Center North Atlantic This is not a formal Request for Proposal (RFP) and does not commit The Department of The Army, Healthcare Acquisition Activity – Northern Regional Contracting Office, to award a contract now or in the future.
This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this sources sought is strictly voluntary and will not affect any firms’ ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this source sought or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this sources sought and the Government’s use of such information.
This is a Sources Sought Notice is conducted to identify potential sources capable of meeting the requirements to deliver Permanent Birth Control System in support of Ireland Army Community Hospital, Fort Knox, KY. See Attachment 1 for a List of Salient Characteristics. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 326299.
Capability Statement –
If your firm has the potential capacity to deliver these items, please provide the following information:
1) Company Information
a. DUNS and NAICS code
b. Company Name
c. Company Address (including point of contact, phone number and email address)
e. Type/Size of company (small business (SB) or other than SB),
2) Review the attached list and identify all items that your firm is able to supply/deliver.
The government will evaluate market information to ascertain potential market capacity to provide/deliver the listed Permanent Birth Control System. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed items are invited to submit a response to this Sources Sought Notice by 5:00 PM EST on February 5, 2015. All responses under this Sources Sought Notice must be emailed to ricardo.a.corderocruz.civ@mail.mil
If you have any questions concerning this opportunity please contact:
Ricardo A. Cordero Cruz at ricardo.a.corderocruz.civ@mail.mil
Attachment 1: List of Salient Characteristics
Salient Characteristics – Permanent Birth Control
(1) Should be permanent birth control method for women
(2) Should be able to create a permanent barrier against pregnancy
(3) Should involve placing soft, flexible inserts into the fallopian tubes
(4) Should have tissue forming around the inserts in about three months
(5) Should not require a skin incision for women
(6) Should be 99.83 percent effective when used according to the approved instructions
(7) Should have clinical study over extended period of time
(8) Should not require general anesthesia during procedure
(9) Should not contain or release hormones (inserts)
(10) Should have recovery time 45 minutes after the procedure, and to return to normal activity within one to two days.
Place of Performance: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC 20307-5000 US URL: https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-15-T-0044/listing.html
OutreachSystems Article Number: 150129/PROCURE/0449 Matching Key Words: state!ky;
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
99–Donor Tissue Grafts W91YTZ-15-T-0045 020515 Ricardo Cordero, 301-619-4033 Medcom Contracting Center North Atlantic This is not a formal Request for Proposal (RFP) and does not commit The Department of The Army, Healthcare Acquisition Activity – Northern Regional Contracting Office, to award a contract now or in the future.
This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this sources sought is strictly voluntary and will not affect any firms’ ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this source sought or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this sources sought and the Government’s use of such information.
This is a Sources Sought Notice is conducted to identify potential sources capable of meeting the requirements to deliver Donor Tissue Grafts in support of Ireland Army Community Hospital, Fort Knox, KY. See Attachment 1 for a List of potential Donor Tissue Grafts. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 621991.
Capability Statement –
If your firm has the potential capacity to deliver these items, please provide the following information:
1) Company Information
a. DUNS and NAICS code
b. Company Name
c. Company Address (including point of contact, phone number and email address)
e. Type/Size of company (small business (SB) or other than SB),
2) Review the attached list and identify all items that your firm is able to supply/deliver.
The government will evaluate market information to ascertain potential market capacity to provide/deliver the listed Donor Tissue Grafts. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed items are invited to submit a response to this Sources Sought Notice by 5:00 PM EST on February 5, 2015. All responses under this Sources Sought Notice must be emailed to ricardo.a.corderocruz.civ@mail.mil
If you have any questions concerning this opportunity please contact:
Ricardo A. Cordero Cruz at ricardo.a.corderocruz.civ@mail.mil
Place of Performance: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC 20307-5000 US URL: https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-15-T-0045/listing.html
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — ANCHOR/WRITER/REPORTER – VOA PERSIAN SERVICE BBG39-Q-15-PERSIAN-022 021115 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com (i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-022 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.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.
