BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

SOURCE:  Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC) 

NOTE:  all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org

FedBizOpps – Procurements

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

R — RFERL Azeri TV Programming bbg50R150030 051515 Diane Sturgis, Contract Specialist, Phone 202-382-7849, Fax 202-382-7854, Email dsturgis@bbg.gov – Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov General Information

Document Type:                               Combined Synopsis/Solicitation

Solicitation Number:                      BBG50-R-15-0030

Posted Date:                                     April 30, 2015

Original Response Date:                               May 15, 2015

Contracting Officer Address:

Broadcasting Board of Governors (BBG)

Attn: Diane Sturgis, Contract Officer

330 Independence Avenue, SW Suite 4360

Washington, DC 20237

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 separate WRITTEN SOLICITATION WILL NOT BE ISSUED.   The solicitation number BBG50-R-15-0030 is issued as a request for proposal (RFP) for the acquisition of Broadcasting Services, in support of the Broadcasting Board of Governors   330 Independence Avenue, Washington, D.C., 20237.

SPECIFICATIONS/STATEMENT OF WORK:

The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Strategy and Development (OSD) in Prague, Czech Republic, is seeking a satellite TV channel that has the ability to reach mass audiences with coverage throughout Turkey and Azerbaijan.

The Network shall broadcast RFE/RL Azerbaijani program on Friday at 1900-1945 Istanbul   time, with the airing not varying more than two minutes from the time agreed upon. Samples can be found here:

https://www.youtube.com/watch?v–tZWUb4oz6I

BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Turkey.

Network shall broadcast the program in its entirety, without alteration, abridgement or excerption.  However, Network shall have the right to determine whether the program is in accordance with the laws of Turkey.

;Program shall be transmitted by BBG via satellite or Internet/FTP – with technical details of the transmission to the Network(s) and feed transmission times to be mutually agreed upon.

Each party shall identify points of contact to discuss any alteration of the program‘s scheduled playback, or other technical or administrative details in advance.

PAYMENT AND BILLING

Payment from BBG shall be in arrears in United States Dollars (USD), net 30 days upon proper invoice.

BROADCAST EFFECTIVE DATES

Effective date for this procurement shall be June 20, 2015.  Duration of this procurement shall be twelve (12) months ending June 19, 2016, with two (2), one-year option year periods available to be exercised partially or in full subject to the availability of funding.

EVALUATION CRITERIA:

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

The Offeror shall submit a proposal that delineates its technical ability and relevant expertise to perform the work described in the Statement of Work (SOW), including reaching audience throughout the city of Istanbul and outlying areas in Turkey.   The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the Best Value to the Government .   The following factors shall be used to evaluate offers:

(i)                    Technical Approach

a.       Experience – 2 years minimum in TV broadcast programming

b.       Capability – to reach mass audiences located in Turkey and Azerbaijan.

(ii)                  Price (for the base period and two option year period)

a.       June 20, 2015 – June 19, 2016

b.       June 20, 2016 – June 19, 2017

c.        June 20, 2017 – June 19, 2018

(iii)                 Past Performance –the offeror’s past performance in working with BBG’s broadcasters and in contract compliance regarding pre-emptions shall be considered.

Offers will not be accepted from agents; from principals only.

RELEVANT EXPERIENCE : The Offeror shall list its experience with supporting documentation.

PAST PERFORMANCE: (ATTACHMENT B) The offeror shall submit three (3) past performance examples of current or previous contracts within the past three (3) years immediately preceding the issuance of this solicitation to be considered recent.   Past performance information must include name of agency serviced or being serviced, name, telephone number and email address of agency point of contact; contract number, value of contract, nature of work performed, and the period of performance.   Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offerors and the information obtained may be used for both the responsibility determination and the best value decision.   The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or the private sector.   For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance.

Technical Qualifications and Past Performance, when combined, are approximately equal to price.

BASIS FOR AWARD

The procurement is being conducted under the authority of Federal Acquisition Regulation (FAR) part 12 Commercial Items. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement in accordance with FAR 2.101

The Government reserves the right to make a selection based upon the initial proposals submissions so the offeror should submit its best terms in the initial proposal. The Government also reserves the right to make multiple awards for this requirement.

BASE PERIOD :   Effective date for this procurement shall be June 20, 2015 .   Duration of this procurement shall be twelve (12) months, ending June 19, 2016 with two (2) additional, one year- periods.

OPTION PERIOD(S): Prior to the end of the Base Period, this agreement may be extended, confirmed in writing, for two (2) additional, one-year periods under the same terms and conditions as the Base Period. The total duration of the Agreement including extensions shall not exceed three (3) years or through June 19, 2018 .

Option Year 1:    June 20, 2016 – June 19, 2017

Option Year 2:   June 20, 2017 – June 19, 2018

BBG may extend the term of this Agreement by written notice to Broadcasting Entity within seven (7) calendar days of the Agreement’s expiration; provided that BBG gives Broadcasting Entity a preliminary written notice of its intent to extend at least thirty (30) days before the Agreement expired. The preliminary notice does not commit the BBG to an extension.

The Parties agree that BBG may partially exercise any option and may do so multiple times up to the point that the option has been fully exercised. Broadcasting Entity, however, will not be entitled to any compensation beyond the total amount of the option exercised. If BBG partially executes an option, Broadcasting Entity’s sole obligation is to provide the ordered portion and BBG’s sole obligation is pay for the ordered portion. If BBG partially executes an option, BBG’s partial execution will not imply BBG will execute the remainder of the option. If BBG partially executes the option and does not execute the remainder of the option, BBG will have no further obligation under the contract to Broadcasting Entity, that is, BBG’ s entire obligation to Broadcasting Entity will be to pay for the ordered portion (and any previously ordered portions). The option year period is subject to the availability of funds per FAR 52.232-19.

52.232-19 Availability of Funds for the Next Fiscal Year.

As prescribed in 32.706-1 (b), insert the following clause: AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)

Funds are not presently available for performance under this contract beyond June 19, 2016. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond June 19, 2016, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.

(End of clause)

Offers are due no later than 12:00 p.m. EDT on Friday, May 15, 2015 via mail carriers of delivery to the address shown above or by e-mail to dsturgis@bbg.com and amartine@bbg.gov .   NO FAX PROPOSALS WILL BE ACCEPTED. All offers must be signed.

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

https://www.sam.gov/portal/public/SAM/

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

Proposals that do not include pricing for the option period shall be deemed incomplete and will not be eligible for review.

QUESTIONS: If the offeror is uncertain as to any requirements of the specification(s), such questions should be directed to the Contracting Officer.   Questions should be submitted via email to dsturgis@bbg.com and amartine@bbg.gov .   Questions must be received no later than 1:00 p.m. (EDT) on Wednesday, May 6, , 2015.   Questions which are not submitted in writing or are submitted after 1:00 p.m. (EDT) on Wednesday, May 6, 2015, will not be addressed.   Responses to the questions submitted, if/as appropriate, will be responded to via an amendment to the solicitation only, which will be posted to FEDBIZOPPS.

ADDITIONAL INFORMATION: TELEPHONE INQUIRES WILL NOT BE ACCEPTED.

This acquisition is being solicited as Full and Open Competition.     The associated NAICS code for this procurement is 515111/515120. The Government intends to award a Single Firm-Fixed Price contract but reserves the right to make multiple awards as a result of this solicitation.   APPLICABILITY OF FAR PROVISIONS:

Place of Performance: RFERL Czech Republic US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/bbg50R150030/listing.html

OutreachSystems Article Number: 150501/PROCURE/0089 Matching Key Words: broadcast*; program?;

Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street SW Patriots Plaza — 2nd Floor Washington DC 20472

R — Certified CPA for Special Community Disaster Loan Program HSFE80-15-R-0026 051115 Sharon D Edwards, Contracting Officer, Phone 2027144838, Email sharon.edwards3@fema.dhs.gov CPA Needed to Provide Professional and Technical expertise to evaluate, analyze and review the Appeal Documentation submitted by St. Tammy Parish Fire District#12 in Louisiana.
STATEMENT OF WORK:

PROJECT TITLE :
Special Community Disaster Loan Program Appeal – St. Tammany Parish Fire District #12 (Louisiana)

II. PURPOSE:
FEMA’s is requesting contract support for the review, analysis, research and written responses to the Special Community Disaster Loan (SCDL) program second appeal for St. Tammany Parish Fire District #12 (Louisiana). The contract is necessary to employ technical and programmatic expertise to ensure that responses are technically sound and consistent with the laws, regulations,360px-US_Department_of_Homeland_Security_Seal.svg and policies that govern the Public Assistance (PA) Program. The contract will provide effective management and administration of the appeal process to ensure that responses are coordinated effectively with Headquarters and Regional offices, prepared efficiently and completed within regulatory timeframes.

III. BACKGROUND:
The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Section 417, 42 U.S.C 5184 (hereafter referred to as the Stafford Act), authorizes the President to provide Federal Assistance to supplement State, Tribal and local efforts to respond to and recover from emergencies and major disasters. The Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security (DHS), coordinates the delivery of assistance under the Stafford Act and provides grants and loans through the Public Assistance Program to provide assistance for the extraordinary costs for response and recovery activities.
FEMA may make a SCDL available, subject to Congressional loan authority, to any local government that has suffered a substantial loss of tax and other revenues as a result of a Presidentially-declared major disaster and demonstrates a need for Federal financial assistance in order to provide essential services (Special CDL Program). The funds can only be used to maintain existing functions of a municipal operating character. Applicants must be in a designated major disaster area and must demonstrate that they meet the specific conditions of FEMA Disaster Assistance Regulations 44 CFR Part 206, Subpart K, Community Disaster Loans and The Consolidated and Further Continuing Appropriations Act of 2013 (P.L. 113-6) Section 564.
Upon declaration of a major disaster, application for a SCDL is made through the Governor’s Authorized Representative (GAR) to the FEMA Regional Administrator in accordance with FEMA Disaster Assistance Regulations, 44 CFR 206.374. The Assistant Administrator of the Recovery Directorate or its designee approves or disapproves the loan. The loan must be approved in the fiscal year of the disaster or the financial year immediately following. If a loan application is disapproved, in whole or in part, a revised application may be resubmitted by the local government within 60 days of the date of the disapproval.
After the third fiscal year post-disaster, FEMA analysts evaluate the financial situation of the grantee and determine their ability to re-pay the loan funds drawn. If this review concludes that the grantee has a cumulative operating deficit equal to the amount drawn and also had a revenue loss during the 5 to 7 years post-disaster, the loan may be forgiven in part or in full. Once a determination is made, grantee has 60 days from determination date to appeal this determination.

IV. APPLICABLE DOCUMENTS : 44 CFR Part 206, Subpart K, §206.370-206.399, Special Community Disaster Loans and the Consolidated and Further Continuing Appropriations Act, 2013 (P.L. 113-6) § 564.

V. SPECIFIC TASKS:

The offeror shall provide professional and technical expertise to evaluate, analyze and review the appeal documentation submitted by St. Tammany Parish Fire District #12 in accordance with the provisions of 44 CFR Part 206 and The Consolidated and Further Continuing Appropriations Act of 2013 (P.L. 113-6), Section 564. The results of the review, including recommendations, shall be documented in a written report based on guidance from applicable regulations.

1) The contractor assigned to the appeal shall have a working knowledge of FEMA regulations in order to develop and provide sound recommendations to FEMA HQ on the eligibility of the work being appealed. The contractor shall gather and review appeal documentation and perform related research. This will include the review and feedback of previously made decisions. Research will require the reviewer to understand the laws, regulations and policies that govern the Program.
2) For the appeal reviewed, the contractor shall prepare a letter/memo stating the following (via electronic means):
(1) Background information regarding loan to include loan number, date loan approved, loan amount and amount drawn;
(2) Applicant’s basis for reconsideration;
(3) Analysis performed to support findings; and
(4) Findings/recommendations
3) The contractor shall complete the appeal review and provide written recommendations.
4) The contractor shall provide effective Management and Administration of the appeals process to ensure that the required deliverables are coordinated and completed within the programmatic regulatory timeframes.
5) The contractor shall successfully execute all the Objectives and Deliverables listed herein within the period of performance, unless there is a more innovative approach to said objectives.
FEMA will provide the following information for the appeal review:
1) Full cancellation analysis,
2) Applicant’s audits (Special CDLs are anywhere from 5 to 7 years post disaster),
3) Any additional information not provided in the original cancellation application.