(v) The Offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The Offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from February 16, 2015 – August 16, 2015, with one (1) option period of six months from August 17, 2015 – February 15, 2016. Price quotation shall be valid for six month s from date of submission. Multiple awards may be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with Offeror for Television, Internet and Multimedia services (Anchor/Writer/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start February 16, 2015 through August 15, 2015 with option to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested Offerors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The Offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. The Offeror is required to provide no more than three (3) references from previous customers or same or similar services See attachment B (Past Performance Reference).
3. Offeror shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include Offeror’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work. 52.249-1 Termination for Convenience of Government (Fixed Price) (Short Form); 52.249-2 Termination for Convenience of Government (Fixed Price) (Short Form); 52.229-8 Termination for Default (Fixed Prices Supply and Services)
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 Persian_Solicitations@voanews.com. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on January 30, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.
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, PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 12:00 p.m. Eastern Daylight Time on February 11, 2015.
(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: BBG/IBB/VOA PERSIAN SERVICE 330 Independence AVE, SW, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-022/listing.html
OutreachSystems Article Number: 150128/PROCURE/0079 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 — ASSISTANT PRODUCER/CHYRON/TELEPROMPTER OPERATOR – WASHINGTON, DC BBG39-Q-15-PERSIAN-023 021115 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: ASSISTANT PRODUCER/CHRYON-TELEPROMPTER OPERATOR
VOA PERSIAN DIVISION – WASHINGTON, DC
(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-023 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 from February 15, 2015 through August 15, 2015, one (1) option period of six (6) months from August 16, 2015 through February 15, 2016. Multiple awards may be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.
(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 as an Assistant Producer/Chyron-Teleprompter Operator as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. 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 February 16, 2015 through August 16, 2015 with option 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. Price Quotation will be valid for six month from the date of submission.
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 software and broadcast equipment. Advanced in using 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; 52.249-1 Termination for Convenience of the Government; 52.249-2; Termination for the Convenience of the Governmetn and 52.249-8 Termination for Defalut (Fixed Prices Supply and Services).
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.
Set-Aside: Total Small Business Place of Performance: BBG/IBB/VOA PERSIAN SERVICE 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-023/listing.html
OutreachSystems Article Number: 150128/PROCURE/0080 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 — COMBINATION/TELEVISION PRODUCTION SERVICES – WASHINGTON, DC BBG39-Q-15-PERSIAN-024 021115 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 BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-024 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 may 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 February 15, 2015 through August 15, 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; 52.249-1 Termination for Convenicne of Government; 52.249-2-Termination for Convenicne.
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 Persian_Solicitations@voanews.com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on January 30, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.
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 Persian_Solicitations@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 February 11,2015.
(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: BBG/IBB/VOA PERSIAN SERVICE 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-024/listing.html
OutreachSystems Article Number: 150128/PROCURE/0081 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 — VIDEO SHOOTER/EDITOR/PRODUCER – WASHINGTON, DC BBG39-Q-15-PERSIAN-025 021115 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEO SHOOTER/EDITOR/PRODUCER
VOA PERSIAN DIVISION – WASHINGTON, DC
(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-025 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 not 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 from February 15, 2015 through August 15, 2015, one (1) option period of six (6) months from August 16, 2015 through February 15, 2016. Multiple awards may be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.
(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 Washington, DC 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 February 15, 2015 through August 15, 2015, with option 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. Price Quotation will be valid for six month from the date of submission.
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 and using digital cameras.
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. Price quotation shall be valid for six (6) months from date of submission.
(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, 52.249-1 Terminatoin for Convenience of Government (Fixed Price) (Short Form), 52.249-2 Termination for Convenience of Government (FIxed Price) (Short Form); 52.248-8 Termination for Default (Fixed Prices Supplies and Services).
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 Persian_Solicitations@voanews .com . Written questions must be submitted before 3:00pm Eastern Daylight Time on January 30, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.
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 Persian_Solicitations@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 February 11, 2015.