VI. TECHNICAL REQUIREMENTS
The contractor shall provide support on the appeal process under the SCDL program to include but not limited to: analyses, cost estimating, review, writing determination, decision paper and proving recommendations based upon historical data.
 The Government is requesting one (1) technical specialist. The Technical Specialist involved in the review shall:
 Be a Certified Public Accountant (CPA) with a minimum of five years of relevant professional experience.
 Have working knowledge of federal accounting practices and standards.
 Have skills in technical writing.
 A working knowledge of FEMA’s PA Program is preferred. The Technical Specialist is being requested to assist with the development of recommendations to FEMA Headquarters on the PA Program eligibility of the work being appealed (accounting/CDL Program).

 The offeror shall specify the name, title, educational background, relevant work experience, and number of hours proposed for the Technical Specialist.

 The offeror will be required to provide a Conflict of Interest statement identifying how the offeror will manage and control potential and perceived conflicts. The offeror must provide a detailed past work history of the Technical Specialist who will be employed on this contract, and such information shall be made public upon award of the contract. At a minimum, the offeror’s proposed Technical Specialist shall have no prior input in providing the initial SCDL recommendation(s) for St. Tammany Parish Fire District #12 while performing on behalf of FEMA or a FEMA contractor/subcontractor. Beyond this limitation, the offeror shall be evaluated for their entire work history with FEMA or a FEMA contractor and/or subcontractor for any appearance or actual conflict of interest, or other factors which could otherwise prejudice the independence of the offeror. If the offeror has current or past work history with the SCDL program, the offeror should include their participation in the project and describe in detail all duties performed.

VII. DELIVERABLES AND DELIVERY SCHEDULE:

The Contractor must provide the following deliverable:

Deliverables Tasks Due Date
Written Recommendations 1 3 weeks from date of award

VIII. GOVERNMENT-FURNISHED EQUIPMENT AND INFORMATION:
The Contractor shall provide all materials, tools, equipment, labor and supervision necessary to perform the requisite tasks.

IX. PLACE OF PERFORMANCE: Most of the work can be completed off-site and at the contractor’s respective home office location.

X. PERIOD OF PERFORMANCE: Three (3) weeks from date of award

XI. SECURITY : Upon award, the technical specialist must report to: The Community Disaster Loan Program Manager. Contact information to be announced at time of award.

Place of Performance: Most of hte work can be completed off-site and at the Contractor’s respective home office location US URL: https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE80-15-R-0026/listing.html

OutreachSystems Article Number: 150501/PROCURE/0092 Matching Key Words: writ*; technical; operating;

360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer Washington DC 20528

99 — DHS Industry Engagement Event – February 25, 2015 DHS_Industry_Engagement_Event Harrison Smith, Industry Liaison, Email harrison.smith@hq.dhs.gov The purpose of this update is to post the following documents from the Strategic Industry Conversation event held February 25, 2015 in Washington, D.C.:

• Presentation on the Secretary’s Unity of Effort Initiative
• Presentation on Doing Business with DHS
• Summary Notes from the Event‘s Breakout Sessions

Video footage from the event is being compiled and will be posted to this Federal Business Opportunities notice as soon as possible. Please continue to monitor this notice for updates.
URL: https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/DHS_Industry_Engagement_Event/listing.html

OutreachSystems Article Number: 150501/PROCURE/0995 Matching Key Words: video*; business*; event?;

Department of the Interior, Bureau of Indian Affairs, BIA – DAPM, BIA SPRO 00003
100 NORTH RIVERSIDE DRIVE
Contracting Office
Anadarko
OK
73005-0368
US

R — Womens Basketball Head Coach A15PS00464 051915 BEGAY, JANICE WOMENS BASKETBALL HEAD COACH
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. This600px-US-DeptOfTheInterior-Seal.svg announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Bureau of Indian Education (BIE), Haskell Indian Nations University Athletic Office intends to award a firm-fixed price contract in response to this Request for Proposals (RFP) for the Women’s Basketball Head Coach in Lawrence, KS.
The solicitation number for this procurement is A15PS00464 and is issued as a Request for Proposals (RFP).
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74 dated November 1, 2014.
This solicitation is a Buy Indian Small Business set-aside. The associated North American Industry Classification System code is 611620 and the small business size standard is $7.0 Mil.
NOTE: THIS IS A SHORT LEAD-TIME DUE TO URGENT NEED.
PRICE SCHEDULE: the proposed pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract.
Please complete the following pricing schedule utilizing your most competitive and reasonable rate:
1. Services Base year 5/2015 – 04/30/2016
Women’s Basketball Head Coach services x $_________________ per month $___________________
2. Option Year One (05/01/2016 – 04/30/2017)
Women’s Basketball Head Coach services x $_________________ per month $___________________
3. Option Year Two (05/01/2017 – 04/30/2018)
Women’s Basketball Head Coach services x $_________________ per month $___________________
4. Option Year Three (05/01/2018 – 04/30/2019)
Women’s Basketball Head Coach services x $_________________ per month $___________________
PURPOSE:
Haskell Indian Nations University, Department of Athletic, is seeking a contractor to serve as an Women’s Basketball Head Coach Services beginning on May 2015 through April 30, 2016 with the possibility of three option years. The position exercises responsibility for planning, organizing, coordinating and controlling operations for a successful and competitive National Association of Intercollegiate Athletes (NAIA) varsity sport program.
General functions include:
– Compliance in accordance to university, NAIA and Midlands Collegiate Athletic Conference (MCAC) legislative policy
– Academic advisement and advancement
– Scouting and recruitment of talented student-athletes
– Offensive and defensive systems of play
– Scheduling of practices and games
– Pre-game and game day management
– Fundraising and general budget management
– Facilities and sport specific equipment operations
Instruction relevant to the sport
Masters degree preferred, but not required. Baccalaureate degree required. Degrees are preferred to be in discipline and/or sub-discipline of health, sport and exercise science or education (higher education, education administration, secondary physical education, etc.), but are not required. Contractor must have prior intercollegiate playing experience in Division I basketball. Contractor must have head coaching experience at the intercollegiate level, Division I level and demonstrate success as associate head coach or assistant coach in accordance with duties assigned; National Junior College Athletic Association. Demonstrated success is determined on winning percentage, successful recruiting class, athletic and academic honors of student-athletes, etc.
Contractor must have valid driver’s license. Contractor must successfully pass an extensive Federal background investigation.
Contractor must submit:
– a cost proposal
– academic credentialing
– resume or curriculum vitae
– Three letters of support from previous/current employers and/or clients.
Objectives
The goal of the contract is to secure an academically prepared, and a field-experienced coach dedicated in leading a team of intercollegiate female student-athletes to achieve success in the sport of basketball. The objectives include:
– successful instruction of the fundamentals of the sport: technical and tactical strategies for various systems of play
– compliance of legislative policies in accordance to the university, conference, and national governing body
– character development in concert with the NAIA Champions of Character Initiative
– athletic fitness development as a component of injury prevention, and the promotion of a successful sports performance
– leadership development and modeling for the student-athletes, athletic staff, university, and surrounding community
– administration of a successful sport program from a fiscal, operating, and university perspective
– create the capacity in the student-athlete to be successful in on and off the court through advisement, mentoring, knowledge building, and experiential learning opportunities
The result in contracting an experienced coach, who possesses the skill, knowledge, and ability in the sport of basketball will create the following results:
– post-season opportunities for competition
– recruitment of prospective talented student-athletes
– a highly competitive schedule (power ranked institutions)
– fundraising opportunities for the sport and athletic department
– successful media relations for the student-athletes, sport, and university
– the creation of future coaching pool for sport
Scope
Haskell Indian Nations University, under the governance of the Bureau of Indian Education expects the contacted yield a successful candidate for the position. The candidate will act in accordance to Federal regulations in representing the institution and the government in a positive manner. The contract is not to exceed a defined amount determined by the Government. Benefits, tax, and a high cost of living allocation is not available. Travel allocations will also cover expenses associated with recruitment of prospective student-athletes, and travel expected by the Athletic Department.
The contract proposal will be evaluated on adherence to the noted requirements, as well as past experience and performance. Prospective contractors will be ranked accordingly and a determination will be made as to which contractor has demonstrated the greatest value to the Federal Government as well as the Department of Athletics at Haskell Indian Nations University. The factor of proposal bid amount (price or cost) will not be considered as significant in comparison to fulfillment of requirements, experience and performance.
Tasks
In addition to outlined functions and objectives, the contractor is expected to demonstrate successful completion of the following tasks:
– provide completed athletic eligibility short-list to Faculty Athletic Representative (FAR) in a timely manner (at least one week prior to first competition)
– submit appropriate travel requests and authorizations in accordance with university policy (ten days prior to travel)
– submit appropriate requisitions for purchase of supplies and/or equipment in accordance with university policy (two weeks prior to date of service/product need)
– complete sport schedule for the upcoming season within two weeks if the release if the conference schedule
– submit sport schedule to the Director of Athletics prior to the end of the spring academic semester
– fulfill NAIA compliance as it relates to timely distribution of game film to visiting coaches, and as determined by the conference with distribution of scouting film
– complete NAIA eligibility short-list of prospective student-athletes for the upcoming season prior to the beginning of the fall academic semester
Contractor will be evaluated on fulfillment of outlined functions, successful demonstration of objectives, and timely completion of the aforementioned tasks.
Security
Contractor is expected to successfully pass the Federal background clearance for a position designation of ¿non-sensitive low risk.¿ Contractor will have contact with children, as well as to Federal IT systems and facilities.
Travel
Contractor is expected to secure travel arrangements (i.e. mode of transportation, lodging, meals, etc.) in accordance to Federal policy for the student-athletes, and self. Contractor is expected to travel with the team, and serve as the primary point of contact for the institution while the team is in travel status. Additionally, the contractor is expected to provide supervision and guidance of the team while on travel status, and respond accordingly when general concerns and/or emergencies present themselves.

Special Material Requirements
Contractor is expected to possess certification in basic first aid and cardiopulmonary resuscitation (CPR). Contractor is expected to complete the NAIA Character Driven Coaching Course prior to the start of the season. Contractor is expected to obtain Federal Identification in accordance with university standards at a time determined by Human Resources.

Place of Performance
The campus of Haskell Indian Nations University in Lawrence, Kansas will serve as the primary place of performance; with team and individual travel duties determined by the contract.
Period of Performance
The Contractor shall start work on May 2015 through April 30, 2016 if the Background Investigation is favorable For each option year, the contractor shall perform services from May 1st through April 30th with three (3) option years. Subject to FAR Clause 52.232-19, Availability of Funds for the Next Fiscal Year.
PERFORMANCE EVALUATION: The Haskell Indian Nations University Athletic Director (AD) for this project will evaluate work performance of Assistant Athletic Trainer Services.
PHYSICAL LOCATION: Work will be performed on the Haskell campus will serves as the primary place of performance; with team and individual travel duties determined by the contract.
SECURITY:
Contractor is expected to successfully pass the Federal background clearance for a position designated of “non-sensitive low risk.” Contractor will have contact with children, as well as to Federal IT systems and facilities.
SPECIAL MATERIAL REQUIREMENTS:
Contractor is expected to obtain Federal Identification in accordance with university standards at a time determined by Human Resources.
FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.
FAR Provision 52.212-2, Evaluation – Commercial — The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. Technical and Past Performance, when combined, are more important than price.
Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.217-8, 52.217-9, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-15, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-16, 52.232-33, 52.233-4, 52.243-1 and 52.244-6.
1452.226-70 Indian Preference ¿ Department of the Interior (Apr 1984)
1452.226-71 Indian Preference Program ¿ Department of the Interior (Apr 1984)
Electronic Invoicing and Payment Requirements – Invoice Processing Platform (IPP) (April 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury’s Invoice Processing Platform System (IPP).
PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS
This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.
(a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small businesssubcontractor.
(b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns.
(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
Award can only be made to contractors actively registered in SAM.
Proposals are due 28 May 2015 at 12:00pm (CST). Proposals may be accepted by email at janice.begay@bie.edu or by fax to (785) 830-2760. For information concerning this solicitation, please contact Janice Begay at 785-749-8419 or use the above email address.
Offerors should check the FedBizOpps/FedConnect websites often for new solicitation amendments.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00464/listing.html

OutreachSystems Article Number: 150430/PROCURE/0081 Matching Key Words: film?; produc*; train*; conference?; education*; business*; sport?; documentation; distribut*; instruct*; commercial?;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Bureau of Medicine and Surgery, Naval Medical Center Portsmouth, 54 Lewis Minor St Portsmouth VA 23708-2297

99 — Courier & Transport Services N00183-15-T-0021 122314 Harold D Woodley, Phone 757-953-7276, Fax 757-953-5006, Email harold.woodley@med.navy.mil – Danny W Davis, Phone 757-953-2910, Fax 757-953-5738, Email danny.davis2@med.navy.mil Section A – Solicitation/Contract Form
CLAUSES INCORPORATED BY FULL TEXT

TIN:
CAGE:
DUNS:

Vendor Point of Contact:
Phone:
Vendor email:

Billing/Payment in Arrears.

Naval Medical Center Contracting POC:
Harold Woodley
Phone: 757-953-7276
Fax: 757-953-5006
Email: harold.woodley@med.navy.mil

Product/Services for:
Naval Hospital Beaufort
POC: John McDonald
Phone: 843-228-5639
Email: john.m.mcdonald1.civ@med.navy.mil

Vendor to reference RFQ number N00183-15-T-0021 on all inquires.

Reference:

PROMPT PAYMENT
For Prompt Payment Act Purposes, this contract is:
Subject to the 7-calender day constructive acceptance period.

“AVAILABILITY OF FUNDS. Pursuant to Section I, Availability of Funds (FAR 52.232-18), of the contract, funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing to the Contracting Officer.

Section B – Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 9 Months
Courier Transportation Services
FFP
The contractor shall pick up and deliver administrative paperwork, guard mail, laboratory specimens, X-ray, and a variety of other items between Naval Hospital Beaufort, Marine Corps Air Station and Marine Corps Recruit Depot (MCRD) at Parris Island, SC. Additionally, the contractor shall transport patients to outpatient medical appointments. Contractor will drive a medium size truck for services orders. See Section C for Performance Work Statement.
FOB: Destination
MILSTRIP: N3258315RCKK702
PURCHASE REQUEST NUMBER: N3258315RCKK702

NET AMT

Section C – Descriptions and Specifications

CLAUSES INCORPORATED BY FULL TEXT

PERFORMANCE WORK STATEMENT
NAVAL HOSPITAL, BEAUFORT, SC
COURIER & TRANSPORTATION SUPPORT SERVICES

1.0 INTRODUCTION

The Naval Hospital Beaufort, SC provides a full range of medical services to active duty Navy, Marine Corps,
dependents and retired military personnel. This PWS provides a description of a wide range of transportation and
delivery services required by Naval Hospital Beaufort, SC..

1.1.1 SCOPE

The contractor shall provide courier and transportation support services for Naval Hospital, Beaufort, SC.

1.1.2 APPLICABLE DIRECTIVES

1.2.1 Naval Hospital, Beaufort Transportation Standard Operating Procedures (SOP) for dispatching services.

1.3 GLOSSARY OF TERMS

AQL Acceptable Quality Level
CFP Contractor Furnished Property
CFR Code of Federal Regulations
CHCS Consolidated Health Care System
COR Contracting Officers Representative
DOD Department of Defense
DON Department of the Navy
FAD Facility Access Determination
FAR Federal Acquisition Regulations
FSO Facility Security Officer
GFP Government Furnished Property
ISSOP Inter Service Support Program
NACLS National Agency Check, Local Agency Check and Local Credit Check
PII Personally Identifiable Information
POMI Plans, Operations, Medical Intelligence
SECNAV Secretary of the Navy
TA Technical Assistant

2.0 PROJECT REQUIREMENTS: The contractor shall pick up and deliver administrative paperwork,
guard mail, laboratory specimens, X-ray, and a variety of other items between Naval Hospital Beaufort, Marine
Corps Air Station and Marine Corps Recruit Depot (MCRD) at Parris Island, SC. Additionally, the contractor shall
transport patients to outpatient medical appointments. Contractor will drive a medium size truck for services
ordered.

2.1 COURIER AND TRANSPORTATION SUPPORT SERVICES. The contractor shall manage workload,
maintain schedules and coordinate transportation and delivery services as required. Services include:

2.1.2 Conducting a complete safety check of vehicle prior to operation to ensure all safety features are fully
operational.

2.1.3 Overseeing all operations involving patient transportation, delivering administrative paperwork, guard mail,laboratory specimens, X-ray, and a variety of other items between Naval Hospital Beaufort, Marine Corps Air
Station and Marine Corps Recruit Depot (MCRD) at Parris Island.

2.1.4 Obtain signature of recipients of documents as required.
2.1.5 Fill out trip log for each trip.

3.0 CONTRACT
3.1 DELIVERABLES CONTRACT NO: N00244-11-D-0033 DELIVERY ORDER NO. J985
F
3.1.1 The contractor shall provide the following deliverables:

(1) Vehicle safety-checked before departure.
(2) All safety rules and regulations strictly followed.
(3) All guard mail items, labs and X-ray delivered correctly.
(4) Obtain signature of recipients of documents as required.
(5) Complete each trip within 2 hours.

3.1.2 WORKLOAD DATA: Historical data for the average daily round trips between MCRD, BNH, and
MCAS is indeterminate. The distances and destinations would depend on the route and priority of documents
being delivered or picked up. The contractor makes an average of four trips per day, performs administrative
functions related to picking up and delivering documents, a total of eight support actions per day including trips at a
rate of one per hour.

3.1.3 PERFORMANCE REQUIREMENTS SUMMARY

Task or Deliverable Performance Standard Acceptable Quality Level (AQL) Surveillance Method Performance Measure
Paragraph 2.1
(1) Daily vehicle safety check All safety devices operate properly 100% (no deviation on safety) Review daily vehicle safety check sheets. Subjective. Customer or ISSOT revicw of trip log.
Paragraph 2.1
(2) Patient transportation Patients transported safely and timely. 100% safely.
95% timely. Patient and customer feedback. Quantitative. Periodic review of trip log by ISSOT or customer.
Paragraph 2.1
(3) Deliver and pick up guardmail, lab specimen and X-ray charts. Deliveries completed within 1 hour. 90% delivered within 1 hour (10% delay allowed for traffic and weather conditions. Patient and customer feedback. Quantitative. Periodic review of trip log by customer.
Paragraph 2.1
(4) Obtain signature of recipients of documents as required.
All deliveries requiring signature are signed. 100%. No variance. Review daily signature log Customer feedback received monthly

4.0 PLACE OF PERFORMANCE

4.1 The place of performance will be Naval Hospital Beaufort’s Branch Health Clinic, Marine Corps Recruit
Depot Parris Island, SC 29905-9501.

5.0 CONTRACT OVERVIEW

5.1 This is a Performance Work Statement and will be issued as a Firm Fixed Price Contract.

6.0 WORK HOURS: Work schedule are normally in 8-hour shifts. Core hours are between 0600 – 1800,
five days a week Monday through Friday, except Federal Holidays.

7.0 PERIOD OF PERFORMANCE:

7.1 The period of performance is 1 January 2015 through 30 September 2015.

7.2 CERTIFICATIONS, LICENSE, SKILLS AND KNOWLEDGE REQUIRED

– Contractor shall provide personnel with sufficient skill to accomplish task in PWS. The government
reserves the right to require the contractor to remove and replace any personnel who provide unsatisfactory
performance, demonstrate insufficient knowledge, or possess inadequate skill level to perform task.

– Three years experience in transportation or other work that indicates the ability to acquire the knowledge and skills necessary is required. High school graduate or GED equivalent is required. Must possess a clean and valid South Carolina state driver’s license.

– Contract employee must have completed all required lab work (titers)/immunizations prior to employment. The contractor shall have the following Immunization Screening by a Licensed Medical Practitioner:
Varicella (chickenpox), Measles/Mumps/Rubella (MMR), Hepatitis B, Tetanus/Diphtheria, Tuberculosis and Latex. Within 30 days of employment must have confirmation of two-step PPD Immunization. The
contractor shall bear the cost for all lab work for pre-employment requirements.
– The contractor shall complete HIPAA training within 30 days of employment. The Web Manager/HIPAA Security Officer will provide student course material and login information.
– Ability to clearly communicate orally and in writing.

7.3 WORK ENVIRONMENT AND PHYSICAL DEMANDS

7.4 Task involves 10% work in an office environment and 90% work picking up medical documents and
transporting patients.

8.0 SECURITY CLEARANCE

A local background check is required. Work under this task order does not involve handling classified material.
The contractor shall comply with all applicable DOD security regulations and procedures during the performance of
this task order. Contractor shall not disclose and must safeguard procurement sensitive information, computer
systems and data, privacy act data, and government personnel work products that are obtained or generated in the
performance of this task order. Contractor will be required to provide clearances for personnel requiring access to
government computers and workstations.

9.0 CONTRACT SECURITY REQUIREMENT

Work under this task order requires access to personally identifiable information (PII) and information protected by
the Privacy Act of 1974. In addition to the security requirements below, contractors performing work under this
task order must meet the following criteria: Per SECNAV M-5510.30, all individuals with access to PII or Privacy
Act information must be US Citizens; therefore US Citizenship is a requirement. In all cases contract employees
must meet eligibility requirements for a position of trust at a minimum. The contractor shall comply with all
applicable DOD security regulations and procedures during the performance of this task order. Contractor shall not
disclose and must safeguard procurement sensitive information, computer systems and data, privacy act data,
sensitive but unclassified (SBU) information, classified information, and all government personnel work products
that are obtained or generated in the performance of this task order. Contractor employees are required to have
National Agency Check, Local Agency Check and Local Credit Check (NACLC) investigation at a minimum in
accordance with DoD Instruction 8500.2. Local Agency Check and Local Credit Check must be submitted and
results received prior to commencement of work. A security clearance may also be required to perform work under
this contract.

AN “UNFAVORABLE” OR “NO DETERMINATION” ADJUDICATION OF THE CONTRACTOR
EMPLOYEES INVESTIGATION WILL RESULT IN IMMEDIATE TERMINATION OF ACCESS TO
THE WORKSPACE AND RECORDS.

Purpose: Reference is hereby made to Navy awarded contracts requiring contractor access to Navy information
systems, SBU information, areas critical to the operations of the command, and/or classified information. Although
these contracts may not be classified, contractor employees are required to have obtained a favorably adjudicated
National Agency Check with Local Agency and Credit Checks (NACLC) determination at a minimum. The
Department of the Navy (DoN) has determined that all DoN Information systems are sensitive regardless of whether
the information is classified or unclassified. A contractor whose work involves access to sensitive unclassified
information warrants a judgment of an employee’s trustworthiness. Therefore, all personnel accessing DoN
Computer systems must undergo investigation for a position of trust to verify their trustworthiness. Also,
Commands will include Facility Access Determination (FAD) program requirements in the contract specifications
when determinations for facility access only will be required on the contractor employees. The following addresses
those requirements for Security.

NO FOREIGN NATIONAL WILL BE EMPLOYED ON THIS GOVERNMENT CONTRACT.