(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: BBG/IBB/VOA PERSIAN SERVICE 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-025/listing.html
OutreachSystems Article Number: 150128/PROCURE/0082 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?; naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — WRITER/RESEARCHER/REPORTER/PRODUCER – WASHINGTON, DC AND NEW YORK, NY BBG39-Q-15-PERSIAN-026 021115 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: WRITER/RESEARCHER/REPORTER/PRODUCER IN WSHINGTON, DC AND NEW YORK, NY – VOA PERSIAN SERVICE
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-026 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) 2005-075, effective July 25, 2014.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.
(v) The contractor 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 contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from February 15, 2015 through August 15, 2015 with one option period (6) months from August 16, 2015 through February 14, 2016. Multiple awards may be considered for this requirement at the discretion of the Government. Price quotation shall be valid for six (6) months from date of submission.
(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 Writer/Researcher/Reporter/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. and 26 Federal Plaza, New York, NY This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start February 15, 2015 through
August 15, 2015 with option 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 contractor 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. Price Quotation shall be valid for six (6) months from date of submission. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include 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 next fiscal year; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work, 52.249-2-Terminatoin for Convenience of Government (Fixed Price) (Short Form); 52.249-8-Termination for Default (Fixed Prices for Supplies and Services).
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 Persian_Solicitations@voanews .com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on February 1, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.
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 Pesian_Solicitations@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 February 11, 2015.
(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: BBG/IBB/VOA PERSIAN SERVICE, 330 Independence Ave, SW, Washington, DC and 26 Federal Plaza, New York, NY and surrounding areas Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-026/listing.html
FedBizOpps – Awards
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
R–Single Award Task Order Contract for Scheduling Services for construction programs administered by the Districts of the Great Lakes and Ohio River Division to include the Nationwide Army Reserve Program W912QR-14-T-0079 Patrick Duggins, 502-315-6187 USACE District, Louisville W912QR-15-D-0010 $4,000,000.00 013015 0001 REKOB GLOBAL INC. (078458373)
7518 LEGACY PINES DR
CYPRESS, TX 77433 Single Award Task Order Contract for Scheduling Services for construction programs administered by the Districts of the Great Lakes and Ohio River Division to include the Nationwide Army Reserve Program
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-T-0079/listing.html
OutreachSystems Article Number: 150131/AWARDS/0570 Matching Key Words: age:state!ky;
USABID State and Local Purchases
Wisconsin – Public Notices http://publicnotices.wi.gov/Notices.asp?menu=1 101 E Wilson St., Madison WI 53703, 608-266-2605
T – Brand Strategy, Market Planning, Web Development and Video Produ SOL Brand Strategy, Market Planning, Web Development and Video Production (UW-MAD) [15-5567] For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150203/BID/0568 Matching Key Words: video*; produc*; web; production?;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – KLEC Instructor Monitoring RFP : 1500000187 Departmen SOL KLEC Instructor Monitoring RFP : 1500000187 Department Of Criminal Justice Training Published On : 1/30/15 Amended On : Closing On : 2/13/15 4:30 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150202/BID/0003 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 – Internal Auditor Services SOL 07-15 Internal Auditor Services Due Date: 02/27/2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150202/BID/0280 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 – School Activity Fund Banking Services SOL 09-15 School Activity Fund Banking Services Due Date: 02/27/2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150202/BID/0281 Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
R – Debt Collection Services SOL RFP-3373-0-2015/PL Debt Collection Services Due Date: 2/20/2015 3:00 PM Eastern Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150202/BID/0282 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