This clause does not apply to employees hired overseas In accordance with Status of Forces Agreements,
Diplomatic (memorandums) of understanding or other Host Nation Agreements. Employees hired under these
agreements are subject to local pre-employment checks.
“Each contractor employee shall comply with the HSPD-12 E-Verify Federal Acquisition Regulations
FAR Clause 52.222-54 Employment Eligibility Verification”

All contractors, working within DoN Spaces must be entered into the Joint Personnel Adjudication
System (JPAS), and then owned by their contracting company facility security officer (FSO). The receiving
command Security Manager will then service those individuals in JPAS for tracking and monitoring of their
investigation status.

If no previous investigation exists the contractor personnel shall complete the requirement for a NACLC.

NACLC’s for positions of trust will be processed through the receiving command Security Manager.

Investigative requirements for DoN Contractor personnel requiring access to classified information are managed
under the National Industrial Security Program (NISP). Requests for investigation of contractor personnel for
security clearance eligibility are processed by the Office of Personnel Management (OPM) and adjudicated by
Defense Industrial Security Clearance Office (DISCO). When Sensitive Compartmented Information (SCI) access is
at issue, the Department of the Navy Central Adjudication Facility (DoNCAF) is the adjudicative authority for all
DoN Contractor personnel requiring SCI access eligibility.

The Contractor shall ensure that a complete security package, (SF-85, SF-85P, SF-86 and FD258 2 copies) are
submitted to the Command Security Officer receiving the contracted services in order for the Security Officer to
conduct a suitability review of the submitted investigative forms.

The Contractor FSO or security representative shall ensure that individuals assigned to the command are U.S.
citizens and will ensure completion of the SF-85P or SF-86. The SF-85P or SF-86 along with the original signed
release statements and two applicant fingerprint cards (FD 258) will be forwarded to the receiving command Security Manager at least one week prior to reporting for duty.

Personnel cannot be properly processed and provided system access prior to their reporting date without
receiving the investigative paperwork one week prior.

For contracts requiring a position of trust the Command Security Officer will submit the forms for a position of
trust. For classified contracts the contractor FSO will submit the SF-86 to OPM for processing and eventual
adjudication by DISCO.

The completed SF-85P or SF-86 will be reviewed by the receiving command Security Manager for completeness,
accuracy and suitability prior to the submission. If the contractor appears suitable after the questionnaire has been
reviewed, the request will be forwarded to OPM.

The completed SF-85P or SF-86 along with attachments will be forwarded to the Office of Personnel Management
(OPM) who will conduct the NACI investigation or equivalent. All contract personnel will in-process with the
receiving command Security Manager and Information Assurance Manager upon arrival to the command and will
out-process prior to their departure.

Please note: When processing a Questionnaire for National Security Positions, the applicants can only access the
e-QIP system if they have been instructed to do so by an appropriate official at sponsoring agency. Individuals
cannot pre-apply for a security clearance, nor update their security questionnaire, unless granted access by an
appropriate agency official. The e-QIP software can be accessed at the Office of Personnel Management (OPM)
website http://www.opm.gov/e-qip/index.asp or http://www.dss.mil the contractor shall provide the completed
Questionnaire for Public Trust Positions, or Questionnaire for National Security Positions with the original signed
release statements and two applicant fingerprint cards (FD 258) to the receiving command Security Manager for
suitability determination. The receiving command Security Manager will review the form for completeness, accuracy and suitability issues, and forward to OPM as detailed on the OPM website. Applicants can obtain an SF-86 or SF-85P by visiting the Office of Personnel Management (OPM) website located at: http://www.opm.gov/forms/html/sf.asp. The responsibility for providing the fingerprint cards rests with the contractor.

The Department of the Navy Central Adjudication Facility will provide the completed investigation to the receiving
command Security Manager for the determination in cases where a favorable determination cannot be reached due to the discovery of potentially derogatory information. The command will provide written notification to the
contractor advising whether or not the contractor employee will be admitted to command areas or be provided access to unclassified but sensitive business information. Determinations are the sole prerogative of the commanding
officer of the sponsor activity. If the commanding officer determines, upon review of the investigation, that allowing
a person to perform certain duties or access to certain areas, would pose an unacceptable risk, that decision is final.
No due process procedures are required.

The contractor employee shall take all lawful steps available to ensure that information provided or generated
pursuant to this arrangement is protected from further disclosure unless the agency provides written consent to such
disclosure. Security clearance requirements are defined in the DD-254 of the basic contract for those contracts that
will require employees to handle classified information.

The FSO will ensure that the SAAR-N is forwarded to the receiving command Security Manager for receipt
at least one week prior to the start date for the individual.

“ALL AUTHORIZED USERS OF DoD INFORMATION SYSTEMS SHALL RECEIVE INITIAL
INFORMATION ASSURANCE IA ORIENTATION AS A CONDITION OF ACCESS AND THEREAFTER
MUST COMPLETE ANNUAL IA REFRESHER AWARENESS TRAINING TO MAINTAIN AN ACTIVE
USER ACCOUNT.”
Pre-employment Clearance Action: Employees requiring access to classified information, upon reporting to their
position, will be read into access by the local command security representative. A local classified material handling
indoctrination will take place at that time.
The I-9 form lists acceptable forms of identification that can be provided to prove U.S. citizenship. Dual citizens are
required to renounce their secondary citizenship in order to work for the U.S. government. Citizenship can be
renounced by turning in the foreign national passport to a government security officer for destruction or to the
originating embassy of the passport. Individuals should request a signed affidavit from their embassy recognizing
the renouncing of their citizenship.

Acceptable Proof of Citizenship
a. For individuals born in the United States, a birth certificate is the primary and preferred means of citizenship
verification. Acceptable certificates must show that the birth record was filed shortly after birth and it must be
certified with the registrar’s signature. It must bear the raised, impressed, or multicolored seal of the registrar’s office. The only exception is if a state or other jurisdiction does not issue such seals as a matter of policy. Uncertified copies of birth certificates are not acceptable. A delayed birth certificate is one created when a record was filed more than one year after the date of birth. Such a certificate is acceptable if it shows that the report of birth was supported by acceptable secondary evidence of birth. Secondary evidence may include: baptismal or circumcision certificates,hospital birth records, or affidavits of persons having personal knowledge about the facts of birth. Other documentary evidence can be early census, school, or family bible records, newspaper files, or insurance papers. All documents submitted as evidence of birth in the U.S. shall be original or certified documents.
b. If the individual claims citizenship by naturalization, a certificate of naturalization is acceptable proof of
citizenship.
c. A Passport, current or expired, is acceptable proof of citizenship.
d. A Record of Military Processing-Armed Forces of the United States (DD Form 1966) is acceptable proof of
citizenship, provided it reflects U.S. citizenship.
e. If Citizenship is from the Island of Puerto Rico; see Puerto Rico Birth Certificates Law 191of 2009, at web site
http://www.prfaa.com/birthcertificates/.
f. If citizenship was acquired by birth abroad to a U.S. citizen parent or parents, the following are acceptable
evidence:
(1) A Certificate of Citizenship issued by the Department of Homeland Security, U.S. Citizenship and Immigration Services (USCIS) or its predecessor organization.
(2) A Report of Birth Abroad of a Citizen of the United States of America
(3) A Certificate of Birth.

10.0 GOVERNMENT FURNISHED PROPERTY

10.1 The Government will provide adequate working space, all equipment (e.g., desk, chair, computer,
printer, copier, telephone, etc.), utilities, janitorial services and expendable operating supplies for the duration of
this task order. The contractor shall maintain the assigned office space in a neat and orderly manner. Contractor
shall only use government-furnished facilities, equipment and supplies to accomplish the tasks required under this
order. Personal or company use of phones, utilities, computers, printers, copiers, etc., not directly related to
required services is strictly prohibited. Contractor shall not remove any government-furnished equipment or
supplies from the worksite without the express written permission of the Contracting Officer’s Technical
Representative or his/her designated representative.

11.0 CONTRACTOR FURNISHED MATERIAL

11.1 None.

12.0 REIMBURSABLE TRAVEL EXPENSES

12.1 Not applicable.

13.0 NON-PERSONAL SERVICE STATEMENT

13.1 Contractor employees performing services under this order will be controlled, directed, and supervised at
all times by management personnel of the contractor. Contractor management shall ensure that employees properly
comply with the performance work standards outlined in the statement of work. Contractor employees shall perform
their duties independent of, and without the supervision of, any Government official or other Defense Contractor.
The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any
manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated
funds of the United States Government, overseeing the work of Federal employees, providing direct personal
services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the
Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the
inspection and acceptance of the completed work.

14.0 GOVERNMENT MANAGEMENT OVERSIGHT

14.1 Government management will provide general instructions on limitations and deadlines. Additional
instructions will be provided for any unusual assignments or those that vary from established procedures. The
contractor’s employees will independently carry out the assignments. Completed work will be spot-checked by
Government management for adherence to procedures, accuracy and completeness.

15.0 CONTRACTOR SHALL INVOICE MONTHLY.

15.1 A copy of this Task Order (and all modifications that may be issued in the future) is available for
download on DoD Electronic Document Access (EDA) online at: http://eda.ogden.disa.mil

16.0 CONTRACTOR IDENTIFICATION: Contracting personnel must identify themselves as
“contractors” when attending meetings, answering Government telephones, or working in situations where their
actions could be construed as official government acts. The Contractor must ensure that their employee(s) display(s)
his or her name and the name of the company while in the work area, and include the company’s name in his or her
email display.

17.0 PERSONNEL COMPLIANCE: The contractor shall ensure that contractor employees observe and
comply with all local and higher authority policies, regulations, and procedures concerning fire, safety,
environmental protection, sanitation, security, traffic, parking, energy conservation, flag courtesy, “off limits” areas,
and possession of firearms or other lethal weapons. When two or more directives or instructions apply, the
contractor shall comply with the more stringent of the directives or instructions.

18.0 SMOKING/DRUG/ALCOHOL POLICY: The contractor shall comply with local command smoking
policies and workforce requirements. The contractor shall also comply with all Federal statutes, laws, and
regulations to implement a Drug Free Workplace Program (DFWP) as well as work force requirements and local
command policies. Copies of both policies will be provided to the contractor by the local command Administrative
Officer (AO) at performance start date.

19.0 PERSONNEL CONDUCT: The selection, assignment, reassignment, transfer, supervision,
management, and control of contractor personnel employed to perform tasks specified herein shall be the
responsibility of the contractor. The contractor shall be responsible for the performance and conduct of contractor
and subcontractor employees at all times. Personnel employed by the contractor in the performance of this contract,
or any representative of the contractor entering the installation shall abide by the security regulations listed in the
contract and shall be subject to such checks by the Government as deemed necessary. The contractor shall not
employ for performance under this contract any person whose employment would result in a conflict of interest with
the Government’s standards of conduct.

20.0 PERSONNEL REMOVAL: Government rules, regulations, laws, directives, and requirements that are
issued during the term of the performance period relating to law and order, installation administration, and security
shall be applicable to all contractor employees and representatives who enter the installation. Violation of such
rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the
Government determines) from the work site or installation. Removal of employees does not relieve the contractor
from the responsibility for the work defined in this contract. The contractor is expected to provide support services
despite personnel removal or other unforeseen condition.
– Removal by Installation Commander: The Installation Commander may, at his discretion, bar an
individual from the installation under the authority of 18 USC 1382 (1972), for conduct that is determined
to be contrary to good order, discipline, or installation security and safety.
– Removal Requested by Designated Government Representative (DGR): The DGR may require the
contractor to remove an employee working under this contract for reasons of misconduct or security
violations. Contractor employees shall be subject to dismissal from the premises upon determination by the
DGR that such action is necessary in the interest of the Government.
– Removal by Military Police: Contractor employees may be denied entry to or may be removed from the
installation by Military Police if it is determined that the employee’s presence on the installation may be
contrary to good order, discipline, or installation security and safety.
– Removal for Unsatisfactory Performance: The government reserves the right to require the Contractor to
remove and replace any personnel who provide unsatisfactory performance, demonstrate insufficient
knowledge, or possess inadequate skill levels necessary to complete assigned tasks. The skill level of the
staff provided shall be current and consistent with new technologies.

21.0 INTERACTION WITH OTHER ACTIVITIES: Government and contractor personnel will be
working in common areas during working hours. Contractor performance shall not interfere with Government work
in the area where any service or maintenance work is being performed. In the event the contractor believes that
Government and other contractor personnel are interfering with the performance of the tasks described in this PWS,
the contractor shall notify the DGR immediately. The contractor is obligated to continue performance of the effort
described in this contract unless there is authorization from the KO or DGR/COR to stop work. Failure by the
contractor to notify the DGR and receive necessary instructions could result in denial of any additional costs
incurred in performance of the contract under such conditions. Other Government contractor’s may be performing
required services in areas that interrelate with the requirements of this contract. The Government will facilitate initial contact between contractor’s performing other contracts and this contract. The contractor shall provide all further required coordination between other contractor’s for any task specified in this contract that relates to or impacts on any other contracted work.

22.0 SAFETY: The contractor is solely responsible for compliance of all safety regulations of employees
while working on government owned facilities. All accidents which may arise out of, or in connection with,
performance of services required hereunder which result in injury, death, or property damage, shall be reported in
writing to the Contracting Officer and cognizant Contracting Officer Representative (COR) within twenty-four hours of such occurrence. Reports shall provide full details of the accident, including statements from witnesses. The
fore-going procedures shall also apply to any claim made by a third party against the contractor as a result of any
accident that occurs in connection with performance under this contract.

23.0 DELIVERABLES: Management/Quality Control Plan (QCP): The contractor shall ensure quality
service is maintained to perform services throughout the life of the contract and methods for improving the overall
quality are also employed. Offerors shall therefore prepare and submit a management/quality control plan. The final
Government approved plan shall be submitted within five working days of contract start date. The plan shall discuss
the Contractor’s overall approach and procedures for evaluating each of the major service areas contained in the
PWS, communicating with the Government, resolving deficiencies, identifying potential improvements, and
managing day to day operations. As part of the management/QCP, the contractor may conduct internal QC
inspections. Results of any contractor internal QC inspections and corrective actions taken shall be made available
to the Government for review throughout the performance of this PWS. The Government may periodically require
the contractor to update/revise the management/QCP to ensure quality service is maintained throughout the life of
the contract.

24.0 MEETINGS AND BRIEFINGS: When requested by the DGR, the contractor shall attend, participate
in and furnish input to scheduled and unscheduled meetings, conferences, and briefings. Frequency may be weekly,
monthly, or as otherwise required.
– Monthly Meetings: The contractor shall meet with the designated government representative (DGR), and the Government Quality Assurance Evaluator (QAE) on a monthly basis to review contract performance.
Meetings shall include review and analyses of key process indicators, analyses of process deficiencies, and
problem resolution. At these meetings, the DGR and the contractor will discuss the contractor’s
performance as viewed by the Government and problems, if any, being experienced. The contractor shall
take appropriate action to resolve outstanding issues. A mutual effort shall be made by the contractor and
DGR/COR to resolve any and all problems identified.
– Meeting Attendees: Meeting attendees shall include contractor managerial, supervisory, and/or other personnel knowledgeable of the subject matter.
– Reporting Requirements: When the contractor is the sole representative on behalf of the Government at
meetings or conferences, the contractor shall deliver a related report to the DGR within two working days
after meeting completion. The report shall include identifying information, general observations and
conclusions or recommended actions, and any additional information, such as handouts.

25.0 TECHNICAL POINT OF CONTACT AND INSPECTION AND ACCEPTANCE: The Contracting
Officer’s Technical Assistants under this Task Order and the person responsible for performing inspection and
acceptance of the contractor’s performance at the destination are:
Technical Assistant:
Voice Phone:
Fax Phone:
E-mail:

Contracting Officer’s Representative
Point of Contact: John McDonald
Voice Phone
FAX Phone:
E-mail

Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (July 2013)

Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 – “DoD Implementation of Homeland Security Presidential Directive – 12 (HSPD-12)” dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives.

APPLICABILITY
This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitive duties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Position, as advised by the command security manager. It is the responsibility of the responsible security officer of the command/facility where the work is performed to ensure compliance.

Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department of Defense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contract employee will require a successful investigation as detailed below.

ACCESS TO FEDERAL FACILITIES
Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility or activity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractor employees shall in-process with the Navy Command’s Security Manager upon arrival to the Navy Command and shall out-process prior to their departure at the completion of the individual’s performance under the contract.

ACCESS TO DOD IT SYSTEMS
In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity’s Command Information Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) which is a higher level investigation than the National Agency Check with Law and Credit (NACLC) described below. Due to the privileged system access, a SSBI suitable for High Risk public trusts positions is required. Individuals who have access to system control, monitoring, or administration functions (e.g. system administrator, database administrator) require training and certification to Information Assurance Technical Level 1, and must be trained and certified on the Operating System or Computing Environment they are required to maintain.

Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee’s duties, such employees shall in-process with the Navy Command’s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual’s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-Ni therefore, the government employee with knowledge of the system/network access required or the COR shall sign the SAAR-N as the “supervisor”.

The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to the individual’s start date. Failure to provide the required documentation at least 30 days prior to the individual’s start date may result in delaying the individual’s start date.

When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor’s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required.

INTERIM ACCESS
The Navy Command’ s Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results. When the results of the investigation are received and a favorable determination is not made, the contractor employee working on the contract under interim access will be denied access to the computer network and this denial will not relieve the contractor of his/her responsibility to perform.

DENIAL OR TERMINATION OF ACCESS
The potential consequences of any requirement under this clause including denial or termination of physical or system access in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have unclassified access to a federally controlled facility, federally-controlled information system/network and/or to government information, meaning information not authorized for public release.

CONTRACTOR’S SECURITY REPRESENTATIVE
The contractor shall designate an employee to serve as the Contractor’s Security Representative. Within three work days after contract award, the contractor shall provide to the requiring activity’s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor’s Security Representative. The Contractor’s Security Representative shall be the primary point of contact on any security matter. The Contractor’s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer and Command Security Manager.

BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVE DUTIES
Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensure appropriate protective measures are applied. Navy recognizes contractor employees under this contract as Non-Critical Sensitive [ADP/IT-II] when the contract scope of work require physical access to a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. This designation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI), provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Positions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The NACLC consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and credit check. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete:

• SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product)
• Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)
• Original Signed Release Statements

Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than 10 years) throughout the contract performance period. The Contractor’s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required.

Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Navy Command’s Security Manager upon arrival to the Navy command and shall out­ process prior to their departure at the completion of the individual’s performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command’s Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to the individual’s start date. Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date.

The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Navy Command Security Manager. The Navy Command’s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy may render the contractor employee ineligible for the assignment. An unfavorable determination made by the Navy is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. The Navy Command’s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination.

If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor’s Security Representative. Although the contractor will take JPAS “Owning” role over the contractor employee, the Navy Command will take JPAS “Servicing” role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee’s performance under the contract.

BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES
Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc …) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements:

• Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the United States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and
• Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a FBI fingerprint check prior to installation access.

To be considered for a favorable trustworthiness determination, the Contractor’s Security Representative must submit for all employees each of the following:

• SF-85 Questionnaire for Non-Sensitive Positions
• Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)
• Original Signed Release Statements

The contractor shall ensure each individual employee has a current favorably completed National Agency Check with Written Inquiries (NACI) or ensure successful FBI fingerprint results have been gained and investigation has been processed with OPM.

Failure to provide the required documentation at least 30 days prior to the individual’s start date may result in delaying the individual’s start date.

* Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III (non-sensitive) access is required for non-US citizens outside the United States.

Section E – Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 Destination Government Destination Government

Section F – Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC

0001 POP 01-JAN-2015 TO
30-SEP-2015 N/A BRANCH MEDICAL CLINIC
LCDR ALLEN LEE
699 MALECON CLINIC
PARRIS ISLAND SC 29905
843-384-8919
FOB: Destination N32583

CLAUSES INCORPORATED BY REFERENCE

52.242-15 Stop-Work Order AUG 1989

Section G – Contract Administration Data

CLAUSES INCORPORATED BY FULL TEXT

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)

(a) Definitions. As used in this clause–

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall–

(1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

2 IN 1 SERVICES ONLY
———————————————————————–

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

DESTINATION / DESTINATION
———————————————————————–

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the
system.

Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC HQ0248
Issue By DoDAAC N00183
Admin DoDAAC N00183
Inspect By DoDAAC N/A
Ship To Code N/A
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N32583
Accept at Other DoDAAC N/A
LPO DoDAAC N32583
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system.

WAWF Acceptor/COR Email Address:
———————————————————————–

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.

wawf@med.navy.mil
———————————————————————–

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

Section H – Special Contract Requirements

CLAUSES INCORPORATED BY FULL TEXT

N00183-0004 PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION

1. Introduction

In accordance with DoD 6025.18-R “Department of Defense Health Information Privacy Regulation,” January 24, 2003, the Business Associate meets the definition of Business Associate. Therefore, a Business Associate Agreement is required to comply with both the Health Insurance Portability and Accountability Act (HIPAA) Privacy and Security regulations. This clause serves as that agreement whereby the Business Associate agrees to abide by all applicable HIPAA Privacy and Security requirements regarding health information as defined in this clause, and in DoD 6025.18-R and DoD 8580.02-R, as amended. Additional requirements will be addressed when implemented.

a. Definitions. As used in this clause generally refer to the Code of Federal Regulations (CFR) definition unless a more specific provision exists in DoD 6025.18-R or DoD 8580.02-R.

(1) HITECH Act shall mean the Health Information Technology for Economic and Clinical Health Act included in the American Recovery and Reinvestment Act of 2009.

(2) Individual has the same meaning as the term “individual” in 45 CFR 160.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g).

(3) Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E.

(4) Protected Health Information has the same meaning as the term “protected health information” in 45 CFR 160.103, limited to the information created or received by the Business Associate from or on behalf of the Government pursuant to the Contract.

(5) Electronic Protected Health Information has the same meaning as the term “electronic protected health information” in 45 CFR 160.103.

(6) Required by Law has the same meaning as the term “required by law” in 45 CFR 164.103.

(7) Secretary means the Secretary of the Department of Health and Human Services or his/her designee.

(8) Security Incident will have the same meaning as the term “security incident” in 45 CFR 164.304, limited to the information created or received by Business Associate from or on behalf of Covered Entity.

(9) Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160, 162 and part 164, subpart C.

(10) Terms used, but not otherwise defined, in this Clause shall have the same meaning as those terms in 45 CFR 160.103, 160.502, 164.103, 164.304, and 164.501.

b. The Business Associate shall not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law.

c. The Business Associate shall use appropriate safeguards to maintain the privacy of the Protected Health Information and to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract.

d. The HIPAA Security administrative, physical, and technical safeguards in 45 CFR 164.308, 164.310, and 164.312, and the requirements for policies and procedures and documentation in 45 CFR 164.316 shall apply to Business Associate. The additional requirements of Title XIII of the HITECH Act that relate to the security and that are made applicable with respect to covered entities shall also be applicable to Business Associate. The Business Associate agrees to use administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the electronic protected health information that it creates, receives, maintains, or transmits in the execution of this Contract.

e. The Business Associate shall, at their own expense, take action to mitigate, to the extent practicable, any harmful effect that is known to the Business Associate of a use or disclosure of Protected Health Information by the Business Associate in violation of the requirements of this Clause. These mitigation actions will include as a minimum those listed in the TMA Breach Notification Standard Operating Procedure (SOP), which is available at: http://www.tricare.mil/tmaprivacy/breach.cfm

f. The Business Associate shall report to the Government any security incident involving protected health information of which it becomes aware.

g. The Business Associate shall report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract of which the Business Associate becomes aware.

h. The Business Associate shall ensure that any agent, including a sub Business Associate, to whom it provides Protected Health Information received from, or created or received by the Business Associate, on behalf of the Government, agrees to the same restrictions and conditions that apply through this Contract to the Business Associate with respect to such information.

i. The Business Associate shall ensure that any agent, including a subBusiness Associate, to whom it provides electronic Protected Health Information, agrees to implement reasonable and appropriate safeguards to protect it.

j. The Business Associate shall provide access, at the request of the Government, and in the time and manner reasonably designated by the Government to Protected Health Information in a Designated Record Set, to the Government or, as directed by the Government, to an Individual in order to meet the requirements under 45 CFR 164.524.

k. The Business Associate shall make any amendment(s) to Protected Health
Information in a Designated Record Set that the Government directs or agrees to pursuant to 45 CFR 164.526 at the request of the Government, and in the time and manner reasonably designated by the Government.

l. The Business Associate shall make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Business Associate, on behalf of the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner reasonably designated by the Government or the Secretary, for purposes of the Secretary determining the Government’s compliance with the Privacy Rule.

m. The Business Associate shall document such disclosures of Protected Health Information and information related to such disclosures as would be required for the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528.

n. The Business Associate shall provide to the Government or an Individual, in time and manner reasonably designated by the Government, information collected in accordance with this Clause of the Contract, to permit the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528.