T – Louisville Zoo Printing SOL IFB-3375-0-2015/ES Louisville Zoo Printing Due Date: 2/11/2015 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150202/BID/0814 Matching Key Words: age:state!ky; state!ky;
Mississippi Press Association http://www.publicnoticeads.com/MS/search/searchnotices.asp 371 Edgewood Terrace; Jackson, MS 39206; (601) 981-3060 Fax 601.981.3676
R – Legal Notice The Mississippi Department of Transportation (MDO SOL Public Notice ID: 22121095.HTM Legal Notice The Mississippi Department of Transportation (MDOT) proposes to execute a Master Contract(s) with firms for the purpose of providing Wetlands, Waters of the US, and Threatened & Endangered Species Assessment Services, Statewide. This includes, but not limited to, gathering data on Wetlands, Waters, and Threatened & Endangered Species, conduct the field assessments, prepare reports, assessments, applications and any other related activities, assist MDOT with any coordination of meetings related to the above activities, and assist MDOT in establishing and/or maintaining any mitigation banks/service areas by providing the necessary documentation such as prospectus, banking instrument, coordinating restoration activities, performing hydrologic and hydraulic studies including hydrologic and hydraulic modeling to aid in stream restoration or rehabilitation and conceptual planning, and any other related activities. The Master Contract will utilize Cost plus Fixed Fee, Labor Hour/Unit Price, or Firm Fixed Price Work Assignments. The terms of a Master Contract for a selected consultant will not exceed 3 1/2 years with an estimated maximum contract amount of up to one (1) million dollars; however, MDOT may elect to execute a contract for a lesser not to exceed amount. Selected consultants may be assigned Work Assignments throughout the Master Contract term. Work Assignments will be assigned based on MDOT’s standard operating procedures. To be considered, the Expression of Interest proposal must respond to all requirements of this legal ad and any addenda. The recommended proposal length should not exceed twenty-five (25) pages, exclusive of appendices. The resumes (which should not exceed 2 pages per individual in length), SF-330 Part II, proof of State Licensure and certificates requirements, and other information not relevant to the requirements should be included in the appendices. The Consultant’s cover letter, table of contents, summaries and introductions, team organizational chart, past performances, and responses to the evaluation criteria should be included in the 25 pages. Pages should be numbered, single-spaced, one-sided, 8.5 by 11 with margins of at least one inch on all four sides. No more than five pages may be 11 by 17, but they may count as two sheets each against the recommended 25 page maximum. Information within the recommended 25 page limit of the proposal should be complete and sufficient in scope for the selection committee to evaluate the Consultant. Also, all text information in the recommended 25 page limit should be shown in a readable font, size 12 points or larger. Headers, charts, and other graphics may be provided in a different font type and size providing they are legible. Section dividers, tabs, or similar means are recommended but are not counted as part of the recommended 25 page limit. These recommendations will be considered when evaluating the quality of proposal. With the exception of the information to be supplied in the appendices, the Expression of Interest proposal should be divided into the following sections as listed below. Consulting firms (CONSULTANT) interested in providing these services may so indicate by furnishing the Department eight (8) copies and one (1) CD of an Expression of Interest which should consist of the following unless specifically stated otherwise: 1. The Prime CONSULTANT should provide a cover letter specifying the name and complete description of the Master Contract, the name of the Prime CONSULTANT and any of its Subconsultant(s), the name of an individual who will be the single point of contact throughout the selection process, the name of the project manager, the location and address of the managing office, and the location and address of the office(s) that may be assigned the work. Should any Subconsultant(s) be listed as team members, identify the roles of each of the team’s members. In addition, the CONSULTANT must note if this is a joint venture; 2. The CONSULTANT should provide a resume for each principal member, the project manager, and employee(s) of the firm anticipated to be assigned to the project. Also, provide a team organizational chart and list each person’s experience and qualifications, including proof that the Project Manager has a degree in biological or natural resource sciences or licensed as a Mississippi Professional Engineer. The team organizational chart should include each individual’s name, job description (for the project), and company of employment; 3. The CONSULTANT should provide a description of similar type work completed during the past five (5) years which qualifies the consultant for this work. Provide a detailed description of the role of the consultant and define whether the consultant was the prime or a subconsultant. Include in the description the amount of the consultant’s contract for the work they provided for the project, the date the consultant’s project was initiated, the consultant’s scheduled completion date in accordance with the progress schedule, and when the consultant completed the work as stated in the contract. If the consultant’s project was not completed on-time, identify any justifications. The firm should provide contact information for each of the projects. This will include the name of the client and client’s representative that can verify and discuss the project; 4. The CONSULTANT should provide Part II of Standard Form (SF) 330, Architect-Engineer Qualifications. If a firm has branch offices, complete the form for each specific branch office seeking work. In addition, this form should be completed for any subconsultants in the same manner. This form can be obtained at the following web-address: http://sp.gomdot.com/Consulting%20Services/Forms/Standard%20Form%20(SF)%20330,%20Part%20II.pdf. Interested firms without internet access may obtain this information by contacting Scot Ehrgott at (601) 359-7536; and, 5. The CONSULTANT should provide a response containing the information upon which the consultant will be evaluated (see below). The Department will evaluate the Expressions of Interest based on the following factors listed in their relative order of importance: Experience, performance, and qualifications of the team’s staff; Past performance of the consultant (and any subconsultant) on similar projects with MDOT and/or other clients; Experience, performance, and qualifications of the proposed Project Manager; Consultant’s past performance and experience in achieving agreed project delivery schedules and mitigating project delays; Location/proximity of the consultant’s (and any subconsultant’s) office(s); and Quality of Proposal. The CONSULTANT should mark any and all pages of the proposal considered to be proprietary information which may remain confidential in accordance with Mississippi Code Annotated 25-61-9 and 79-23-1 (1972, as amended). Each page of the proposal that the CONSULTANT considers trade secrets or confidential commercial or financial information should be on a different color paper than non-confidential pages and be marked in the upper right hand corner with the word CONFIDENTIAL. Failure to clearly identify trade secrets or confidential commercial or financial information will result in that information being released subject to a public records request. DBE goals may be applied to Work Assignments at MDOT’s discretion. In the event that a DBE goal is required on an individual work assignment, MDOT approval of the DBE subconsultant(s) will be required. The MDOT reserves the right to reject any and all Proposals, discontinue contract execution, and/or request additional information with any party at any time prior to final contract execution. The MDOT reserves the right to obtain references from any source listed in the Proposal and any other source deemed appropriate for any of the requirements/criteria listed in this legal notice. If a Consultant opts to request a debriefing following the announcement of the selected Consultant(s), the Consultant shall send an email to the below addressee within two (2) weeks of the distribution of the notification letter of the selecte d Consultant(s). Any debriefings shall be limited to the merits of the individual Consultant’s proposal. Scot Ehrgott, P.E., MDOT Director of Consultant Services e-mailed to sehrgott@mdot.ms.gov and copy srone@mdot.ms.gov All questions related to this solicitation shall be e-mailed to the addressee below: Scot Ehrgott, P.E., MDOT Director of Consultant Services e-mailed to sehrgott@mdot.ms.gov and copy srone@mdot.ms.gov Only written requests e-mailed to the above addressee will be considered. No requests for additional information or clarification to any other MDOT office, consultant, or employee will be considered. All responses and addenda will be in writing and will be posted to the MDOT website (http://mdot.ms.gov/portal/LegalAD.aspx) no later than 7 days prior to the submittal deadline. The submission deadline for questions will be 10 days prior to the submittal deadline. Consultants shall be solely responsible for checking the website for updates. The MDOT will not be responsible for any oral exchange or any exchange of information that occurs