2. General Use and Disclosure Provisions

Except as otherwise limited in this Clause, the Business Associate may use or disclose Protected Health Information on behalf of, or to provide services to, the Government for treatment, payment, or healthcare operations purposes, in accordance with the specific use and disclosure provisions below, if such use or disclosure of Protected Health Information would not violate the HIPAA Privacy Rule, the HIPAA Security Rule, DoD 6025.18-R or DoD 8580.02-R if done by the Government. The additional requirements of Title XIII of the HITECH Act that relate to privacy and that are made applicable with respect to covered entities shall also be applicable to Business Associate.

3. Specific Use and Disclosure Provisions

a. Except as otherwise limited in this Clause, the Business Associate may use Protected Health Information for the proper management and administration of the Business Associate or to carry out the legal responsibilities of the Business Associate.

b. Except as otherwise limited in this Clause, the Business Associate may disclose Protected Health Information for the proper management and administration of the Business Associate, provided that disclosures are required by law, or the Business Associate obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it was disclosed to the person, and the person notifies the Business Associate of any instances of which it is aware in which the confidentiality of the information has been breached.

c. Except as otherwise limited in this Clause, the Business Associate may use Protected Health Information to provide Data Aggregation services to the Government as permitted by 45 CFR 164.504(e)(2)(i)(B).

d. Business Associate may use Protected Health Information to report violations of law to appropriate Federal and State authorities, consistent with 45 CFR 164.502(j)(1).

4. Obligations of the Government

Provisions for the Government to Inform the Business Associate of Privacy Practices and Restrictions

a. The Government shall provide the Business Associate with the notice of privacy practices that the Government produces in accordance with 45 CFR 164.520.

b. The Government shall provide the Business Associate with any changes in, or revocation of, permission by Individual to use or disclose Protected Health
Information, if such changes affect the Business Associate’s permitted or required uses and disclosures.

c. The Government shall notify the Business Associate of any restriction to the use or disclosure of Protected Health Information that the Government has agreed to in accordance with 45 CFR 164.522.

5. Permissible Requests by the Government

The Government shall not request the Business Associate to use or disclose
Protected Health Information in any

OutreachSystems Article Number: 150430/PROCURE/0553 Matching Key Words: documentar*;

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Bragg, MICC Center – Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000

R-Technical Writer/Requirement Preparation Services W91247-15-T-0027 051216 Carrie Nelson, 910-908-3464 MICC Center – Fort Bragg SOURCES SOUGHT ONLY: The Mission Installation Contracting Command Center – Fort Bragg is conducting market research to determine the existence of interested sources capable of providing all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Technical Writer/Requirement Preparation Services for the Directorate of Public Works located at Fort Bragg, North Carolina. This requirement will provide support and assistance in all aspects relating to the preparation of requirements packages and tracking of all requirements to contract award, such as conducting market research, drafting standard requirements documents, uploading requirement documents, applying appropriate regulations and policies, and tracking requirements, as specified in the attached DRAFT Performance Work Statement (PWS). The quote mark DRAFT quote mark PWS (Solicitation Number: W91247-15-T-0027)Department of the Army can be downloaded from the Army Single Face to Industry (ASFI) website, please go to the original source sought posting and click on the hyperlink quote mark Additional Documentation quote mark . This is not a Request for Proposals, but instead a market research method to determine interested sources prior to issuing the solicitation. The anticipated period of performance is a twelve (12) month base period. The purpose of this Sources Sought Notice is to obtain an indication of interest of all businesses, determine any interest from the small business community, and obtain voluntary limited capability information of those interested sources. A determination by the Government on the method of competing this requirement has not been made. Based upon information currently available, the Government anticipates fulfilling this requirement through a small business set-aside. The Government will not award a contract based on this Sources Sought Notice, the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary.

This IS NOT a request for technical/management proposals. If you are an interested source and capable of meeting the entire requirement without failure please provide the following voluntary information: 1) Company name and Point of Contact; 2) DUNS number and CAGE code; 3) Socioeconomic Status (to include 8(a), HUBZone, SDVOB, etc.), if applicable; 4) Security Clearance Level; 5) GSA Schedule Contract Holder Information, to include contract number, if applicable; and 6) A brief Statement of Capability (no more than 5 pages); which demonstrates the ability to meet the requirements specified in the PWS, and includes any Past Performance information on Government contracts of similar size and scope. NAICS code is 541990 quote mark All Other Professional, Scientific and Technical Services quote mark with a size standard of $15M. Please provide capability statements via email to: carrie.l.nelson12.civ@mail.mil. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No feedback will be provided regarding individual capabilities statements. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests.

Capability statements are due no later than 12:00 PM EST on Tuesday, 12 May 2015. Responses may be e-mailed to the primary point of contact listed below.

Primary Point of Contact:
Carrie L. Nelson
Contract Specialist
Carrie.l.nelson12.civ@mail.mil
Phone: 910-908-3464

Secondary Point of Contact:
Heather D. Clifton
Contracting Officer
Heather.d.clifton.civ@mail.mil
Phone: 910-908-1964

Place of Performance: MICC Center – Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC 28310-5000 US URL: https://www.fbo.gov/notices/afe7c0db76fd60c2d7dc4d4a13ccf19b

OutreachSystems Article Number: 150430/PROCURE/0581 Matching Key Words: writ*; technical; standard;

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Tanzania USAID-Dar es Salaam, Department of State Washington DC 20521-2140

R — Tusome Pamoja Program, Kiswahili for “Let’s Read Together” SOL-621-15-000014 060115 Keisha Effiom, Contracting Officer, Email keffiom@usaid.gov – Jose E Zenteno, Email jzenteno@usaid.gov SOLICITATION No. SOL-621-15-000014

The United States Agency for International Development (USAID) Mission in Tanzania is seeking proposals from responsible organizations interested in providing technical assistance and instructional materials targeted at improving lifelong learning skills, defined as mastery of early grade reading, writing, and arithmetic.

The overarching goal of this program is to acquire technical assistance and instructional materials targeted at improving lifelong learning skills, defined as mastery of early grade reading, writing, and arithmetic. Technical assistance will cover: (1) improving quality of basic skills instruction at the early primary level; (2) strengthening Ministry of Education and Vocational Training (MoEVT) skills delivery systems; and (3) increasing community and parental engagement in early primary education. Subject to the availability of funds, USAID intends to provide the funding in the range of $60 to $70 million for a five year period (with no option years) contract.

This notice does not obligate USAID to award a contract, nor does it commit the U.S. Government to pay any cost incurred in the preparation and submission of proposals.

This is not a set-aside.

URL: https://www.fbo.gov/spg/AID/OM/TAN/SOL-621-15-000014/listing.html

OutreachSystems Article Number: 150430/PROCURE/0716 Matching Key Words: writ*; technical;

Department of the Army, National Guard Bureau, USPFO for Illinois, Camp Lincoln 1301 North MacArthur Boulevard Springfield IL 62702-2399

R — IL ARNG Medical Case Management W91SMC-15-R-0003 051815 Paul M. Seivert, Phone 2177613551, Email paul.m.seivert.mil@mail.mil Synopsis –
IL ARNG Medical Case Management Synopsis – Competitive 8(a) Set-aside

The USPFO for ILLINOIS i ntends to issue a Request for Proposal (RFP) for Medical Case Management services within Illinois.   The purpose of this requirement is to provide Medical and Dental Non-clinical Case Management and administrative Care Coordinator staffing in support of Individual Medical Readiness (IMR).   This requires is designed to be flexible, responsive, and meets the ever-evolving needs of the Government.   DoDI 6025.19 establishes aggressive quarterly and annual metric goals for the separate IMR elements and for the overall IMR category of Fully Medically Ready (FMR) Soldiers.   The ultimate goals are to produce real-time reports based on complete, accurate data.   The minimum goal for overall medical readiness is more than 85% of Service Members FMR, with the ideal goal being 100%.   The Illinois Army National Guard (IL ARNG) Surgeon’s Office requires a highly responsive process whereby the Government can quickly obtain needed support and services. The North American Industry Classification System (NAICS) code for this requirement is 561330.   The small business size standard is $27.5 million average annual600px-National_Guard_Logo.svg revenue for the previous three years. This is an 8(a) business set-aside.   The Government anticipates award of one contract consisting of a base year plus four (4) option years .    All responsible firms may submit an offer.   Total contract period, to include options, shall not exceed five (5) calendar years. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price. Prospective offerors must submit a written past performance and technical proposal and a price proposal to be considered for award. It is anticipated that the solicitation will be available 6 May 2015.   The solicitation closing date is scheduled for on-or-about 18 May 2015.   Actual dates and times will be identified in the solicitation All information, amendments and questions concerning this solicitation to FedBizOpps . Interested offerors must be registered in System for Award Management (SAM).   To register go to:   https://www.sam.gov/portal/public /SAM/ .   You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (FedBizOpps.gov or fbo.gov).   C ontractors and subcontractors interested in this project must register at this site.   The solicitation will be distributed using the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system.   FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.   Interested bidders/offerors must register with FedBizOpps before accessing the system.   FedBizOpps registration requires the following information: 1) System for Award Management (SAM) Marketing Partner Identification Number (MPIN) 2) DUNS Number and CAGE Code 3) Telephone Number 4) E-Mail Address.   Registration instructions can be found on the FedBizOpps website at https ://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf .    Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents.   Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO.   See video in vendor guide at 3.3 on advanced functions for other information.   Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN.   Bidders/Offerors cannot log into the FedBizOpps home page and search for data.

All inquiries must be in writing, preferable via email to the persons specified in the solicitation.   All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement, you are encouraged to Email your questions to paul.m.seivert.mil@mail .mil . All questions must be received by this email address no later than 4:30 pm CDT, 14 May 2015.

DISCLAIMER:   Amendments, if/when issued will be posted to the FedBizOpps.gov or fbo.gov for electronic downloading.   This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation.   Websites are occasionally inaccessible due to various reasons.   The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages.   The Government will issue no paper copies.

Set-Aside: Competitive 8(a) Place of Performance: 1301 N. MacArthur Blvd. Springfield, IL 62702-2317 Springfield, IL 62702 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA11/W91SMC-15-R-0003/listing.html

OutreachSystems Article Number: 150429/PROCURE/0067 Matching Key Words: writ*; technical; standard;

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Tanzania USAID-Dar es Salaam, Department of State Washington DC 20521-2140

R — TUSOME PAMOJA USAID/TANZANIA SOL-621-15-000014 060115 Keisha Effiom, Contracting Officer, Email keffiom@usaid.gov – Jose E Zenteno, Acquisition Specialist, Email usaidtzco@usaid.gov The United States Agency for International Development (USAID) Mission in Tanzania, intends to issue a Request for Proposal solicitation for the USAID/Tanzania Tusome Pamoja Program, Kiswahili for Let’s Read Together . The overarching goal of this program is to acquire technical assistance and instructional materials targeted at improving lifelong learning skills, defined as mastery of early grade reading, writing, and arithmetic. Technical assistance will cover: (1) improving quality of basic skills instruction at the early primary level; (2) strengthening Ministry of Education and Vocational Training (MoEVT) skills delivery systems; and (3) increasing community and parental engagement in early primary education. Subject to the availability of funds, USAID intends to provide the funding in the range of $60 to $70 million for a five year period (with no option years) contract.