outside the official process specified herein. To be considered, all replies must be received by 5:00 p.m., Central Time, Thursday, February 19, 2015, in the Office of the Director of Consultant Services, Scot Ehrgott, Mail Code 90-01, Mississippi Department of Transportation Building, 401 North West Street, Jackson, Mississippi, 39201. This Legal Notice will appear in the Clarion Ledger on January 21st and 28th, 2015. The Mississippi Transportation Commission and the Mississippi Department of Transportation are equal opportunity employers. As provided by Title VI of the Civil Rights Act of 1964 as amended, and the Civil Rights Restoration Act of 1987 (P.L. 100.259), the Mississippi Department of Transportation (MDOT) assures that no person shall on the grounds of race, color, national origin, sex, religion, age, or disability be excluded from participating in, be denied the benefits of, or otherwise subjected to discrimination under any program or activity from the MDOT. January 21 and 28, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150202/BID/0897 Matching Key Words: writ*; copy; standard; operating; procedure?;
Kentucky – City of Lexington https://lfucg.economicengine.com 200 East Main Street; Lexington, KY 40380; (859) 258-3320
R – Financial Auditors SOL RFP5-2015 Audit of Financial Statements Due Date: 02/19/2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150130/BID/0276 Matching Key Words: age:state!ky; state!ky;
Louisiana Press Association http://www.publicnoticeads.com/LA/search/searchnotices.asp 404 Europe Street; Baton Rouge, LA 70802; (225) 344-9309
T – CITY OF COVINGTON SOUND, LIGHTING & VIDEO PRODUCTION AND M SOL Public Notice ID: 22127518.HTM CITY OF COVINGTON SOUND, LIGHTING & VIDEO PRODUCTION AND MONITORING SERVICES – THE CITY OF COVINGTON IS SEEKING PROPOSALS FOR SOUND, LIGHTING AND VIDEO PRODUCTION AND MONITORING SERVICES FOR THE CITYS PUBLIC EVENTS AND PRIVATE RENTAL EVENTS. The COMPLETE Request for Proposal with ALL REQUIREMENTS and all detailed information of services needed is available on the Citys website at http://www.covla.com, from the Director of Administration, 317 North Jefferson Ave., Covington, LA 70433, by telephoning (985) 898-4714 or by email at ghayes@covla.com. Sealed proposals will be accepted until February 11, 2015 at 2:00 p.m. Emailed proposals will NOT be accepted. Sealed proposals shall set forth the cost per hour separately for (1) sound, lighting and video production and (2) monitoring services and should be submitted to: Ms. Gina Hayes, Director of Administration 317 N. Jefferson Ave. Covington, LA 70433 1/15, 1/22 & 1/29/15 For more information about this opportunity please contact the buyer directly.
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
R – Primary Depository & Investment Banking Services SOL 10-15 Primary Depository & Investment Banking Services Due Date: 02/27/2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150129/BID/0244 Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
R – Bid 3371 – Industrial Gases for Fleet Services SOL IFB-3371-0-2015/PL Bid 3371 – Industrial Gases for Fleet Services Due Date: 2/10/2015 3:00 PM Eastern Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.
Kentucky – Louisville Water Company http://www.lwckyplanroom.com/View/Default.aspx Louisville Water Company ePlanroom City Government Customer Service Call: MetroCall 311 or (502) 574-5000
99 – 15-27 / Cherry Grove Grid Tie SOL 15-27 / Cherry Grove Grid Tie Due Date: 02/11/2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150128/BID/0187 Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Water Company http://www.lwckyplanroom.com/View/Default.aspx Louisville Water Company ePlanroom City Government Customer Service Call: MetroCall 311 or (502) 574-5000
99 – 15-14 / East End Area MRRP SOL 15-14 / East End Area MRRP Due Date: 02/11/2015 For more information about this opportunity please contact the buyer directly.
Kentucky State Procurement
Fayette County Public Schools, The Purchasing Office, Louie Mack Building Room 101, 460 Springhill Drive, Lexington, Kentucky 40503
R — AUDIT SERVICES. 08-15 DUE 27-FEB-2015 Phone: (859) 381-4100; Website: https://fcps.economicengine.com For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150203/KY/7941 Matching Key Words: age:state!ky; state!ky;
Louisville Metro Government – Division of Purchasing, 611 West Jefferson Street; Louisville, Kentucky 40202
U — FOOD SERVICE MANAGER CERTIFICATION COURSE. IFB-3372-0-2015/ES DUE 06-FEB-2015 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 Due Date: 2/6/2015 3:00 PM Eastern. Contact: Eugene Skeete. For more information about this opportunity please contact the buyer directly. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150203/KY/7942 Matching Key Words: age:state!ky; state!ky;
February 4, 2015
Business, Business / Career, Education, Government