This notice does not obligate USAID to award a contract, nor does it commit the U.S. Government to pay any cost incurred in the preparation and submission of proposals.

Telephone inquiries will not be accepted. We will not directly respond to inquiries regarding this synopsis but may consider them in preparation of the RFP. Comments may be submitted via email to: usaidtzco@usaid.gov

This is not a set-aside

Primary Point of Contact: Keisha Effiom, Contracting Officer at keffiom @usaid.gov

Secondary Point of Contact: Jose Zenteno at jzenteno@usaid.gov

Place of Performance: USAID/TANZANIA DAR ES SALAAM TZ URL: https://www.fbo.gov/spg/AID/OM/TAN/SOL-621-15-000014/listing.html

OutreachSystems Article Number: 150429/PROCURE/0079 Matching Key Words: writ*; technical;

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–OFFICE ADMINISTARTIVE MANAGEMENT OF GYM MEBERSHIPS W9124D-15-Q-5903 050415 Jason W Bufkin, 5026241912 MICC Center – Fort Knox This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil.

This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis.

The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices.

For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform atDepartment of the Army least 50 percent of the labor with its own employees. Prime contractors cannot sub-contract the entire effort. Again, this applies only to small business set-asides.

The purpose of this requirement is to provide administrative management and procurement services for gym memberships in support of the United States Military Entrance Processing Command. Locations of gyms would be throughout the United States not limited to a specific region. Memberships would be for 1 year at a time and not be reoccurring. Vendor would be given a list of preferred gyms, names of members and be expended to acquire gym memberships within the period of performance requested. Vendor would not be expected to manage gym memberships for the entirety of the membership. Once the Purchase has been made the service, management and administration responsibilities would transfer to the gym.

The appropriate NAICS code is 561110 with a size standard of $7,500,000.00.

Responses to this announcement must be received no later than 2:00 P.M. Eastern Standard Time on Tuesday, 04 May 2015. Responses should be emailed to jason.w.bufkin.mil@mail.mil. Responses shall include the following:

1. Company name and address;
2. A statement of interest that meets all the requirements listed above;
3. A synopsis of the contractor’s capabilities;
4. Company size: small or large, new qualified small business sources, including veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and economically disadvantaged women-owned small business program.
5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable);
6. Contact information, to include name, e-mail address, phone number, and fax number;
7. CAGE Code and/or DUNS number.

Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/13cc008a8d341ca44e36cecb2375b448

OutreachSystems Article Number: 150429/PROCURE/0480 Matching Key Words: age:state!ky; state!ky;

USABID State and Local Purchases

Georgia – Georgia Local Government Access http://www.glga.org Georgia Municipal Association PO Box 105377 Atlanta, GA 30348 404-688-0472 678-686-6289 – FAX

T – “Not On My Shift” Video SOL DISCLAIMER: Details posted on MARTA’s website supersede ALL details posted on this website.To download documents and view details, visit us at: http://martabid.itsmarta.com/ProductsBid.aspxRFQ Q34440A “Not On My Shift” VideoThe MARTA Police & Emergency Management Department is requesting a video for its “Not On My Shift” internal employee awareness program. This video is meant to educate MARTA’s transit and contractor employees about unattended packages, suspicious persons and suspicious items found on MARTA property and vehicles. Due Date: End Date: Friday, May 22, 2015 Address: http://www.glga.org/Detail.aspx?CNID=100262 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0271 Matching Key Words: video*; produc*; website;

Iowa – Iowa State University http://www.purchasing.iastate.edu/vendors/ Purchasing Department, 3616 Administrative Services Building Phone 294-4860, purchasing@iastate.edu

T – WATER ROCKS! VIDEO PRODUCTION SOL 63091 WATER ROCKS! VIDEO PRODUCTION Due Date: 2015-05-18 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0298 Matching Key Words: video*; produc*; production?;

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Iroquois Park North Overlook SOL IFB-3422-0-2014/TB Iroquois Park North Overlook Due Date: 5/19/2015 3:00 PM Eastern Contact: Teresa Burton For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0339 Matching Key Words: age:state!ky; state!ky;

Massachusetts – COMMBUYS https://www.commbuys.com/bso/external/publicBids.sdo Commonwealth of Massachusetts Operational Services Division (OSD); Help Desk:(888) 627-8283

R – 15LCEHSCANCERREGISTRYNOI:Notice of Intent to Purchase between EO SOL BD-15-1039-EHS01-EHS01-00000004016 15LCEHSCANCERREGISTRYNOI:Notice of Intent to Purchase between EOHHS and the University of Kentucky Due Date: 05/14/2015 02:00:00 PM Address: https://www.commbuys.com/bso/external/bidAck.sdo;jsessionid=97080B78D4FCC8BF6341873EC3A3A9F7.worker4?bidId=BD-15-1039-EHS01-EHS01-00000004016&parentUrl=activeBids For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0375 Matching Key Words: state!ky;

Virginia – VBO/eVA-Virginia Business Opportunities https://vendor.epro.cgipdc.com/webapp/VSSAPPX/Advantage Virginia Business Opportunities – VBO. In order to obtain the bid package you must be a registered subscriber with the State.

T Video Production Services SOL RFP : RFP 15-04-12 Video Production Services Due Date: 5/22/15 3:00 PM Contact: Francine Morris For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0682 Matching Key Words: video*; produc*; 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 – Investigative Services RFP : 1500000295 Board Of Occu SOL Investigative Services RFP : 1500000295 Board Of Occupational Therapy Published On : 4/28/15 Amended On : Closing On : 5/15/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0003 Matching Key Words: age:state!ky; state!ky;

California – City of Los Angeles http://www.labavn.org/index.cfm?fuseaction=contract.contract_list City of Los Angeles; Purchasing Office, Room 100, City Hall South; 111 E. First St. Los Angeles, CA 90012-4170 Phone: 213-485.3677.

T – 3075110 Video Production Equipment SOL 3075110 – Video Production Equipment Due Date: 05/01/15 11:00 AM Contact: *The current status is ‘Open’. The City is currently accepting bids/proposals. – No meetings scheduled For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0131 Matching Key Words: video*; produc*; production?;

Kentucky – Jefferson County Public Schools https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx P.O. Box 34020; Louisville, Kentucky 40232-4020; (502) 485-3011

R – Titles I & III Non-Public Instructional Services #7080 Bid close SOL Titles I & III Non-Public Instructional Services #7080 Bid closes @ 11:00 a.m. on May 26, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0337 Matching Key Words: age:state!ky; state!ky;

Tennessee Press Association http://www.publicnoticeads.com/TN/search/searchnotices.asp 435 Montbrook Lane; Knoxville, TN 37919; (865) 584-5761

R – REQUEST FOR PROPOSAL Southern West Virginia Community and Tec SOL Public Notice ID: 22406169.HTM REQUEST FOR PROPOSAL Southern West Virginia Community and Technical College (SWVCTC), a nationally recognized institution with operations in six counties in Southern West Virginia and two counties in Eastern Kentucky, seeks the assistance of an executive search firm in its search for a new President. Firms or organizations interesed in assisting SWVCTC in its search should submit a proposal setting forth their capabilites, interest, experience, and fee structure no later than 3:00 p.m. on Wednesday, May 13, 2015. Proposals may be mailed to Melissa Creakman, Director of Purchasing, Southern West Virginia Community and Technical College, P.O. Box 2900, Mount Gay, WV. Information about the position and SWVCTV may be reviewed at http://www.southernwv.edu/administration/president/search. All questions regarding the proposal process should be directed ot the Director of Purchasing, Melissa Creakman, at 304-896-7411. Questions regarding the search process should be directed to Emma Baisden, Executive Assistant to the President and Board to Governors at 304-896-7402. PUB2T; 4/29/15 & 5/6/15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0636 Matching Key Words: state!ky;

Washington – General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300

99 – Enterprise Revenue Cycle Operations Training SOL Ref #: UW-15-0401JG tTo solicit proposals from firms interested in providing technical publication (writing, editing) and curriculum design and development services for the creation of training materials on behalf of Enterprise Revenue Cycle Operations Due Date: 08/01/15 Contact: Jarrett Gordon For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0764 Matching Key Words: writ*; technical;

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 – Review of Account Receivables System RFP : 1500000243 SOL Review of Account Receivables System RFP : 1500000243 Judicial Department Published On : 4/29/15 Amended On : Closing On : 5/12/15 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0785 Matching Key Words: age:state!ky; state!ky;

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

R – Concession – Beach – Nolin Lake Lake State Park RFQ : 150000017 SOL Concession – Beach – Nolin Lake Lake State Park RFQ : 1500000178 Kentucky Department Of Parks Published On : 4/27/15 Amended On : Closing On : 5/6/15 2:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150429/BID/0004 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 – Document Scanning Pilot Project of the Occupational Returns SOL IFB-3426-0-2015/ES Document Scanning Pilot Project of the Occupational Returns Due Date: 5/8/2015 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150429/BID/0252 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

R – 15-66 / Hwy 42, 16″ Transmission Main Project (Prospect PRV Stat SOL 15-66 / Hwy 42, 16″ Transmission Main Project (Prospect PRV Station to Greenmere Blvd) Due Date: 05/20/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150429/BID/0259 Matching Key Words: age:state!ky; state!ky;

Kentucky – Eastern Kentucky University, Eastern Kentucky University 117 Jones Building 521 Lancaster Avenue Richmond, Kentucky 40475 Phone: 859-622-2246 Fax: 859-622-2047 http://purchasing.eku.edu/bids-and-quotes

R – RFP 60-15 Legal Services Due: 5/01/15 2:00PM (ET) SOL RFP 60-15 Legal Services Due: 5/01/15 2:00PM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150428/BID/0044 Matching Key Words: age:state!ky; state!ky;

Kentucky – Eastern Kentucky University, Eastern Kentucky University 117 Jones Building 521 Lancaster Avenue Richmond, Kentucky 40475 Phone: 859-622-2246 Fax: 859-622-2047 http://purchasing.eku.edu/bids-and-quotes

R – EKU 66-15 Spring Commencement Production Support & Gear Specifica SOL EKU 66-15 Spring Commencement Production Support & Gear Specifications Opens: 5/04/15 10:00AM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150428/BID/0046 Matching Key Words: age:state!ky; state!ky;

Texas – Texas Marketplace-Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440

T – RFP for Video Production Services SOL Agency Requisition Number: 327-91582-150427 RFP for Video Production Services Due Date: Open Date: 05/22/15 10:00 AM Contact: CHRISTOPHER WOOD For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150428/BID/0519 Matching Key Words: video*; produc*; production?;

Other Federal Procurements (Small)

FedBizOpps Grants http://www.grants.gov/web/grants/search-grants.html Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

99 — Kentucky Natural Lands Trust SOL F15AS00206 Due Date: 05/08/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/SMALL/9631 Matching Key Words: state!ky;

Kentucky State Procurement

Lexington-Fayette Urban County Airport Board, 4000 Versailles Road, Lexington, KY 40510

R — PUBLIC PARKING AND LUGGAGE CART RENTAL CONCESSIONS. DUE 21-JUN-2015 Website: http://www.bluegrassairport.com/busopps.html Notice is hereby given that the Lexington-Fayette Urban County Airport Board, hereinafter referred to as “Board,” is requesting Proposals from interested and qualified parties, hereinafter referred to as “Proposers”, for the operation of the public parking and luggage cart rental concessions, hereinafter referred to as “Concessions”, at Blue Grass Airport in Lexington, Fayette County, Kentucky, hereinafter referred to as “Airport”. It is the Board s intent to award a Public Parking and Luggage Cart Rental Concession Agreement, hereinafter referred to as “Concession Agreement”, to one (1) qualified and responsible Proposer, hereinafter referred to as “Concessionaire” or “Successful Proposer”, for one (1) of the two (2) term lengths shown below based on its evaluation of the Proposals that it receives. Proposers may submit Proposals for either or both of the following term lengths, hereinafter referred to as “Term”: six (6) years and five (5) months commencing February 1, 2016 and ending June 30, 2022 with two (2) potential five (5) year Option Terms subject to the mutual agreement of terms of the Board and the Successful Proposer. eleven (11) years and five (5) months commencing February 1, 2016 and ending June 30, 2027 with one (1) potential five (5) year Option Term subject to the mutual agreement of terms of the Board and the Successful Proposer. Sealed Proposals will be received at the office of the Director of Administration and Finance, Blue Grass Airport, 4000 Terminal Drive, Suite 206, Lexington, Kentucky 40510, until 2:00 p.m. local time on July 21, 2015 at which time the Proposers” Gross Revenues Percentage Payment offers will be publicly opened and read aloud. After completion of a review process, the Board proposes to execute a Concession Agreement with one (1) Successful Proposer who has submitted the best Proposal, in the sole determination of the Board. This Request for Proposals, including the Proposal Form, sample Concession Agreement, and all related documents, hereinafter collectively referred to as “RFP”, may be obtained by prospective Proposers at the Administration Office, Blue Grass Airport, by written request or email directed to Don Sever, Director of Administration and Finance, Blue Grass Airport, 4000 Terminal Drive, Suite 206, Lexington, Kentucky 40510, or dsever@bluegrassairport.com, or from the Airport website at http://www.bluegrassairport.com under Business Opportunities. Requests to have the RFP delivered via express courier will be honored provided that all such requests are accompanied by the appropriate billing account information. The Board reserves the right to reject any and all Proposals, or to accept any Proposal which is deemed to be more advantageous to the public and to the Board. Each Proposal shall be accompanied by a certified cashier s check on a solvent bank, or bid bond payable to Lexington-Fayette Urban County Airport Board, in the amount of Ten Thousand Dollars ($10,000.00) issued by a surety licensed to do business in Kentucky in a form acceptable to the Board. Said check or bid bond shall be given as security to guarantee that if the Proposal is accepted, a Concession Agreement will be entered into and the performance of it properly secured. The Board, in accordance with Title VI of the Civil Rights Act of 1964, and Title 49 of the Code of Federal Regulations, hereby notifies all interested parties that it will affirmatively ensure that in any award made pursuant to this RFP, Disadvantaged Business Enterprises will be afforded full opportunity to submit Proposals in response to this RFP and that no Proposer will be discriminated against on the grounds of race, creed, handicap, color, religion, sex, or national origin in consideration for an award. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150501/KY/7798 Matching Key Words: age:state!ky; state!ky;

City of Versailles, 196 South Main St., Versailles KY 40383

R — REQUEST FOR QUALIFICATIONS FROM CONSULTING ENGINEERS FOR WASTEWATER TREATMENT PLANT DESIGN SERVICES. DUE 28-MAY-2015 Phone: (859) 873-5436; Website: http://www.versailles.ky.gov The City of Versailles is issuing a Request for Qualifications related to the Versailles Wastewater Treatment Plant Expansion Project. The scope of the project could include, but not be limited to, the following project management and services: engineering (civil, electrical, mechanical, structural, etc.), surveying, architectural, geotechnical engineering, environmental services, cultural resource evaluation, construction administration, and/or resident project representation. Proposals are available at http://www.versailles.ky.gov, or at the Versailles City Clerk”s office located at 196 South Main St., Versailles KY 40383; (859) 873-5436. Proposals must be received at the above address no later than 2:00 p.m. on Thursday, May 28, 2015.This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150429/KY/7699 Matching Key Words: age:state!ky; state!ky;

Southwest Ohio Regional Transit Authority, 602 Main St., Suite 1100, Cincinnati, OH 45202

R — SMART CARDS FOR CPS. IFB 23-15 Website: http://www.go-metro.com/doing-business/bid-opportunities The Southwest Ohio Regional Transit Authority is seeking bids for IFB 23-15 for Smart Cards for CPS. Bidding instructions, specifications and contractual terms and conditions may be obtained by contacting SORTA’s Procurement Department, Lyndi Bryan at 513-632-9229 or lbryan@go-metro.com.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: 150429/KY/7708 Matching Key Words: age:state!ky; state!ky;

Lexington Center Corporation, 430 West Vine Street, Lexington, KY 40507

99 — SELF-CONTAINED 30 YD COMPACTOR. LCC-GE-701-15 PHONE #(859) 233-4567 X 3240 THE LEXINGTON CENTER CORPORATION IS ACCEPTING BIDS AT ITS OFFICES UNTIL 2:30 PM (EDST), MAY 11, 2015 FOR THE FOLLOWING: #LCC-GE-701-15 SELF-CONTAINED 30 YD COMPACTOR. BIDS ARE TO BE SEALED AND MARKED BID #LCC-GE-701-15. FOR BID SPECIFICATIONS CONTACT MERRILL RICHARDSON @ 430 WEST VINE ST., LEXINGTON, KY 40507. PHONE #(859) 233-4567 X 3240http://www.legalnotice.org/pl/lexingtonherald/landing1.aspx This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150429/KY/7738 Matching Key Words: age:state!ky; state!ky;

University of Kentucky, 322 Peterson Service Bldg.; 411 S Limestone, Lexington, KY 40506-0005

R — TELEVISIONS & IPTV DISTRIBUTION/SYSTEM-INTEGRATION FOR COMMONWEALTH STADIUM AND THE FOOTBALL BUILDING. UK-1579-15 DUE 27-MAY-2015 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.htm This Request for Proposal (RFP) is being issued by the University of Kentucky to solicit Proposals from vendors to provide approximately 708 televisions, and IPTV digital signage system at Commonwealth Stadium and in the Football Building. The system will be used to provide HD television distribution and digital signage and/or video walls in the newly constructed suite, club, press box and concourse spaces within Commonwealth Stadium. The system will include head end components, digital signage hardware, set-top boxes and any other miscellaneous hardware required for a complete and working system. This system will allow us to distribute a digital television signal to the various sections of the stadium with the updated technology, once it is available from our cable provider, Time-Warner. All IT hardware (switches, routers, etc.) and signal cabling required for the system for the renovation of Commonwealth Stadium, in the quantities, sizes and types specified herein. The Football building will include three (3) video walls, digital signage, video controls, video coaching, and audio system, DVD’s, projectors, document cameras, cabling and a ll IT hardware (switches, routers, etc.) and signal cabling required for the system for the football building, in the quantities, sizes and types specified herein. It is the intent of the University of Kentucky to acquire the services of a full-service A/V equipment provider and integrator for the Stadium Project and new football building at the University of Kentucky, under the Department of Athletics. A pre-proposal conference will be held in Lexington, Kentucky on 5/6/15 at 1:30 p.m. in the Nutter Training Center meeting room, 720 Sports Center Dr, Lexington, KY 40506, to allow prospective Contractors an opportunity to ask questions and clarify the University s expectations. This conference provides Offerors an opportunity for oral questions. 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: 150429/KY/7739 Matching Key Words: video*; train*; conference?; website; sport?; distribut*; age:state!ky; state!ky;

Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601

R — ASSISTANCE FOR SMALL WATER SYSTEMS. RFP: 1500000285 DUE 08-MAY-2015 Phone: (502) 564-4510; Website: https://emars.ky.gov/online/vss/AltSelfService Department for Environmental Protection. THE DIVISION OF WATER IS SOLICITING COMPETITIVE WRITTEN PROPOSALS TO ADDRESS AND PROVIDE TECHNICAL, FINANCIAL, AND MANAGERIAL ASSISTANCE AND TRAINING TO SMALL DRINKING WATER SYSTEMS SERVING LESS THAN 10,000 IN POPULATION. Published On: 4/23/15 Amended On: Closing On: 5/8/15 4:00 PM EDT. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150428/KY/7656 Matching Key Words: age:state!ky; state!ky;

KPC – Kentucky Purchasing Cooperative, 904 Rose Road, Ashland, KY 41102

76 — CATALOG-PRICE LIST-RETAIL STORE SHELF PRICE BID. CLS 2010.133 DUE 11-MAY-2015 Phone: 606-928-0205; email: info@kpc4me.com; Website: http://www.kpc4me.com/bid-opportunity/ This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150428/KY/7685 Matching Key Words: age:state!ky; state!ky;

KPC – Kentucky Purchasing Cooperative, 904 Rose Road, Ashland, KY 41102

69 — CATALOG-PRICE LIST-RETAIL STORE SHELF PRICE BID. CLS 2010.133 DUE 11-MAY-2015 Phone: 606-928-0205; email: info@kpc4me.com; Website: http://www.kpc4me.com/bid-opportunity/ This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150428/KY/7688 Matching Key Words: age:state!ky; state!ky;

KPC – Kentucky Purchasing Cooperative, 904 Rose Road, Ashland, KY 41102

99 — CATALOG-PRICE LIST-RETAIL STORE SHELF PRICE BID. CLS 2010.133 DUE 11-MAY-2015 Phone: 606-928-0205; email: info@kpc4me.com; Website: http://www.kpc4me.com/bid-opportunity/ This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150428/KY/7689 Matching Key Words: age:state!ky; state!ky;

Hardin County Water District No. 1, 1400 Rogersville Road, Radcliff, KY 40160

R — FORT KNOX WATER DISTRIBUTION SYSTEM LEAK SURVEY. DUE 13-MAY-2015 Website: https://www.hcwd.com/getrows.asp?SID=2 Hardin County Water District No. 1 (District) issues this Request for Proposals from qualified firms for a Water Distribution System Leak Survey project of its Ft. Knox Water System. Proposals will be received until May 13th, 2015 at 11:00 AM (EST) at the District offices, 1400 Rogersville Road, Radcliff, Kentucky. A Mandatory Pre-Proposal conference call must be attended by any firms considering submitting a proposal. Caller will dial 1 (302) 202-1102 and Enter Code 816885 when prompted. The meeting will be held at the District office on May 6th, 2015 at 2:00 PM (EST). Complete RFP documents may be picked up at the District offices, or downloaded from the website http://www.HCWD.com under “Bid Information” after April 24th, 2015. The District invites any qualified firm to submit a proposal and does not discriminate on the basis of race, creed, color, sex or national origin.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: 150428/KY/7691 Matching Key Words: age:state!ky; state!ky;

Dugan & Meyers, 2700 River Green Circle, Louisville, KY 40206

99 — POTENTIAL CONSTRUCTION SUBCONTRACTING OPPORTUNITIES. Phone (502) 894-4481; Fax (502) 894-4482 BID Date: 5/13/2015: BID TIME: 2:00 PM Dugan & Meyers Construction Co. is inviting quotes on the following project. Project : Shelbyville Water Treatment Plant Chloramine Conversion. Project Location: Shelbyville, KY. Quotes Requested for the following Subcontractors: Electrical, Concrete Reinforcement, Excavation, Instrumentation, Masonry, Thermal & Moisture Protection, Plumbing, HVAC, Roofing. Quotes Requested for the following Materials: Concrete, pre-cast concrete, metals, doors & windows, pumping equipment, pipe, valves, structural steel signage, gates, Additional Information: MBE and WBE subcontractors and suppliers are encouraged to send quotes. Plans Available at the following location(s): ARC Central, 1018 New Circle Road, Suite 102, Lexington, KY 40505 859 699-5105. Project Contact Information: Name: Andy Zalla Phone: 502 894-4481 Email: Azalla@dugan-meyers.com. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150427/KY/7630 Matching Key Words: age:state!ky; state!ky;

pitanim

BMG AD (fv)

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: