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
Department of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, Bldg 2174, 131/2 & Indiana St Fort Campbell KY 42223-1100
99 — MOBILE BALLISTIC SHIELD W9124816T0013 041516 SaLonda M. Ozier, Contract Specialist, Phone 2707987825, Email salonda.m.ozier.civ@mail.mil See attachments
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/aed3f33d212039225bf02fd6a423915
OutreachSystems Article Number: 20160408/PROCURE/0786
Matching keyword(s): age:state!ky;
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Post-Consumer Lead Acid Batteries QRP16-0020 041416 Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil – Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Post-Consumer Lead Acid Batteriesl. The duration of this is for a 1 time sale.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd. Bldg. 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP16-0020/listing.htmOutreachSystems Article Number: 20160408/SURPLUS/1312
Matching keyword(s): state!ky;
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr. Building 3600 Scott AFB IL 62225-5406
R — JITC Test, Evaluation, and Certification Services TEMSSrecompete 110915 Tara D Schmitt, Phone 618-229-9485, Email Tara.D.Schmitt.civ@mail.mil – Kyle P. Cadwallader, Phone 6182299460, Email kyle.p.cadwallader.civ@mail.mil SOURCES SOUGHT ANNOUNCEMENT
The Defense Information Systems Agency (DISA) is seeking sources for DISA/Joint Interoperability Test Command (JITC) Test, Evaluation, and Certification (TEC) Services. TEC is a recompete to the DISA Test and Evaluation Mission Support Services (T&E MSS) contract.
CONTRACTING OFFICE ADDRESS: DISA, Procurement Directorate (PSD), Defense Information Technology Contracting Organization (DITCO)-Scott, 2300 East Drive Bldg. 3600, Scott AFB, IL, 62225-5406.
1.0. INTRODUCTION:
1.1. This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of any businesses and their team members (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to perform all the various task areas as outlined in Section 4.0 of this Sources Sought.
1.2. JITC operates as a field activity under DISA and is the Department of Defense’s (DoD’s) Joint Interoperability Certifier and only non-Service Operational Test Agency (OTA) for Information Technology/National Security Systems (IT/NSS). JITC provides risk-based TEC services, tools, and environments to ensure Joint Warfighting IT capabilities are interoperable and support mission needs. Information on DISA’s and JITC’s missions and functions is available at:
1.2.1. DISA: http://www.disa.mil
1.2.2. JITC: http://jitc.fhu.disa.mil
1.3. JITC is seeking information for potential sources for non-personal TEC services. The contractor will provide TEC planning, test conduct, data collection and analysis, and results reporting for DoD and non-DoD IT and NSS capabilities. IT/NSS TEC support encompasses a range of capabilities from legacy systems to emerging net-centric technologies, cyber security, mobile devices, cloud-based systems, and evolving IT/NSS capabilities. The contractor will assist the government in providing agile and responsive TEC services in support of functional areas including enterprise services; enterprise logistics; business systems; tactical systems; cyberspace; national intelligence; networks/communications; unified capabilities; warfighter support; knowledge management; strategic communications; business operations; testbed management; information assurance; engineering; automation/instrumentation; quality control; technical<span style=”color:blue;”> writing/editing; JITC strategy, plans, and policies support; and Network and internal application development/maintenance. The contractor will provide personnel, materials, travel, services, and other items needed to satisfy the operations, infrastructure, policy development, and TEC requirements of JITC and its customers.
2.0 DISCLAIMER:
2.1. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
3.0. CONTRACT/PROGRAM BACKGROUND:
3.1. Contract Number: DISA T&E MSS:
HC1028-12-D-0023, Alion Science and Technology Corporation (large business)
HC1028-12-D-0024, TASC Inc. (large business)
HC1028-12-D-0026, ManTech Advanced Systems International Inc. (large business)
HC1028-12-D-0027, American Systems Corporation (large business)
HC1028-12-D-0028, Lockheed Martin Corporation (large business)
HC1028-12-D-0029, Oberon Associates, Inc. (large business)
3.2. Contract Type: Multiple award Indefinite Delivery/Indefinite Quantity with Cost Plus Fixed Fee and Firm Fixed Price Task Orders
3.3. Method of previous acquisition: Full and open competition
3.4. Contract ceiling: Existing DISA T&E MSS contract ceiling is $871 million, although the government anticipates DoD budget reductions will reduce the new TEC contract ceiling.
3.5. Description: The objective of the DISA T&E MSS contract is to provide a full-range of agile and cost-effective TEC services that support testing for DoD and non-DoD IT/NSS technologies and capabilities, and to provide direct support to the Nation’s warfighters through Joint and Coalition exercises and efforts. Approximately 600 FTEs support over 1,500 TEC activities (of which about 200 are various Acquisition Category (ACAT) level programs) annually. During peak TEC periods, including all program sizes and ACAT levels, the 600 FTEs may simultaneously support up to 250 programs. TEC and/or technical services are provided to all four military Services, many of the DoD Agencies, all the Combatant Commands, Office of the Secretary of Defense, industry, academia, and a variety of other customers.
3.6. Period of Performance: July 30, 2012 – January 26, 2018 (Includes 3-month phase-in, 1-year base, four 1-year options, and 3-month phase-out)
3.7. Places of Performance:
JITC, 2001 Brainard Rd, Fort Huachuca, AZ 85670-2798
JITC, 3341 Strauss Ave, Indian Head, MD 20640-5035
DISA/JITC, 6910 Cooper Ave., Fort Meade, MD 20755
Various locations within and outside the Continental United States
4.0. REQUIRED CAPABILITIES:
4.1 The contractor would perform the following:
4.1.1 Service requirements that enable JITC to directly support its customers’ T&E needs, which includes Interoperability, Standards Compliance and Conformance, Developmental Test and Evaluation, Operational Test and Evaluation, Cybersecurity, Enterprise Service, and other T&E and Subject Matter Expert support.
4.1.2 Service requirements that enable JITC to support its customers’ T&E needs through the development and sustainment of core organizational T&E processes and capabilities to include policy and process support, technical capabilities (such as tools, instrumentation, and automation) support, laboratory support, knowledge management support, and customer relation management support.
4.1.3 Service requirements that enable JITC to support its customers’ T&E needs through the development and sustainment of general organizational processes and capabilities that include network and internal business application development and maintenance operations support.
4.2. Additional areas that are critical to JITC include:
4.2.1 Ability to track funding provided and expenses at the job order (individual customer) level. JITC is a member of the DoD’s Major Range and Test Facility Base, and as such, is required by the DoD’s Financial Management Regulation to maintain a job order accounting system.
4.2.2. Ability to provide timely and flexible support given that “normal operations” are consistently conducted and tailored to optimize support for diverse customer expectations in regards to testing cost, timeliness, technical performance, comprehensiveness, and reporting.
4.2.3. Ability to quickly respond to fluctuations in workload caused by conditions such as, but not limited to: schedule slips and misalignments resulting in concurrent activities within select timeframes, changes in test policies, increasing or emerging TEC requirements, and sudden advances in technologies.
4.2.4. Ability to implement Scientific Based Test Design techniques in IT/NSS test methodologies.
5.0. SPECIAL REQUIREMENTS:
5.1. Secret clearance required for all personnel. Some personnel will require a Top Secret clearance.
5.2. Contractor must adhere to Capability Maturity Model Integration (CMMI) Level 3 or higher, or ISO 9001:2008 or later, or ISO/IEC 2000-1:2011 or later processes.
5.3. Deliverables will require adherence to the Gregg Reference Manual, 11th edition or later.
5.4. Contractor must be able to quickly augment workforce to surge operations as much as 20 percent.
5.5. Some personnel will require IT certification in accordance with 8570.01-M Information Assurance Workforce Improvement Program.
6.0 SOURCES SOUGHT:
6.1. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541380, with the corresponding small business size standard of $15 million. This Sources Sought Synopsis is requesting responses to the following criteria from ONLY businesses and their team members to perform all the various task areas as outlined in Section 4.0 of the Sources Sought under the NAICS Code, although the government will consider rationale for use of other NAICS Codes.
6.2. To assist DISA in making a determination regarding small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company’s areas of expertise and those of any proposed JV/partner would combine to meet the specific requirements contained in this announcement.
6.3. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to satisfy the listed capabilities above. Responses must demonstrate that you and your team members can perform all the various task areas as outlined in Section 4.0 of the Sources Sought in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
7.0. SUBMISSION DETAILS:
7.1. Contractors are encouraged to submit a 10-page or less Capability Statement with a minimum font size of 12 and Times New Roman font, along with a 2-page or less cover letter, indicating their ability with their team members to satisfy these requirements. Documentation should be in bullet format. Marketing brochures are not permitted and will not be evaluated. Additionally, only Microsoft Word/Excel compatible files or Adobe Acrobat PDF files will be evaluated.
7.2. Contractors who wish to respond to this should send responses via email no later than November 9, 2015 4:00 PM Eastern Daylight Time to tara.d.schmitt.civ@mail.mil.
7.3. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become government property and will not be returned. All government and contractor personal reviewing responses to this announcement will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
7.4. Capability Statement responses (maximum 10-page, minimum font size of 12, Times New Roman font, excluding the maximum 2-page cover letter) should include the following:
Cover letter:
a) Company name and address
b) Primary point of contact (including phone and email)
c) Alternate point of contact (including phone and email)
d) Cage Code
e) DUNS Number
f) Size of business under NAICS 541380 (large, small, small business status such as Small Disadvantaged, 8(a), HUBZone, Woman Owned, Minority Owned, and/or Service Disabled Veteran).
g) Contract numbers, government contact POC info (name, title, phone number) to support Capability Statement responses.
Capability Statement:
The Capabilities Statement shall succinctly address the following three areas to demonstrate the Contractor’s and their team members’ capability to perform the requirements identified in section 4.0 of this Sources Sought Announcement:
(1) The Contractor’s ability to manage, as prime Contractor, the types and magnitude of requirements identified in the Announcement;
(2) The Contractor’s technical ability, or potential approach to achieving technical ability in order to perform the requirements identified in the Announcement;
(3) The Contractor’s capacity, or potential approach to achieving capacity, to conduct the requirements identified in the Announcement. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed.
The Capability Statement should address whether your company would propose a teaming (prime contractor/major subcontractor(s)) and/or JV (business partners) arrangement. If the respondent proposes teaming with another contractor, or creating a JV, identify the firm(s), if known, otherwise indicate that an arrangement would be contemplated and its structure and contractors would be identified as soon as available. Be sure to segregate this information in the Capability Statement by firm.
Place of Performance: JITC, 2001 Brainard Rd, Fort Huachuca, AZ 85670-2798 JITC, 3341 Strauss Ave, Indian Head, MD 20640-5035 DISA/JITC, 6910 Cooper Ave., Fort Meade, MD 20755 Various locations within and outside the Continental United States US URL: https://www.fbo.gov/spg/DISA/D4AD/DITCO/TEMSSrecompete/listing.htmOutreachSystems Article Number: 20160407/PROCURE/0522
Matching keyword(s): writ*; technical; standard;
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600 Huntsville AL 35807-4301
R — UESC Project, USAG Fort Campbell KY W912DY16RUES6 051116 BARBARA L. OSTERKAMP, Phone 2568951782, Email barbara.l.osterkamp@usace.army.mil – R–Sources Sought for Utility Energy Service Contract (UESC), Energy Conservation Services
Solicitation Number: W912DY16RUES6
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE HNC, Huntsville
Classification Code:
R — Professional, administrative, and management support services
NAICS Code:
221122 Electric Power Distribution
221210 Natural Gas Distribution
221310 Water Supply and Irrigation Systems
1. Contract Information: The U.S. Government is the nation’s single largest energy consumer. Due to the magnitude of funds spent on energy in support of Government operations and the steady inflation of such costs, the Government is re-evaluating its operations and reducing its energy consumption. Executive Order 13423 of January 24, 2007, states the head of each agency shall improve energy efficiency by 3% annually or 30% in total by the end of fiscal year 2015, relative to each agency’s fiscal year 2003 energy use baseline. The primary purpose of the proposed acquisition is to acquire the design, implementation, and operation of a Utility Energy Services Contract (UESC) project for US Army Garrison (USAG) Fort Campbell KY.
2. Background: 10 U.S.C. 2913 Energy Savings Contracts and Activities, is the overarching bill for shared energy savings contracting for the DOD. The Secretary of Defense through Defense Energy Program Policy Memorandum (DEPPM) 91-2 dated March 19, 1991, directed the Secretary of the Army to coordinate with the Secretaries of the Navy and Air Force and with the heads of Defense Agencies to develop an integrated strategy for all Components within the service territory of each utility to coordinate activity and maximize savings. DEPPM 94-1, issued December 20, 1993, establishes the guidelines for participation in Energy Conservation and Demand Side Management (EC/DSM) programs offered by or to be negotiated with public utilities. 42 U.S.C. 8256 provides information relating to utility incentive programs. Four key elements of this section are highlighted below.
– Agencies are authorized and encouraged to participate in programs to increase energy efficiency and water conservation or manage electricity demand conducted by gas, water, or electric utilities and generally available to customers of such utilities.
– Each agency may accept any financial incentive, goods, or services generally available from any such utility, to increase energy efficiency or to conserve water or manage electricity demand.
– Each agency is encouraged to enter into negotiations with electric, water, and gas utilities to design cost-effective demand management and conservation incentive programs to address the unique needs of facilities utilized by such agency.
– If an agency satisfies the criteria that generally apply to other customers of a utility incentive program, such agency may not be denied collection of rebates or other incentives.
2. Description of the Requirement: The requirement at the USAG Fort Campbell KY, is for these Energy Conservation Measures (ECMs) for all buildings in the 3700 and 4000 Blocks of buildings served by the Central Energy Plant, Building 3902:
Energy efficiency and water efficiency upgrades to include controls (HVAC and Lighting).
DOAS Units.
AHUs in the Administrative Buildings.
DHW Recirculation.
Pumps and mixing valves.
Occupancy Sensors.
Upgrade for fan coil units in the common areas.
Water and energy losses in the distribution system.
Thermal energy storage.
Photovoltaic and any other viable ECMs.
3. Project Information:
A UESC is a contracting vehicle that allows agencies to accomplish energy savings projects for their facilities without up-front capital costs and without special Congressional appropriations to pay for the improvements. Under a UESC contract, the selected UESC utility provider (Utility) will provide their own funding, provide financed funding, or a combination of their own and financed funding, for an energy conservation project that will be repaid from utility bill savings. The Utility will conduct a comprehensive energy audit to identify improvements that will result in energy savings. With coordination and approval of the Government, the Utility will design and construct an energy savings project and provide assurance that the improvements will result in savings sufficient to pay for the project over a maximum 10 year repayment period. The Utility will also develop a savings assurance plan and arrange project financing. The project energy savings will be measured over the course of the financing period.
4. Submission Requirements: The Government does not intend to rank submittals or reply to interested companies/firms. This synopsis is for Market Research purposes only and is not a Request For Proposal (RFP) or a Request For Quote (RFQ). The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Your firm’s response is requested no later than 4:00 Central Time, Wednesday, May 11, 2016. Send responses by email to tondra.r.madison@usace.army.mil, and Barbara.l.osterkamp@usace.army.mil. Responses should be limited to a maximum of 10 pages. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials such as brochures will not be considered. Personal visits for the purpose of discussing this announcement will not be considered or scheduled.
Sources Sought Questionnaire.
1. Is your business currently a utility provider to USAG Fort Campbell KY?
2. What is the name and address of your business?
3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and email address.
4. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern? List all that apply.
5. Provide your company’s project annual and maximum financing capability over a 10 year period in dollars that could be utilized for this contract for a project taking approximately 9-16 months to develop and award, plus an additional 12-18 months to complete construction. Assume no advance payment or financial assistance is available from the Government prior to or during the construction phase.
6. Provide no more than three (3) examples of financed energy conservation projects for which you were the prime contractor, a joint venture partner, or a first-tier subcontractor responsible for developing, financing, and/or managing the design, construction and/or post construction effort. Identify the scope of your contractual responsibilities, location, client, and size of the project in terms of construction cost and total financed amount.
7. Identify the financier and the amount financed (if any) for the above listed project(s). Provide financing source reference(s) including points of contact for telephonic confirmation of the dollar amount claimed for project financing capability.
8. Does your company have the capability to identify and obtain all permits required by Federal, state, local and installation agencies, including the capability of complying with environmental laws and regulations?
9. Does your company have the ability to work in the USAG Fort Campbell KY?
11. Does your company have experience or has partnered with a firm, in performing investment grade feasibility studies, economic analysis, such as Life Cycle Cost, Risk, and Return on Investment (ROI), which may be required in order to determine/demonstrate the financial viability of a proposed project?
12. Does your company have experience coordinating rebates, other incentives, and any potential interconnect/transmission discussions/agreements that may be necessary as part of a proposed project?
13. Is your company capable and qualified to search out energy and ancillary cost savings potentials in the USAG Fort Campbell KY area?
14. Is your company capable of developing procedures, courses of action, steps, repairs, or changes in equipment which result in lower energy costs?
15. Is your company qualified and capable of providing work plans/designs?
16. Does your company have the capability to perform the ECM efforts to include site security (fencing, lighting, and/or guard service) if required by the project?
17. Is your company capable of and qualified to provide maintenance and repair services for any energy related equipment including computer software systems?
18. Is your company capable of providing yearly equipment inspections to assure the equipment is being operated properly and maintenance is being performed?
19. Does your company have the capability to provide all personnel including dedicated project management, tools, equipment, transportation, materials, and supervision needed to safely and efficiently perform a UESC project?
20. Does your company have the capability to implement, maintain, and control a system for identification, preparation, reproduction, distribution, and maintenance of all documentation needed for its management of a UESC contract?
21. Does your company have the capability to provide and maintain an effective quality control program?
22. Does your company have the capability to provide, maintain, and execute an approved site safety and health plan?
23. Does your company have the capability to provide metering, monitoring, measuring, or testing equipment to verify savings?
24. Does your company have the capability to coordinate all work from all trades including subcontractors and suppliers for a UESC project?
25. Does your company have expertise and experience with each of the following energy conservation measures? Identify with a “yes” or “no” to each.
a. Energy efficiency and water efficiency upgrades to include controls (HVAC and Lighting).
b. DOAS Units.
c. AHUs in the Administrative Buildings.
d. DHW Recirculation.
e. Pumps and mixing valves.
f. Occupancy Sensors.
g. Upgrade for fan coil units in the common areas.
h. Water and energy losses in the distribution system.
i. Thermal energy storage.
j. Photovoltaic and any other viable ECMs.
Contracting Office Address:
USACE HNC, Huntsville
P. O. Box 1600
Huntsville, AL 35807-4301
Points of Contact: Tondra R. Madison, 256-895-1980, or Barbara L. Osterkamp, 256-895-1782
Place of Performance:
USAG Fort Campbell KY
Place of Performance: USAG Fort Campbell KY Clarksville, KY US URL: https://www.fbo.gov/spg/USA/COE/DACA87/W912DY16RUES6/listing.htmOutreachSystems Article Number: 20160407/PROCURE/0523
Matching keyword(s): state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Benning, Bldg 6, Meloy Hall, Room 207 Fort Benning GA 31905-5000
U — Advance Free Fall Instructor and Rigger Support W911SF-16-T-0002 041116 Shirley C. Rivas-Beck, Purchasing Agent, Phone 7065456196, Email shirley.c.rivasbeck.civ@mail.mil THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The Mission and Installation Contracting – Fort Benning, Georgia, is conducting market research to determine availability of firms that are capable of providing Advanced Free Fall Instructor and Rigger Support. This special notice is for planning and informational purposes only and SHALL NOT be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Your responses to this sources sought will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy.
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 SmallBusiness, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation.
Description of the Requirement to Include:
1. Description of services: Work includes instructor and rigger support for Advanced Free Fall (day and night) Training for candidates in the Reconnaissance Training Course (RTC) as part of the Regimental Reconnaissance Company’s (RRC) training pipeline. The contractor must provide three instructors and four Federal Aviation Administration (FAA) riggers dedicated to training and support for approximately 10-14 hours per day over the course of all 12 training days (it is possible that 13 days may be required depending on weather). Instructors will provide video and still photography for both air and ground operations to document and aid in briefing the RTC candidates. Instructors will also provide air-to-air canopy control and ground coaching as well as organizing, wind tunnel instruction, and free fall instruction to aid in the RRC’s training event end state. Instructors and riggers must be capable of meeting all training objectives and support a condensed timeline of jumping, packing, parachutes, and conducting classroom instruction.
2. The estimated period of performance: 8 May 2016 through 20 May 2016
3. NAICS code for this requirement: 611512 – Flight Training FSC Code: U006
Interested firms responding to this synopsis are to include the following information:
1. Firm’s name, profile, address, DUNS number, CAGE code, point of contact, telephone number, and email address.
2. Firm’s capability to perform the REQUIRED service. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Include contract description, dollar value, and customer POC. Describe your recent and relevant contracts performed within the past three years for the same or similar service as required in the draft PWS. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements.
3. Firm’s business size (large or small) and all applicable socio-economic category information (i.e. SDB, 8(a) HUBZ, EDWOSB, WOSB, SDVOSB, etc.).
4. Responses are limited to email correspondence, and limited to 10 pages.
Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government WILL review general capability statements, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis. Questions shall be submitted via email to the POC below. Questions regarding this Sources Sought announcement shall be submitted NLT 1600 Eastern Standard Time (EST) on 11 April 2016. After this deadline, questions will not be considered regarding this announcement.
Additional Info:
Additional documentation
Contracting Office Address:
MICC – Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
Place of Performance: DeLand Municipal Airport in Deland, FL
US
Point of Contact(s):
Shirley Rivas-Beck (706) 545-4224
Place of Performance: DeLand Municipal Airport 1777 Langley Avenue DeLand, FL 32724 US URL: https://www.fbo.gov/notices/cbf0966e0db7a302774d99f76f5ee6bOutreachSystems Article Number: 20160407/PROCURE/0528
Matching keyword(s): video*; produc*; train*; page?; business*; documentation; event?; instruct*;
Department of the Interior, National Park Service, NPS – All Offices, NPS, NER – NE MABO
Boston National Historical Park Charlestown Navy Yard Building I-1 Boston MA 02129-4543 US
R–FIIS WM FLOYD ESTATE HFR IMPLEMENT PLAN P16PS00699 050616 Mckenzie, Diane The Government anticipates awarding a Firm Fixed Price purchase order resulting from this Request for Quotation (RFQ) to the responsible quoter whose quote, conforming to the RFQ, will be most advantageous to the Government considering Lowest Price Technically Acceptable. The contractor shall prepare a Historic Furnishings Report (HFR), Part 2, Implementation Plan for the William Floyd Estate located in Brookhaven, Long Island, New York within Fire Island National Seashore. The Historic Furnishings Report (HFR), Part 2, Implementation Plan is the final phase of a two phase project documenting the furnishings in the Old Mastic House at the William Floyd Estate. This implementation plan shall be based on the research findings in Historic Furnishings Report, Part 1, Historical Data completed in 2011. The HFR implementation plan shall steer future use and management of the structures’ interiors. It shall also be useful in guiding future acquisitions for the site. The implementation plan shall contain introductory text, lists of recommended furnishings, and documentary photographs (working drawings for one room, Reception Room E 1-2) to guide furnishings installation and to provide a permanent record of object placement for park staff. The period of contract performance is estimated to be from 9/6/16 – 12/29/17. All work shall be performed in accordance with the attached Scope of Work (Attachment 1), Reproduction Services (Attachment 2), List of rooms to address in Mastic House (Attachment 3), Bibliography of sources for research (Attachment 4), Floor plans (Attachment 5), Floyd family information (Attachment 6) and Historic Furnishings Report Appendix B Treatment Option 2 (Attachment 7). Attachments 1 – 7 are all inclusive in the same document labeled Scope of Work (Attachment 1). Quoter shall submit quote in accordance with Instructions – Section L and Evaluation Criteria – Section M (Attachment 8). Quoter shall provide pricing on the SF-18. This Request for Quote (RFQ) will be evaluated as a lowest priced technically acceptable quote on the basis of the criteria as further described in Section M of this document. Point of contact for Site Visit pursuant to solicitation provision 52.237-1 is Chris Olijnyk, Chris_Olijnyk@nps.gov, tel. 631/395-1406. A SITE VISIT IS SCHEDULED FOR WEDNESDAY, APRIL 20, 2016 AT 11:00 AM LOCAL PREVAILING TIME. PLEASE MEET AT FIRE ISLAND NATIONAL SEASHORE, 20 WASHINGTON AVE., MASTIC BEACH, NY 11951. THERE IS FREE PARKING AVAILABLE ON SITE. PLEASE CONTACT CHRIS OLIJNYK TO CONFIRM YOUR ATTENDANCE. Correct phone number for Beth Faudree is 781/492-1020.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00699/listing.htm
OutreachSystems Article Number: 20160407/PROCURE/0650
Matching keyword(s): documentar*;
Social Security Administration, Office of Budget, Finance, Quality and Management, Office of Acquisition and Grants, Social Security Administration
Office of Acquisition and Grants 1540 Robert M. Ball Building 6401 Security Blvd Baltimore MD 21235
R–PSA Production Contract Setup SSA-RFQ-16-1065 WALKER, LISA SS00-16-40017 $0.00 040516 MIND & MEDIA, INC.
901 N PITT STREET SUITE 310 ALEXANDRIA VA 22314
USA IGF::CL::IGF To establish a BPA for producing Public Service Announcements and other video projects for SSA
URL: https://www.fbo.gov/spg/SSA/DCFIAM/OAG/Awards/SS00-16-40017.htm
OutreachSystems Article Number: 20160407/AWARDS/0822
Matching keyword(s): video*; produc*; production?; naics!512110;
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service, SSMC 3 1315 East West Highway Silver Spring MD 20910
T — Custom Designed Animation and Video of Marine Fisheries Ecosystems EE133F16RQ0308 Susan Henderson, Contracting OFficer, Phone 508-495-2206, Fax 508-495-2004, Email susan.henderson@noaa.gov EE133F16SE0613 $43940.00 040616 PerspectX, 2097 E 25S, Layton, UT 84040 US
URL: https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/EE133F16RQ0308/listing.htm
OutreachSystems Article Number: 20160407/AWARDS/0831
Matching keyword(s): naics!512110;
Department of the Army, Army Contracting Command, ECC, 411TH CSB (W91QVN) RCC YONGSAN,
R — Military Personnel Division (MPD) and Transition Center (TC) Support Services for IMCOM-P, Korea W91QVN16R0029 U NAN.YI, Phone 01182279146947, Email unan.yi4.ln@mail.mil R – This is a pre-solicitation notice for the Military Personnel Division (MPD) & Transition Center (TC) services for IMCOM-P, Korea.
Solicitation Number: W91QVN16R0029
Agency: Department of the Army
Office: Army Contracting Command, ECC
Location: 411th CSB (PARC Korea)
Notice Type: Pre-solicitation
Posted Date: 6 April 2016
Response Date: 27 April 2016
Archiving Policy: Automatic, on specified date
Archive Date: 1 Jun 2016
Set Aside: N/A
Classification Code: R – Professional, administrative, and managerial support services
NAICS Code: 541612, Human Resources Consulting Services
Synopsis:
This pre-solicitation notice is issued by the government to make appropriate acquisition notification.
This is a draft Performance Work Statement (PWS) and serves as a pre-solicitation notice. Vendors should use this notice for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITAT ION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS DOCUMENT.
The 411th Contracting Support Brigade (CSB), Korea is seeking sources to perform non-personal services to provide Military Personnel Division (MPD) & Transition Center (TC) services for IMCOM-P, Korea at Garrisons (Area I, II, III and IV) throughout the Republic of Korea (ROK). The contractor shall provide military personnel division and transition services for soldiers and family members assigned to the US Army in the ROK. The government anticipates using a Firm Fixed Price contract type for this requirement.
Award will be based on the overall Best-Value Continuum, Lowest Price Technically Acceptable (LPTA) source selection process. The anticipated solicitation issuance date is on or about 17 May 2016 and the estimated proposal due date is on or about 21 June 2016. The anticipated award date is on or about 9 September 2016. Note: these dates may change and are only tentative.
The solicitation will be issued via Federal Business Opportunity (https://www.fbo.gov) website. A response to this synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Contracting Office Address:
411th Contracting Support Brigade, Korea, Unit# 15289, APO AP 96205-5289
Seoul, Republic of Korea
Place of Performance:
– Area I (Camp Casey, Camp Mobile, Camp Red Cloud)
– Area II (Yongsan Garrison)
– Area III (Camp Humphreys)
– Area IV (Camp Henry, Camp Carroll)
Primary Point of Contact: Mrs. YI, U NAN
Contract Specialist
Services Division Team Tiger
411th Contracting Support Brigade, KOREA Email: unan.yi4.ln@mail.mil
PERFORMANCE WORK STATEMENT (PWS)
INSTALLATION MANAGEMENT COMMAND PACIFIC REGION, KOREA (IMCOM P Korea)
UNITED STATES ARMY MILITARY PERSONNEL DIVISION (MPD) &
TRANSITION CENTERS (TC)
PART 1
General Information
1. GENERAL: This is a non-personnel services contract to provide military personnel and transition services for Soldiers and Family members assigned to US Army in the Republic of Korea (ROK). The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the Government.
1.1 Description of Services/Introduction: The contractor shall provide military personnel and transition services for Soldiers and Family members assigned to US Army in the Republic of Korea (ROK).
1.2 Background: The primary workload shall be performed at four (4) Garrisons for support at site organizations. The contractor shall provide Transition Center (TC) services for all qualified Army personnel and Family members in the theater. The contractor shall provide all Military Personnel Division (MPD) services to Installation Management Command Pacific Region (IMCOM P), Korea at four (4) Garrisons (Areas I, II, III, IV (see TAB C-Map of Areas I-IV)), and the Non-Personnel Services Delivery Redesign (PSDR) units located across the Korean peninsula (see TAB D List of Organizations to include Non-PSDR Units).
1.3 Objectives:
• Accuracy: Accuracy of information impacts not only on decisions made by Commanders, but impacts Soldiers and their Families. For Soldiers, accurate information impacts their careers, retention, compensation, promotions, and general well-being. For Family members, accuracy of information is critical for next of kin (NOK) notification if a Soldier becomes a casualty. Human Resources (HR) providers must understand the dynamic nature of HR system’s architecture and the fact that data input at the lowest level has direct impact on decisions being made at the highest level.
• Timeliness: Timeliness ensures decision makers have access to relevant HR information and analysis that supports current and future operations. It also supports a near real-time common operational picture across all echelons of HR support.
• Responsiveness: Responsiveness is providing the right support to the right place at the right time. It is the ability to meet ever-changing requirements on short notice and to apply HR support to meet changing circumstances during current and future operations. It involves identifying, accumulating, and maintaining sufficient resources, capabilities, and relevant information to enable commanders to make rapid decisions.
• Integration: Maximize effectiveness by joining all elements of HR support (tasks, functions, systems, processes, and organizations) with operations ensuring unity of purpose and effort to accomplish the mission. Innovation and technology play a tremendous role in these objectives since only throughout innovation HR professional can keep remain relevant and provide the most effective ways for mission accomplishment.
• Anticipation: Foresee events and requirements in order to initiate the appropriate HR support.
1.4 Scope: The contractor shall conduct daily functions under the general guidance of an appropriate Government/Military Official from the Installation Management Command Pacific Region (IMCOM P), Korea.
1.5 Period of Performance: The period of performance shall be for a phase-in period, one (1) 12 month base period and two (2) 12-month option periods. The Period of Performance reads as follows:
Phase-In Period: 15 September 2016-31 October 2016
Base Period: 1 November 2016-14 September 2017
Option Period I: 15 September 2017-14 September 2018
Option Period II: 15 September 2018-14 September 2019
1.5.1 Phase-In Period: The contractor shall execute an effective phase-in period to address all requirements with minimal disruption to operations. The contractor shall assume full responsibility for work in each functional area by the end of the phase-in period. The contract awardee shall exercise their transition plan (submitted in conjunction with their Phase-In Plan) to the government, during the phase in and phase out period between contract award and termination.
1.5.2 Phase Out Period: The services provided by this contract are vital to the Government’s overall effort and services must be maintained without interruption. Therefore, during the 45-calendar day period immediately prior to the end of the contract, the current contractor shall, if applicable, permit the successor contractor to observe and become familiar with all operations under this contract. The contractor shall not defer any needed services for the purpose of avoiding responsibility or transferring such responsibility to the successor contractor.
1.6 General Information: The contractor shall perform all military personnel division and transition center functions in accordance with Army regulations, policies, directives, local regulation and directives, and the contract. Perform the administrative tasks required for the daily operation of the Military Personnel Division and Transition Center.
1.6.1 General Administrative: These tasks are to be performed at each MPD and TC location:
a. Perform general administrative tasks required for the daily operation of the MPD and TC.
b. Maintain a customer service line to handle inquiries and refer clients to the appropriate MPD and TC section. Customer service lines shall operate during the established business hours.
c. Coordinate with the Garrison Director of Human Resources (DHR) or designated Contracting Officer Representative (COR) concerning daily work flow requirements and priorities.
d. Perform administrative duties such as data entry, desktop publishing, word processing, general clerical duties, taking notes at meetings, filing, photocopying, correspondence and answering MPD and TC telephone lines.
e. Coordinate with the COR concerning matters of daily work accomplishment, priorities and procedures.
f. Maintain work area in a safe, clean and orderly manner at all times.
g. Each MPD and TC shall be open and operational at least forty (40) hours per week. The hours of operation shall be established from 0800-1800 hours; not to exceed more than ten (10) consecutives hours per day, Monday – Friday except on legal holidays listed in this PWS. The COR will establish each Garrison hours of operation in accordance with each Garrison Commander’s guidance. The hours of operation may vary during installation closing due to inclement weather, force protection exercises, and/or special operations in which the contractor may not be permitted in the work area.
h. The contractor shall prepare daily installation correspondence material and conduct daily distribution of requirements.
1.6.2 At Government’s request, the contractor may be required to assist third party agencies during official investigations and inquiries such as Military Law Enforcement Agencies and Army Career Counselors. Assistance may include the following: provide Government’s copies of inventories/logs, reports, and Soldier’s personal files, and generate memorandum for record. The contractor shall ensure all releases of information to third parties are in accordance with the Freedom of Information Act (FOIA).
1.6.3 Quality Control. The contractor shall develop and maintain an effective Quality Control Plan (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control plan is the means by which he assures himself that his work complies with the requirement of the contract. The QCP shall be provided to the KO with contractor’s proposal and shall be updated thereafter to maintain an effective and efficient quality control program. The contractor shall submit a Quality Control Report (QCR) to the Government within 30 days after the contract is awarded for review and acceptance. After acceptance of the QCR the contractor will receive the contracting officer’s acceptance in writing of any proposed change to his QC system.
1.6.3.1 A quality control report will be submitted within 30 days of contract award. This report will be submitted to the government on the 5th working day of every month. The QCR will cover all the objectives of the QCP.
1.6.3.2 Be a comprehensive program to plan and deliver quality services to the Government.
1.6.3.3 Cover and prioritize all services described in this contract and PRS table.
1.6.3.4 Describe a method acceptable to the Government of identifying deficiencies in the quality of service performed under this contract before the level of performance becomes unacceptable and address processes for corrective actions without dependence upon Government direction.
1.6.3.5 Describe a method acceptable to the Government of identifying deficiencies in the quality of service performed under this contract before the level of performance becomes unacceptable and address processes for corrective actions without dependence upon Government direction.
1.6.3.6 Establish an inspection system covering all services required by this contract. This plan shall specify areas to be inspected on either a scheduled or an unscheduled basis and the title of the individual who will do the inspection.
1.6.3.7 Contain specific quality control techniques and standards for contract services identified in the Performance Requirements Summary and Inspection of Services Clause list. The quality control methods shall be comprehensive and adaptable to the reporting systems of the QCP. Control measures must be specified and metrics developed to ensure accurate program monitoring.
1.6.3.8 Include a customer complaint feedback system for correction of validated complaints and to inform the Government of corrections. The QCP shall describe how the Government may identify problem areas or situations to the contractor. The customer complaint program shall be compatible with the reporting and communication systems of the QCP.
1.6.3.9 Require documentation of all contractor quality control inspections and corrective actions to be maintained by the contractor throughout the term of this contract. Inspection documents and the corrective action taken shall be made available to the KO or designated representative.
1.6.4 The Quality Control Plan will be used by the contractor to collect data, evaluate and document performance against standards associated with each specific requirement. Performance is measured by assessing the required workload quantity in terms of quality and timeliness. The contractor shall use the format below measure each line item in the PRS table.
See Example Below.
Objective PERFORMANCE STANDARD
What level of performance is required to meet the Performance Objective or Task? CONTRACTOR PERFORMANCE STANDARD
What level of performance is required to meet the Performance Objective or Task? Performance
Threshold WHAT/DATA SOURCE
What are you going to inspect? HOW/METHOD OF ASSESSMENT
How are you going to inspect? see drop down list CALCULATION
How will you determine if the AQL and Standard are being achieved?
Contract Management Para
The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with this PWS Contractor submit based on PWS requirement 100% Contractor submits based on PWS requirement 100% / Periodic / Random Inspection Contractor will submit (Pass/Fail)
1.6.5 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0800-1800 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor shall at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the workforce are essential. Each MPD and TC shall be open and operational at least forty (40) hours per week. The hours of operation shall be established from 0800-1800 hours; not to exceed more than ten (10) consecutives hours per day, Monday – Friday except on legal holidays listed in this PWS 1.6.4.2. The COR will establish each garrison hours of operation in accordance with each Garrison Commander’s guidance. The hours of operation may vary during installation closing due to inclement weather, force protection exercises, and/or special operations in which the contractor may not be permitted in the work area.
1.6.5.1 No proposed or directed change in working hours shall be effective until approved in writing by the Contracting Officer.
1.6.5.2 The contractor shall observe the following as legal public holidays. As such, the MPD and TC shall not be required to conduct normal operations on these holidays:
US Government legal holidays are as follows:
• 1st January (New Year’s Day)
• 3rd Monday, January (Dr. King’s Birthday)
• 3rd Monday, February (President’s Day)
• Last Monday, May (Memorial Day)
• 4th July (Independence Day)
• 1st Monday, September (Labor Day)
• 2nd Monday, October (Columbus Day)
• 11th November (Veterans’ Day)
• 4th Thursday, November (Thanksgiving Day)
• 25th December (Christmas Day)
1.6.6 Place of Performance: The work to be performed under this contract will be performed at Camp Casey, Camp Red Cloud, Yongsan, Camp Humphreys, Camp Henry, and Camp Carroll. Satellite sites might be established at other locations in order to support training exercises and the Korea Relocation Program. Contractor personnel may be required to visit other installation offices in the execution of their duties.
1.6.6.1 Place of performance is subject to change as personnel and resources shift from one garrison to another. The government reserves the right to direct/govern place of performance as required and necessary to support new mission requirements.
1.6.6.2 Satellite sites have fixed staff and equipment. They have no supervisory role over other locations but may support and travel to remote site.
1.6.6.3 Remote sites have no permanent staff or fixed equipment.
1.6.7 Type of Contract: The government will award a Firm-Fixed Price contract.
1.6.8 Special Qualifications: Contractor employees shall be fully trained, qualified, certified or licensed under the requirements specified in individual sections of the PWS prior to starting work. The contractor shall maintain records of training qualifications, certifications, and licenses on each employee for the duration of their employment. These records shall be available to the COR or designated representative upon request. The contractor shall provide internal training to ensure that employees remain qualified, certified, and licensed.
a. The government reserves the right to direct contractor to conduct and complete other required training. This training might include: Information Security/Assurance, Anti-Terrorism Training, Operations Security Training, Suicide Prevention Program, and Sexual Harassment Assault Response Prevention (SHARP) Program Training.
b. Application for Status of Forces Agreement: Contractor shall submit the following documentation for each employee (1) Complete USFK Form 700-19A-R-E; (2) Letter of Accreditation; (3) USFK Form 217-E; (4) USFK Form 237-E; (4) Copy of passport (to include all stamped pages); (6) proof of ordinary residency; (7) previous USFK 700-19A-R-E (if applicable). Additional documentation shall be required in some cases. These requirements are subject to change at any time and without notice. All documentation must be submitted thirty (30) days after contract award and whenever a new contractor employee is hired IAW USFK Regulation 700-19.
1.6.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor contractor’s performance and notifies both the Contracting Officer and contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.
1.6.10 Key Personnel: The contractor shall designate in writing, a primary and alternate point of contact. The contractor shall provide the names, telephone numbers, fax numbers, and e-mail addresses, as well as the individuals’ level of authority. The contractor shall submit the same information for any person acting as an alternate to the POC. Key personnel shall not be replaced or relocated without prior approval of the KO and COR.
1.6.10.1 In addition the contractor shall provide an organizational chart with their proposal and an updated copy within thirty (30) calendar days after contract award. The organizational chart shall include names, addresses, and telephone numbers of the contractor’s point of contact, supervisory personnel, and key management personnel who shall serve as a focal point between the contractor and the Government to resolve problems and emergency situations. The contractor shall ensure that the chart shall remain current at all times and shall notify the COR immediately, in writing, whenever changes are made.
1.6.10.2 Project Manager: The contractor shall provide at least one in country (Republic of Korea) Project Manager who shall be responsible for the overall management and coordination of the contract to include timely performance, quality and compliance with the terms and conditions of the contract and shall be the primary point of contact with the Government Contracting Officer’s Representative (COR). The Government shall have 24/7 telephonic accessibility to the Project Manager or his/her alternate. The Project Manager shall have at least seven (7) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources. Additionally, the Program Manager shall have at least a Bachelor’s Degree from an accredited college.
1.6.10.3 MPD Site Managers: The Government requires a site manager for each MPD site. MPD sites are located in the following installations: Camp Casey, Area I (subject to relocate or remove based on USFK Land Partnership Plan (LPP)), Yongsan; Area II (subject to relocate or remove based on USFK Yongsan Relocation Plan (YRP)), Camp Humphreys; Area III, and Camp Henry, Area IV. MPD Site Managers shall have the following:
a. At least five (5) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources with the Associate Degree from an accredited college.
OR
b. At least eight (8) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources. [Note: Three (3) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources substitutes Associate Degree from an accredited college.]
1.6.10.4 Sr. Transition Analyst: The Government requires a Sr. Transition Analyst who has an oversight for following Transition Center locations: Camp Casey, Area I; Yongsan, Area II; Camp Humphreys, Area III; and Camp Henry, Area IV. The TC Processing Analyst requires at each area under the oversight of a Sr. Transition Analyst. The Sr. Transition Analyst shall have the following;
a. At least five (5) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources with an Associate Degree from an accredited college.
OR
b. At least eight (8) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources. [Note: Three (3) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources substitutes Associate Degree from an accredited college.]
1.6.10.5 Personnel: All contractor employees shall abide by pertinent regulations set forth in this PWS and all applicable Federal and local installation laws, policy or regulations. The contractor shall develop and update standing operating procedures (SOPs) as required in the performance of this PWS to sustain operations and process customer products. This will be done IAW applicable regulations and as directed by the COR.
a. The contractor shall provide a workforce possessing the skills, knowledge, and training to satisfactorily perform the requirements of services included in this PWS. Contractor employees shall have the ability to proficiently communicate in the English language. Personnel performing work under this PWS shall remain employees of the contractor and shall not be considered employees of the Government.
b. The contractor shall be responsible for its employees’ work performance and conduct. The contractor shall maintain provisions for the immediate removal of employees for misconduct or other causes prejudicial to the maintenance of health, welfare, morale or security. The contractor shall be aware of the Installation Commander’s responsibility for the general security and well-being of personnel, and shall ensure that personnel removal provisions support the Installation Commander in this regard.
c. The Government has an inherent right under law, practice and regulation, to control access to its facilities, property and data, including those that are the subject of this contract. Access privileges will be tailored to individual contractor personnel responsibilities. The Government will be the final authority in determining access privileges. The Government’s exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change to this contract, regardless of whether said individual(s) are employed by the contractor, and regardless of whether said individuals are thereby precluded from performing work under this PWS.
1.7 Attire and Identification: The contractor shall develop dress code requirements subject to Government approval 14 days after contract award. Contractor shall provide nametags and employees shall wear them at all times. Nametags shall be visible to customers and others at all times.
1.8 Travel: The Contractor shall be required to travel in performance of this contract.
The contractor may be required to travel between installations within the Republic of Korea. The contractor shall be required to conduct two quality control visits annually to the contractor-operated Military Personnel Divisions and Transition Centers. All travel shall be conducted in accordance with FAR 31.205-46, “Travel Costs,” and the Joint Travel Regulations (JTR) and shall be pre-approved by the COR. The number of trips and personnel travelling shall be limited to the minimum number required to accomplish work requirements and shall be coordinated with the COR.
1.9 Inspections and Acceptance: All reports must be approved by the COR.
1.10 Information Security and Government Systems Access: Contractor personnel shall require Common Access Cards, user accounts and system passwords for access to the Government’s personal computer networks. Contractor staff shall be required to initiate paperwork for a national agency check as applicable and apply for AHRS access within thirty (30) days after contract award.
1.10.1 Within thirty (30) days of contract award, all contract employees shall apply for Army Knowledge Online (AKO) accounts. An AKO account is a prerequisite to access Korea domain and AHRS. Contract employees who are unable to apply for an AKO account in their own right or who choose to register as a DoD Contract Employee will use the COR as the sponsor. Once the COR certifies/validates the account, the contract employee will receive an email message confirming the account is active. After establishment of the Korea domain account, each contract employee will update their AKO profile to have the AKO emails automatically forwarded to their Korea domain account. AKO accounts are verified/validated on a periodic basis and will be cancelled upon termination of employment or expiration of contract.
1.11 Security Requirements: Contractors are required to hold National Agency Check with Inquiry (NACI). Additionally, they are responsible for safeguarding official and sensitive information. Failure to safeguard any official and sensitive information which may involve the contractor or the contractor’s personnel or to which they may have access may subject the contractor and/or the contractor’s employees to criminal liability under Title 18, section 793 and 7908 of the United States Code. Provisions of the Privacy Act apply to all records and reports maintained by the contractor. All programs and materials developed at government expense during the course of this contract are the property of the government. Contractor personnel shall be required to adhere to the security requirements of the Republic of Korea Theater of operation.
1.12 Key Control: The contractor shall establish, implement and maintain records for ensuring that all keys issued to contractor employees by the Government are not lost or misplaced, and are not used by unauthorized persons. Keys issued to contractor personnel by the Government shall not be duplicated without the express written consent of the Government. The Government will initially furnish all keys required for access to offices and buildings. The cost of any changes to locks as a result of keys lost by contractor employees shall be pay by the contractor. Key personnel shall not be replaced or relocated without prior approval of the KO and COR.
Please review for accuracy. This section had information about the reimbursable…that is no longer regulatory.
1.13 Common Access Card: The Government will issue a CAC to each contract employee. This card will be utilized for access to the installation, and for other identification purposes as required. Upon employment termination or CAC Card expiration, whichever comes first, the Contractor Program Manager or Contractor Site Manager shall collect and turn-in CAC Card to the local ID card section. Additionally, the Program Manager or Contract Site Manager shall provide applicable documentation to COR proving that CAC Card has been turn-in.
1.14 Reference Secretary of the Army Memorandum dated 28 Jun 06, Subject: Contractor Verification System (CVS) Implementation guidance and instructions for the implementation of the CVS Army-wide. IAW with this guidance, the authorizing official (Contracting Officer Representative (COR), the designated Contracting Officer (KO) assigned to the installation contracting office, the installation’s designated representative, or other approving officials) will approve issuance of the CAC through the automated CVS system. The TASM will be the designated TASM as described in the Secretary of the Army guidance. The contractor’s CVS applications under this task order should clearly cite the contract and task order numbers identified on the DD Form 1144 for this task order.
1.15 Quality Assurance: The contractor’s quality control program is the means to assure that the work complies with the requirement of the contract. The contractor shall develop and maintain an effective quality control program into every phase of every project to ensure services are performed in accordance with the PWS. Contractor is responsible for review of all projects to verify accuracy and completeness. The contractor quality assurance plan must address the areas identified in the Performance Requirements Summary (PRS) described in TAB A of the PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor shall prepare and submit to the Contracting Officer (KO) and Contracting Officer Representative (COR) a quality control plan for approval 30 days after award.
1.16 Performance Assessment: The Government reserves the right to evaluate all areas of contractor’s performance under this contract without any advance notice to the contractor.
1.17 Accounting for Army Service Contracts: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for the performance of the contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/Login.aspx The required information includes: (1) Contracting Office, Contracting Officer’s Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (4) Actual direct labor hours; (6) Actual direct labor dollars paid this reporting period; (7) Total payment; (8) Predominant Federal Service Code (FSC) reflecting services provided by the contractor; (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor perform the work-overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor employees deployed in theater this reporting period. As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by October 31 of each calendar year. Contractors shall use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor’s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML transfer may be downloaded from the web site. The contractor shall report data submission to the COR via the Monthly Status Report.
Previous Section Removed.
PART 5
SPECIFIC TASKS
5. Specific Tasks:
5.1 Coordinate and conduct a “kick-off” meeting within 14 days of award.
5.2 Perform Battalion S1 functions for US Army Garrison Red Cloud/Casey, US Army Garrison Yongsan (to include IMCOM P Forward and the Religious Retreat Center), US Army Garrison Humphreys, and US Army Garrison Daegu.
PWS 5.2.1-5.2.6 – MPD’s functions provided to all IMCOM P units
5.2.1 Track and report all creditable Personnel Tempo (PERSTEMPO) IAW appropriate Military Personnel (MILPER) Message.
5.2.2 Review, edit and process individual military and unit awards and decorations. Ensure certificates are completed correctly; grammatically correct and spelling error free IAW 600-8-22.
5.2.3 Process and prepare local awards such as General Paik Sun Yup (8th Army Regulation 672-4), Helping Hand (8th Army Regulation 672-4), Mary Walker (8th Army Regulation 672-2), Sergeant Audie Murphy (8th Army Regulation 672-3), General Franks award and Ranger Hall of Fame award. If award requires CG, 8th Army approval, MPD process through 8th Army G1. These include General Douglas MacArthur Award and awards for Republic of Korea officers.
5.2.4 Process all DA Form 31 (ordinary leave, convalescent leave, PTDY requests) and maintain control log IAW AR 600-8-10.
5.2.5 Prepare documents for recorder for NCO/Soldier of the month, quarter and year boards IAW AR 600-8-19, local guidance and SOP.
5.2.6 Counsel Soldiers on the completion of the DA Form 5434, Request for Sponsor located in the ACT Sponsorship Module and monitor the ACT Sponsorship process of losing and inbound Soldiers and provide Garrison Commander an ACT Sponsorship monthly report IAW AR 800-8-8, the Total Army Sponsorship Program, HQDA EXORD 161-15 and local policies.
5.3 Personnel Services Support for Non-PSDR units (see list at TAB D) and geographically separated PSDR units without S1 support, i.e., parent unit is deployed.
PWS 5.3.1-5.3.32 – MPD’s functions provided to all Non-PSDR units
5.3.1 Conduct in and out processing procedures; this might include: issuing battalion clearing and in processing papers, updating Soldier’s DD 93 and SGLV 8286, and filing Soldier’s MPF IAW AR 600-8-101, and local SOP.
5.3.2 Maintain accountability for Military Personnel Files (MPF). Update MPF to include mandatory information/forms IAW AR 600-8-104.
5.3.3 Conduct monthly personnel reconciliation IAW 600-8-6, AR 630-10 and Field Manual (FM) 1-0.
5.3.4 Ensure Soldiers are slotted in appropriate position local IAW 600-8-6 and command guidance.
5.3.5 Process Meritorious Service Medal (MSM) and above-review, edit and process individual military and unit awards and decorations. Ensure certificates are completed correctly; grammatically correct and spelling error free IAW 600-8-22.
5.3.6 Process and manage Army Good Conduct Medal Program IAW 600-8-22.
5.3.7 Process and monitor Suspension of Favorable Personnel Actions (FLAG) to verify compliance and accuracy IAW AR 600-8-2.
5.3.8 Process Absence Without Leave (AWOL) requests IAW AR 600-8-6, AR 630-10, FM 1-0, and other applicable guidance.
5.3.9 Process Drop From Roll (DFR) request IAW AR 600-8-6, AR 630-10, FM 1-0, and other applicable guidance.
5.3.10 Manage the Officer and Enlisted Evaluation Report System to include maintaining suspense, reviewing for accuracy, and assuring timely submission, IAW AR 623-3 and DA PAM 623-3.
5.3.11 Manage and update rating scheme in IAW AR 623-3 and DA PAM 623-3.
5.3.12 Conduct records update for officers, warrant officers and enlisted Soldiers. This may include records update for promotion selection and special selection boards IAW FM 600-8-104, AR 600-8-19, AR 600-8-29 and applicable MILPER Messages.
5.3.13 Manage and process all decentralized and semi-centralized promotions and reduction matters in IAW 600-8-19, AR 600-8-29 and applicable guidance.
5.3.14 Monitor centralized promotion lists-Sergeant First Class through Sergeant Major, CW3 through CW5, and CPT through Colonel. Print promotion orders and prepare promotion certificate IAW AR 600-8-19 and AR 600-8-29.
5.3.15 Process and publish lateral promotion orders IAW AR 600-8-19 and AR 600-8-29.
5.3.16 Process requests for personnel actions such as Hometown Recruiter Assistance Program, airborne training, legal name change, service school, Military Occupational Specialty (MOS) reclassification, Army married couples program, language training, separate rations, foreign service tour extensions and curtailments (FSTE/FSTC), intra theater transfer (ITT), consecutive overseas tour (COT), compassionate reassignment, and assignment incentive pay (AIP) IAW AR 600-8, AR 614-30, appropriate MILPER Message, local guidance, and applicable regulations.
5.3.17 Process officer and enlisted separation actions. Forward eligible separation actions to TC and assist TC in ensuring separations are completed accuracy and timely IAW 635-200 and other applicable guidance.
5.3.18 Prepare and publish orders awarding Military Occupational Specialty (MOS), Additional Skill Identifier (ASI), and Special Qualification Identifier (SQI). Verify qualifications are met prior to publication of orders IAW AR 600-8-104.
5.3.19 Prepare and process orders for Special Duty Assignment, Hazardous Duty, and Foreign Language Proficiency Pay (FLPP) IAW AR 600-8-104.
5.3.20 Provide unit commanders documents affecting military pay to include Unit Commander Financial Report (UCFR).
5.3.21 Coordinate Officer Candidate School (OCS) boards IAW AR 350-51, AR 135-100 and applicable MILPER Messages.
5.3.22 Process Green to Gold applications IAW AR 145-1, AR 135-100, applicable guidance and local SOP.
5.3.23 During Soldier Readiness Processing (SRP), perform personnel and unit verification (DD 93, SGLV 8286, Emergency Data, ID Tags, and coordination for CAC) IAW AR 600-8-101.
5.3.24 Provide unit commanders required documentation and requested assistance during Personnel Asset Inventory (PAI) and complete and submit supporting documents IAW AR 600-8-6.
5.3.25 Conduct personnel accounting strength reporting (PASR). Submit transactions to update Army Human Resources Systems (AHRS). Verify information contained in AHRS is accurate and edit discrepancies IAW FM 1-0 and eMILPO functional guidance.
5.3.26 Maintain Stop Move Program IAW applicable guidance.
5.3.27 Manifest deploying units IAW Deployment Cycle Support (DCS) Directive and Communication Plan (COMPLAN), applicable DA guidance and local SOP.
5.3.28 Perform AHRS maintenance to include initiating and retiring user accounts.
5.3.29 Extract and submit statistical data as required and provide as requested. The contractor shall compile historical data and prepare required reports as necessary. At Government’s request, contractor shall brief the data collected at Training Meetings, Commanders’ Conferences and other Staff Meetings. The Contractor shall not release any personal information to third parties. All requests for a Soldier’s personal information by third parties will be cleared for release by the Freedom of Information Act (FOIA) Officer.
5.3.30 Notify Soldiers and commanders or designated representative of suspense requirements and assure completion of such suspense requirements as provided by DoD, DAHQ, HRC, 8th Army and/or any Army HR proponent.
5.3.31 Provide miscellaneous services, such as preparing statements of service, verification of qualifications, preparing and updating casualty documents, processing military pay documents, and providing other extracts of contents of personnel records to staff agencies, commanders, and the Soldier.
5.3.32 Counsel Soldiers on the completion of the DA Form 5434, Request for Sponsor located in the ACT Sponsorship Module and monitor the ACT Sponsorship process of losing and inbound Soldiers and provide Garrison Commander an ACT Sponsorship monthly report IAW AR 800-8-8, the Total Army Sponsorship Program, HQDA EXORD 161-15 and local policies.
5.4 Personnel Services Support for all Army units located in the Republic of Korea.
PWS 5.4.1- 5.4.22 – MPD’s functions provided to all Army units in Korea
5.4.1 Review, update, and electronically file Soldier DD 93 and SGLV 8286 during in processing IAW AR 600-8-101.
5.4.2 Utilize Installation Support Model to issue installation inprocessing checklist DA 5123-1 for Soldiers in assigned area and monitor 100% completion rates.
5.4.3 Conduct out processing procedures; this might include but might not be limited to: conduct out processing briefing, issue Permanent Change of Station (PCS) orders, collect and file mandatory clearing papers IAW AR 600-8-101.
5.4.4 At government’s request, provide fund site to prepare emergency leave travel documents and funded convalescent leave documents IAW AR 600-8-10.
5.4.5 Process Soldiers for command sponsorship request, Exceptional Family Member Program (EFMP), dependent travel, and joint domicile. The Garrison Commander is the approval authority IAW AR 608-8-1, USFK Reg 614-1, JTR, Appendix Q, DoD Directive 1314.07, DoDEA Reg 1034-1, DoDEA Reg 1342.13, and USFK Procedural Guidance for Army Command Sponsorship Korea.
5.4.6 Process and publish final order for Overseas Housing Allowance (OHA) IAW USFK Procedural Guidance for Army Command Sponsorship Korea and Joint Travel Regulations (JTR) Appendix Q, Part I, Note 4.
5.4.7 Process reassignment in accordance with HRC assignment instructions in a timely manner with minimal hardship to the Soldiers and their Families IAW AR 600-8-11, AR 608-75, AR 55-46, AR 614-30, and USFK Regulation 614-1.
5.4.8 Process outbound Soldiers’ operational deletion and deferment requests IAW AR 600-8-11, AR 608-75, AR 55-46, and AR 614-30.
5.4.9 Process requests and applications for early return of dependents IAW AR 600-8-11, AR 608-74, AR 55-46, AR 614-30, and USFK Regulation 614-1.
5.4.10 Process requests for student travel, early/advance return of Family members, and in-country separations IAW AR 55-46, AR 608-8-101, AR 614-30, and AR 608-8-1.
5.4.11 Monitor WIAS and at government’s request, publish Temporary Change of Station (TCS) orders, and AR 600-8-104.
5.4.12 Assign order number to confinement orders completed by legal office IAW AR 633-30.
5.4.13 Process confinement orders if a PCS is involved IAW AR 633-30 and AR 600-8-104.
5.4.14 Issue orders for reassignment if Soldier is moving between units IAW AR 614-30 and AR 600-8-104, 8th Army guidance and local SOP.
5.4.15 MPD in Area II will perform all administrative functions associated with the tracing and routing of Congressional inquiries received from the Office of Chief Legislative Liaison (OCLL)/USARPAC. They will refer them to the non-PSDR units and monitor the replies for timeliness. For PSDR units, the MPD in Area II will receive the inquiries from OCLL/USARPAC and refer them to G1/S1 or the rear detachment for direct reply to USARPAC with a copy of the close out furnished to MPD for monitoring purposes IAW AR 1-20 and local SOP.
5.4.16 Operate a Retirement Services Office. Provide retirement services to all eligible retired Soldiers and Family members: providing information and referral benefits/entitlements. Conduct Retiree Appreciation Days (RAD) as requested by Garrison Commander or representative IAW AR 600-8-7 and local guidance.
5.4.17 As per government’s request coordinate, assist, and provide requested administrative support for Army Emergency Relief (AER) yearly donation for the Garrison Commander. Receive AER reports from installation tenant units. Compile and submit Garrison report as required IAW AR 600-29 and AR 930-4.
5.4.18 As per government’s direction coordinate, assist, and provide requested administrative support for Combined Federal Campaign (CFC). Appoint a Garrison Coordinator and provide administrative support upon government’s request. Receive CFC reports from installation tenant units. Compile and submit Garrison report as required IAW AR 600-250 and 8th Army guidance.
5.4.19 As per government’s request coordinate, assist, and provide requested administrative support for the Garrison Voting Assistance Officer (VAO). Assist the installation VAO in coordination, publicity and execution of the voting assistance mission IAW AR 608-20 and 8th Army guidance.
5.4.20 During 8th Army required semi-annual Soldier Readiness Processing (SRP), at Government’s request, schedule the location and functional staff representatives and unit participation. Schedule as required any additional SRPs needed for deploying units. Schedule any required reverse SRP reintegration. Coordinate and assist in mobilization and demobilization site availability and coordinate the functional agency attendance IAW AR 600-8-101.
5.4.21 Reassignment Work Center (RAWC) monitor the ACT Sponsorship Dashboard for assignment of sponsors and input the out/inbound Soldier family travel data in ACT Sponsorship Module and publish and distribute assignment orders to each Soldier and organization IAW 600-8-105 and local standard operating procedure.
5.4.22 Grant/remove ACT Sponsorship Module access to all BDE/BN USCs and CSMs and maintain duty appointment orders for all BDE/BN USCs. Monitor the installation level program via ACT Sponsorship Dashboard, mitigate issues with Soldiers, commands, and other installations and provide Garrison CDR/CSM with ACT Sponsorship Module reports as required IAW AR 600-8-8 and HQ DA EXORD 161-15 and local policies.
5.5 Automated System Support.
PWS 5.5.1-5.5.4 – Automated System Support provided to all Non-PSDR units
5.5.1 MPD must identify and appoint personnel to serve as the main point of contact for all AHRS baseline applications.
5.5.2 Appointees must process applications for AHRS access (examples are: eMILPO, TOPMIS, EDAS, iPERMS and IPPS-A) IAW AR 25-2 and the remote system access procedures.
5.5.3 Conduct eMILPO training quarterly and provide assistance as requested.
5.5.4 Serve as the primary point of contact for all AHRS matters to include publishing guidance, complete queries, provide feedback, and ensure security requirements are met.
5.6 Timely, thorough and accurate transition processing services for all eligible Soldiers and Family members.
PWS 5.6.1-5.6.2 – Transition Center’s functions provided to all Army units in Korea
5.6.1 Operate the transition centers in accordance with the provisions contained in the Site Management Manual (SMM) – sample will be provided upon request. Update the SMM within thirty (30) days of start work and provide a copy of the SMM to the COR and the IMCOM P G1.
5.6.2 Provide transition processing services during the following time periods:
(1) Pre-transition processing within the 210-120 day time frame preceding a Soldier’s transition date.
(2) Transition administrative processing within the 120-2 day time frame preceding the Soldier’s departure date.
(3) Final transition processing 2-0 days preceding the Soldier’s departure.
(4) Post transition processing 0-/+ 5 days after the Soldier’s separation date.
5.7 Timely and accurately, process all separation requests to include retirements and chapters for all eligible Soldiers and Family members.
5.7.1 Ensure all received retirement requests are in compliance with regulatory guidance.
5.7.2 Review, process and forward officer retirement and separation considerations to HRC for approval.
5.7.3 Review, process and forward senior enlisted Soldiers (SSG promotable and above) retirement and separation considerations to HRC for approval.
5.7.4 Review, process and forward all other retirement requests in accordance with AR 634-200.
5.8 Timely, thorough and accurate transition processing services for all eligible Soldiers and Family members.
5.8.1 Ensure Soldiers are referred for Retention Counseling with the USAR/ARNG Career Counselor.
5.8.2 Conduct Survivor Benefit Plan (SBP) counseling for eligible Soldiers.
5.8.3 Perform record review and update information as necessary IAW AR 600-8-104.
5.8.4 Prepare/publish Good Conduct Medals and Orders and issue the DA Form 4950 (Good Conduct Medal Certificate), IAW AR 600-8-22, AR 600-8-104 and IMCOM Pacific guidance, for eligible Soldiers who did not receive the award from their unit.
5.8.5 Prepare transition orders using formats prescribed in AR 600-8-104, including required amendments/revocations for transitioning Soldiers.
5.8.6 Identify Soldiers required to have a medical (physical/dental) examination and/or waiver.
5.8.7 Ensure retirees who meet the criteria for mandated requirements or programs are enrolled and receive required briefings. Contractor shall schedule the final appointment.
5.8.8 Submit electronic Military Personnel Office (eMILPO) transactions in accordance with established SOPs and other regulatory documents (e.g., regulations, bulletins, circulars, procedures and messages).
5.8.9 Verify receipt of the DA Form 137 (Soldier’s Installation Clearance Record) or equivalent installation clearance form, health/dental records and VA Form 21-526 (Veteran’s Application for Compensation or Pension), if applicable.
5.9 Timely, thorough and accurate pre-separation briefings for eligible Soldiers and Family members.
5.9.1 Provide pre-separation briefings to eligible Soldiers at all Garrisons.
5.10 Timely, thorough and accurate Survivor Benefit Plan (SBP) Elections Briefings for all eligible pre-retiree Soldiers and spouses.
5.10.1 Brief Survivor Benefit Plan (SBP) election options to identified pre-retirees and spouses, to include completion of DD Form 2656 (Data for Payment of Retired Personnel).
5.11 Accurate DD Form 214 preparation.
5.11.1 Brief the importance of the DD Form 214, VA benefits, TRICARE/medical, dental and vision benefits, transportation requirements, clearance responsibilities, Continued Health Care Benefit Plan (CHCBP), conversion of Service Member’s Group Life Insurance (SGLI) to Veterans Group Life Insurance, Reserve Component affiliation and retention options, and ID Card procedures.
5.11.2 Ensure that retiring Soldiers receive a US flag, retirement pin, retirement letter, spouse certificate, and certificate of retirement no later than two weeks before their retirement ceremony. (All these items are provided by the Government per Section 644 PL105-261). The contractor shall annotate the retiree’s DD 214 regarding receipt of these items.
5.11.3 Manage the Retirement Services Initiative web-program to ensure proper accountability of retirement supplies (US flags, retirement pins, generic retirement packages).
5.11.4 Distribute the DD Form 214 with supporting documentation.
5.12 Timely, thorough and accurate final transition processing for all eligible Soldiers and Family members.
5.12.1 Ensure Soldiers have appropriate ID cards and passports.
5.12.2 Ensure Soldiers review and sign the DD Form 214, unless the Soldier has elected the Station of Choice (SOC) option. For Soldiers who elect the SOC option, ensure they complete the DD Form 214WS and give them the supporting documents to hand carry to the SOC location.
5.12.3 Ensure that an authorized representative has authenticated the DD Form 214.
5.12.4 Ensure Soldiers receive copy 1 and 4 of the DD Form 214. Soldiers starting transition leave or Permissive TDY (PTDY) will receive copy 1 and 4 of the DD Form 214 at out-processing.
5.12.5 Advise Soldiers that the DD Form 214 is an important document that should be safeguarded.
5.12.6 For Soldiers departing on transition leave or PTDY, maintain a suspense file until the Soldier’s transition date and then process according to regulatory guidance and local SOP.
5.12.7 Conduct final review of documents to include ensuring all applicable discharge certificates are completed.
5.13 Provide customer service and provide DA Form 1506 computations to all eligible Soldiers. Compute and ensure all DA Form 1506 are completed and submitted to applicable agency (ies) in accordance with AR 37-104-3.
5.13.1 Collect and file supporting documents to validate the accurate computation of DA Form 1506.
5.13.2 Determine eligibility and compute separation pay for Soldiers IAW applicable guidance.
5.13.3 Provide statements of service to requesting Soldiers or legal representative.
5.14 For a list of all deliverables refer to TECHNICAL EXHIBIT 1. The following reports are required:
5.14.1 30/60/90/120 Monthly Report: This report must capture all personnel departing within the next 30/60/90/120 days from submitting date. The report must indicate the following information: Loss Roster, Evaluations for Officers and NCOs, and Awards. Each MPD will submit their report to assigned DHR. Each DHR will establish suspense date for their garrison.
5.14.2 Monthly Activity Report: The monthly report indicating total number of customers serviced, by functional category, will be provided to the COR by the 15th day of each month.
5.14.3 Government Property Inventory: Contractor must submit an inventory report on any government owned property within sixty (60) days of award. Thereafter, a report is only required when changes occur.
5.14.4 Close Out Report: This report must include a final inventory of all government property to include but not limited to keys, CAC/ID Cards, Ration Cards, and security badges. The close out report is due 14 days prior to contract expiration.
5.14.5 Additional Reports: At government’s request, contractor shall be required to provide/create additional reports. Additional reports may include: Army Managers’ Internal Control Program, Common Level of Support (CLS), Supply Reports, Policy Change Report, Information Briefing/Papers, and Executive Summaries.
5.14.6 The performance requirement summary matrix is located in TAB A.
Place of Performance: 411th Contracting Support Brigade, Korea, Unit# 15289, APO AP 96205-5289 Seoul, Republic of Korea SEOUL, 1 15289 KR URL: https://www.fbo.gov/notices/679e7b176fe241a4b15120e6f8bdd1a OutreachSystems Article Number: 20160406/PROCURE/0085
Matching keyword(s): writ*; copy; technical; standard; operating; procedure?;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
R–Script and Performances in support of NECC Reintegration Training Workshops N0018916T0256 Monti Dutta 757-443-1330 Monti Dutta, email: monti.dutta@navy.mil , phone: 757-443-1330 monti.dutta@navy.mil The Fleet Logistics Center (FLC) Norfolk, Contracting Office intends to procure a script and docudrama performances in support of NECC Reintegration training workshops. The objectives of the script and resulting performances are to: 1) de-stigmatize psychological injury by placing it in the larger context of the warrior culture; 2) develop a deeper understanding of the challenges faced by combat and non-combat veterans and those who support them both through engagement of the audience with the dramatic portrayal of these challenges and a dialogue immediately following the performance; 3) facilitate feeling of connection, pride and commitment related to supporting Service members and those who support them through being part of the group dialogue and bonding process; 4) develop a powerful tool for military and medical deployment/combat stress training; and, 5) remain relevant and agile through periodic rewrites of the docudrama in order to reflect the challenges of current Navy Expeditionary Force missions.
The contractor shall submit a script and perform a live action docudrama production to NECC staff for approval.
The docudrama productions must incorporate non-combat psychological stresses (e.g. separation anxiety, lack of emotional control, financial pressures, and anger issues) and challenges into a live action production. These stresses should be identified during the interview process, the script writer will identify repeating trends within the interviews and ensure they are highlighted in the script. The docudramas must explore the plight many service members face as they return from NECC specific deployments and attempt to re-enter civilian or garrison life, in addition to any trends identified during interviews the performance should address family separation and the effects deployments have on children.
The docudramas will be integrated with the Department of Defense mandated re-integration training workshops for returning sailors in NECC’s four concentration areas. Once approved, the vendor will include an optional script re-write and rehearsal of the dialogue prior to delivering up to two (2) training events at each of the four (4) NECC Force concentration areas (Virginia Beach, VA; Gulfport, MS; Port Hueneme, CA; and San Diego, CA). Each training event will be conducted over a five day period (Monday-Friday) and may include one (1) docudrama per training day. Each individual docudrama will be followed by audience participation and a training workshop.
The script will be based on interviews with NECC personnel and embedded mental health staff.
NECC will provide access to personnel within 14 days of contract award, contractor will have 30 days to complete interviews and an additional 30 days to write and submit the script to NECC All personnel interviewed will be approved by the NECC technical review board. The final script will provide a list of personnel interviewed and all professional source material with referenced date and page citations (i.e. Journal of Head Trauma Rehabilitation, Journal of Rehabilitation Research and Development, Alcohol Research: Current Reviews, VA Research Currents, etc.) to ensure the clinically acceptable basis of the script.
The two types of required positions include:
Script Writer. The scriptwriter should have a minimum recognized qualification of a Masters Degree in Psychology, Social Work, Counseling, or Marriage and Family Therapy, accompanied with the successful passing of either the National Clinical Mental Health Counselors Examination (NCMHCE) or Association of Marital and Family Therapy Regulatory Boards (AMFTRB) National Examination in Marital and Family Therapy.
Professional Talent/Narrator. The term professional talent is defined as an individual whose income, in whole or in part, is derived by appearing in entertainment and or industrial productions produced by a profit making company; and who has been in similar roles as the one being cast in a professionally produced play, motion picture or television production. All talent employed under this contract shall be costumed and equipped by the Contractor as determined by the approved script.
The estimated Period of Performance is September 26, 2016 to September 25, 2017, plus two one-year option periods. The Government intends to award on or about August 9, 2016 a single, firm fixed-price (FFP) contract to an eligible, responsible offeror.
The specific evaluation criteria will be outlined in the solicitation. When available, the request for proposals (RFP) will be posted at the Navy Electronic Commerce Online (NECO) Web site, http://www.neco.navy.mil. The RFP will indicate the closing date. The North American Industry Classification (NAICS) Code is 624190, and the applicable size standard is $11.0 million in average annual receipts.
Point of Contact:
Monti Dutta, NAVSUP Contracting Department, 1968 Gilbert St., Suite 600, Norfolk, VA, 23511, Phone: 757-443-1330, email: monti.dutta@navy.mil
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916T0256/listing.htm
OutreachSystems Article Number: 20160406/PROCURE/0092
Matching keyword(s): writ*; script?; technical; standard;
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000 Atlanta GA 30341-4146
R — Field Support Officers for the Polio Eradication and Vaccine Preventable Disease Activities 2016-90342 041916 Christina M. Cusack, Contract Specialist, Phone 7704882052, Email vfz7@cdc.gov – Thersa Routh-Murphy, Contracting Officer, Phone 770-488-2713, Email tnr3@cdc.gov Polio and VPD Field Officer Support
Global Immunization Division (GID)
Centers for Disease Control and Prevention (CDC)
Background: This is a SOURCES SOUGHT NOTICE to determine the availability of potential 8(a) small businesses in accordance with FAR 7.104(d). The potential 8(a) small business will need to demonstrate the ability to provide services a) related to technical assistance and support activities in support of vaccine preventable disease (VPDs) programs, and b) in low resource, VPD vulnerable countries and regions, such as Nigeria, Afghanistan, Pakistan, Southeast Asia.
This contract will continue the work already started in several overseas locations in the areas of technical assistance and scientific services supporting VPD programs, with particular emphasis on the Global Polio Eradication Initiative. The services will support the regional activities of the 4 teams in the Polio Eradication Branch (PEB) of GID – (1) Eastern Mediterranean region team, (2) Africa region team, (3) the Science, Innovation and Research team, and (4) the Nigeria team. PEB’s global immunization activities include informing the Ministries of Health on polio eradication strategies, VPD surveillance, polio campaign improvements, routine immunization implementation, data management, poliovirus containment and polio legacy activities.
Services required are the following:
• Immunization systems strengthening, including routine immunization (RI) systems;
• New vaccine introduction;
• Information systems development;
• Improving the quality of immunization data collection;
• Implementation of vaccine preventable disease (VPD) surveillance in developing countries.
• Project and Data Management
• Program Monitoring and Evaluation
• Workforce development at the local and country level, including training for personnel supported through CDC Cooperative Agreements, to support polio vaccination campaigns, provide outreach to nomadic and hard-to-reach populations, and conduct outbreak investigations
• Polio Program Legacy planning and implementation to utilize polio program infrastructure to address other vaccine preventable diseases and public health interventions.
Description of the work
The contractor shall be expected to possess expertise in the following areas:
A. Data Management , Consultation, and Documentation Support:
• Participate in World Health Organization(WHO) and United Nations International Children’s Emergency Fund (UNICEF) activities (Expanded Program on Immunization (EPI) reviews, surveillance assessments, data quality assessments, or other aspects of program implementation) to promote polio eradication, routine immunization, data quality and surveillance of new vaccines.
• Analyze epidemiologic data as it relates to vaccine preventable disease (VPD) surveillance, disease transmission and outbreaks.
• Provide technical support regarding data collection activities in operational research, including integration projects in polio endemic countries and countries with re-established transmission of polio, in order to assist with the analysis of the resultant database.
• Set-up tracking tool and procedure for follow up of regional office and country level legacy activities
• Assist with the selection and use of methods for documenting and operationalizing lessons learned in priority countries
• Monitor and evaluate progress of legacy activities and prepare mid-year and end of year reports
• Map polio program resources (all assets, functions, resources, etc) across Global Polio Eradication Initiative (GPEI)
• Assist in the analysis of epidemiologic data as it relates to VPD disease surveillance with an emphasis on accute flaccid paralysis (AFP) and polio environmental surveillance
• Technical<span style=”color:blue;”> writing and editing to develop documentation and user guides for systems and applications produced under this contract;
B. Training Activities
• Support efforts to train and develop local CDC grantee workforce in country, in the areas of health systems strengthening, strategic planning, evaluations, routine immunization, vaccine preventable disease surveillance and other immunization program areas.
• Assist with developing and conducting short-term training for personnel supported through CDC Cooperative Agreements, including epidemiologists, program managers, laboratory technicians, data managers and others, in support of polio eradication activities.
• Assist with training and technical guidance of National Stop Transmission of Polio (NSTOP), Stop Transmission of Polio (STOP) teams and other non-U.S. Government public health officials.
• Assist CDC field and headquarters offices with cataloging CDC Polio Program activities and infrastructure, analysing associated financial data, and planning for the transition of these activities to address other CDC vaccine preventable programs and public health initiatives.
• Develop, pilot and apply training materials and tools that support workforce capacity building in surveys, surveillance, statistics, modeling and epidemiologic investigation and analysis. Training will be targeted at non-U.S. Government personnel, working under CDC Cooperative Agreements in polio eradication and vaccine preventable disease activities. Training methods may include formal classroom training, interactive video, computer-assisted training, Internet based training, individual tutoring, mentoring, and other effective methods. This may include the development of new courses and adaptation of existing courses to new settings.
C. Program Activities Support
• Assist with planning and conducting evaluations of VPD programs and related activities
• Provide experienced technical advice for implementation of polio eradication activities in endemic countries and countries with reestablished transmission or outbreaks of polio.
• Assist with the coordination of planning and implementation of supplemental immunization campaigns (SIAs) and surveillance projects in polio endemic countries and countries with re-established polio transmission.
• Provide advice in the strengthening of the accute flaccid paralysis (AFP) and VPD surveillance systems via coordination, monitoring and evaluation of surveillance activities. Includes travel to remote locations to conduct surveillance activities.
• Support for surveillance, data collection and analysis in response to cases of confirmed or potential poliovirus infection as part of an outbreak response
• Participate in three and six month assessments of status of outbreaks, effectiveness of response and likelihood of continuing transmission of polio.
• Assist with the planning, coordination and implementation of targeted and supplemental immunization campaigns (SIAs), and surveillance activities in response to suspected and/or confirmed cases of poliovirus or other VPDs;
Contractor Requirements:
The contractor shall have experience providing staff to work in immunization programs in low resource, VPD vulnerable countries, such as Nigeria, Afghanistan and Pakistan, to include working with ministry-level government officials, local level public health personnel and other non-governmental public health organization (NGO) officials. Experience supporting polio eradication is desireable, but not required. The contractor shall also have experience collaborating in a multi-agency environment in the execution of tasks, as needed, to achieve the objectives of the task. The prime contractor shall demonstrate the ability to work (through its staff or collaborating organizations) in several of the United Nations (UN) languages, including English, French, and Spanish.
Contractors must respond to all the following points, by indicating your experience and ability to provide:
(1) Similar experience or the ability to provide the experience – Providing technical support for vaccine preventable diseases (VPDs) to foreign governmental entities and non-governmental organizations (NGOs) in developing world countries in the areas of disease surveillance, disease outbreak response support, data management, training, program management and evaluation.
(2) Similar experience or the ability to provide the experience – Expertise providing a variety of services related to diseases surveillance, technical advice and consultation, and project planning and implemetation in a resource-constrained, international setting.
(3) Knowledge or the ability to provide the understanding of the OPDIV program and the complexities associated with its frequently changing nature—Describe the current situation with the World Health Organization’s Global Polio Eradication Initiative (GPEI), including the components of the Polio Eradication & Endgame Strategic Plan 2013-2018, found at the following links: http://www.polioeradication.org/AboutUs.asp and http://www.polioeradication.org/Resourcelibrary/Strategyandwork.asp, respectively
(4) Similar experience or the ability to provide the experience —Provide technical and scientific experts who have experience working in immunization programs in polio priority countries such as Nigeria, Afghanistan and Pakistan, or other low resource, VPD vulnerable countries, to include working with ministry-level government officials, local level public health personnel and other non-governmental public health organization (NGO) officials.
(5) Experience with or the ability to provide the following:
a. Immunization services and support for vaccine preventable diseases
b. Health Information Systems support
c. Disease Surveillance activities
d. Outbreak Response support
Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Mrs. Christina M. Edwards at vfz7@cdc.gov . CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. All capability statements must be submitted via e-mail. Responses shall be limited to 7 pages. Responses must be submitted no later than April 19, 2016 at 5:00pm EST . Capability Statements will not be returned and will not be accepted after the due date. Please address each in order listed above.
Teaming Arrangements: All teaming arrangements shall include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged.
This is not an invitation for bid, request for proposal or other solicitation and in no way obligates CDC to award a contract . The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes.
Please provide the following business information:
1. DUNS Number
2. Company Name
3. Company Address.
4. Company Point of Contact, phone number and email address
5. Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at http://www.sba.gov. Any potential government contract must be registered in SAM located at http://www.sam.gov
6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.);
7. Current GSA Schedules appropriate to this Sources Sought,
8. Current Government Wide Agency Contracts (GWACs)
9. Point of Contact, phone number and email address of individuals who can verify
the demonstrated capabilities identified in the responses.
10. Responders should also include a statement about whether or not they have an approved Federal audited accounting system. If the responder has an approved accounting system, please provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit as an attachment, which will not count towards the overall page limit.
Set-Aside: Competitive 8(a) Place of Performance: 2920 Brandywine Road Atlanta, GA 30341 US URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/2016-90342/listing.htm OutreachSystems Article Number: 20160406/PROCURE/0918
Matching keyword(s): video*; edit*; produc*; train*; you; page?; business*; documentation; produce?; writ*; technical; procedure?;
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.asp FedConnect phone: 800-899-6665 email: support@fedconnect.net
R — On-Site Shredding for ODAR Reg7 Hearing Offices SOL SSA-RFQ-16-1259 Description Contracting On-Site Shredding services for ODAR Region 7 Iowa, Kansas, Kentucky, Missouri and Nebraska. IGF::OT::IGF Overview Reference number: SSA-RFQ-16-1259 Issue date: 04/04/2016 Response due: 04/15/2016 02:00 PM CT Set Aside: N/A NAICS: 561410-Document Preparation Services PSC / FSC: R614-SUPPORT- ADMINISTRATIVE: PAPER SHREDDING Agency: Social Security Administration Contracting office: Social Security Administration Office of Acquisition and Grants 1540 Robert M. Ball Building 6401 Security Blvd Baltimore, MD 21235 Place of Performance: Region 07 Contact: TERRY CROWLEY Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160406/SMALL/4305
Matching keyword(s): state!ky;
Washington – Kitsap County http://www.kitsapgov.com/purchasing/bids.htm 614 Division St.; Port Orchard, WA; (360) 337-7071
T – Scoreboard & Video Production SOL 2016-133 Due Date: 4/21/16 @ 2:00 PM Scoreboard & Video Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160408/BID/0904
Matching keyword(s): video*; produc*; production?;
Kenton County Board of Education, 1055 Eaton Drive, Fort Wright, KY 41017
R — Builder’s Risk Insurance – Ft Wright Elementary. SOL DUE 04/18/2016 Phone: (859) 344-8888; Fax: (859) 344-1531; Website:http://www.kenton.k12.ky.us/content_page2.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: 20160408/KY/7379
Matching keyword(s): age:state!ky; state!ky;
Kenton County Board of Education, 1055 Eaton Drive, Fort Wright, KY 41017
R — Third Party Administrator. SOL DUE 05/06/2016 Phone: (859) 344-8888; Fax: (859) 344-1531; Website:http://www.kenton.k12.ky.us/content_page2.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: 20160408/KY/7382
Matching keyword(s): age:state!ky; state!ky;
Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623
R — Legal Services. SOL KL-16-024 DUE 05/05/2016 Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.htm 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: 20160408/KY/7383
Matching keyword(s): age:state!ky; state!ky;
Kentuckiana Regional Planning and Development Agency, 11520 Commonwealth Drive, Louisville, KY 40299
R — Long Term Care Ombudsman Program. SOL Website: http://www.kipda.org/Requests_for_Proposals.asp LONG TERM CARE OMBUDSMAN and ELDER ABUSE PREVENTION SERVICES. KIPDA is seeking applications from organizations interested and capable of providing advocacy services to residents of area long-term care facilities as directed by the Office of the State Long Term Care Ombudsman. Applicants are invited to submit a proposal that meets the service requirements and proposal specifications and addresses all components of this service for the entire KIPDA region. Applications will not be accepted for less than regional coverage. 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: 20160408/KY/7388
Matching keyword(s): age:state!ky; state!ky;
Whitley County Board of Education, 300 Main Street, Williamsburg, KY 40769
R — BANK OF DEPOSITORY. SOL DUE 04/14/2016 Website: http://www.whitley.k12.ky.us/Whitley_Board/CentralOffice/Finance.htm The intent of this invitation is to receive quotes from local financial institutions to serve as the official primary depository for the Whitley County Board of Education for the fiscal year beginning July 1, 2016 and ending June 30, 2017. Two secondary depositories may be appointed by the Board as recommended by the Superintendent. Such secondary depositories shall be for the purpose of soliciting quotes on investment instruments and/or for use for school activity funds for the purpose of convenience. The Board of Education hereby limits acceptable respondents to commercial banks and/or savings and loan associations located and having an office in Williamsburg, Whitley County, Kentucky. 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: 20160408/KY/7395
Matching keyword(s): age:state!ky; state!ky;
Whitley County Board of Education, 300 Main Street, Williamsburg, KY 40769
T — District Ed News Printing. SOL DUE 04/15/2016 Website: http://www.whitley.k12.ky.us/Whitley_Board/CentralOffice/Finance.htm PRINTING WHITLEY COUNTY DISTRICT ED NEWS. 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: 20160408/KY/7407
Matching keyword(s): age:state!ky; state!ky;
Whitley County Board of Education, 300 Main Street, Williamsburg, KY 40769
69 — Instructional & Office Supplies. SOL DUE 04/14/2016 Website: http://www.whitley.k12.ky.us/Whitley_Board/CentralOffice/Finance.htm 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: 20160408/KY/7420
Matching keyword(s): age:state!ky; state!ky;
Whitley County Board of Education, 300 Main Street, Williamsburg, KY 40769
T — Student Pictures. SOL DUE 04/14/2016 Website: http://www.whitley.k12.ky.us/Whitley_Board/CentralOffice/Finance.htm STUDENT/ATHLETIC PICTURES. 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: 20160408/KY/7432
Matching keyword(s): age:state!ky; state!ky;
Minnesota – State of Minnesota, Minnesota – State of Minnesota http://www.mmd.admin.state.mn.us/solicitations.ht
T – REFERENCE NUMBER: PT2384 Nature of Work/Contract Title: MN SOL REFERENCE NUMBER: PT2384 Nature of Work/Contract Title: MN Child Support Paternity Video Description of Work: The Minnesota Department of Human Services, Child Support Division (STATE) requests proposals for the development and production of a videowhich provides unwed mothers and fathers a video and oral explanation of their legal rights, responsibilities and consequences of voluntarily signing a paternity acknowledgment form. The current video ??The Power of Two?? is outdated. The new video must comply with accessibility standards, be culturally diverse, and be produced originally in English??with voice over translation into three (3) languages: Spanish, Somali, and Hmong. In addition, the video must comply with Minnesota Statutes, section 257.75. Project completion date is four (4) months from signed contract. Please see the contact information below to request the full solicitation. Estimated Cost: $5,001 – $25,000 Contracting Agency: Department of Human Services Location of Work: Taping can take place anywhere in the United States. Response to this solicitation is due no later than 05/13/16 at 04:00 PM CENTRAL TIME. To receive a copy of the complete solicitation, contact: Name: Rebecca Radcliffe Phone: 651.431.4409 TTY: 711 or 1.800.627.3529 (MN Relay Service for persons with speech or hearing disabilities) Email: Rebecca.radcliffe@state.mn.us Date This Solicitation Was Posted: 4/4/2016 10:48:41 AM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160407/BID/0023
Matching keyword(s): video*; produc*; produce?; production?; video; taping; serv*;
Oregon – City of Portland https://procure.portlandoregon.gov/bso/external/publicBids.sd 1120 SW 5th Avenue; Portland, OR 97204; (503) 823-6855
R – TECHNICAL<span style=”color:blue;”> WRITING POLICY & PROCEDURE SOL 00000288 Due Date: 04/20/2016 04:00:00 PM TECHNICAL<span style=”color:blue;”> WRITING POLICY & PROCEDURE For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160407/BID/0815
Matching keyword(s): writ*; technical;
Utah – Division of Purchasing https://www.bidsync.com/DPX State of Utah, Division of Purchasing & General Services – This agency does not distribute hard copies. If you wish to bid on any of the solicitations then please go to the web site and download the document athttp://purchasing.utah.gov/StatewideContracts/Contracts.aspx
T – Bid #RH16021 – Video Production and Editing Services Due Date: Apr 29, 2016 3:00:00 PM MDT Bid #RH16021 – Video Production and Editing Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160407/BID/0973
Matching keyword(s): video*; edit*; produc*; production?;
Washington – General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.asp State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300
T – Video Production Services SOL Ref #: #B-16-01 Due Date: 04/26/16 Contact: Dianna Thiele Video Production Services – produce several two-three minute marketing videos. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160407/BID/1002
Matching keyword(s): video*; produc*; produce?; production?;
California – City of Sunnyvale http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp City of Sunnyvale; PO Box 3707, Sunnyvale CA 94088-3707, Phone (408) 730-7405 FAX (408) 730-7710 Email purchasing@ci.sunnyvale.ca.us
T – Video Production for Silicon Valley Advanced Transportation Workforce Initiative SOL RFQL-NOVA 042016-0-2016/lj Due Date: 4/22/2016 3:00 PM Pacific Contact: Luther Jackson The Workforce Board of the North Valley Job Training Consortium (NOVA) is issuing this Request for Qualifications (“RFQ”) for video production consulting services to document a Silicon Valley initiative connecting advanced transportation industry hiring and training needs with the high schools and community colleges responsible for preparing the future workforce. It is the intent of NOVA to enter into a vendor relationship with a qualified individual(S) capable or providing the services described within the RFQ. Included in this RFQ are a scope of services and tasks and other information describing this opportunity. The performance period is May 16, 2016 through September 30, 2016. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160406/BID/0034
Matching keyword(s): video*; produc*; train*; production?;
New Hampshire Public Notices http://nh.mypublicnotices.com/PublicNotice.as Provides public notice advertisements from newspapers throughout New Hampshire.
R – April 1, 2016 Request for Proposals RFQ – 04-16 Ap SOL April 1, 2016 Request for Proposals RFQ – 04-16 April 1, 2016 Request for Proposals RFQ – 04-16 – Automotive Request for Proposal for Automotive Technology Shop and Classroom Equipment at the Somersworth Career Technical Center (SCTC) You are cordially invited to submit an RFP to supply new automotive technology shop and classroom equipment for the Automotive Technology program at Somersworth Career Technical Center, located at Somersworth High School. The Center is a regional educational facility-housing career and technical education programs for students attending Somersworth High School and seven other area high schools. The SCTC was constructed originally in 1990 and has recently received state of New Hampshire and local funding to complete a major renovation of its facility and to update all programs to meet the current and future needs of students, employers and the communities it serves. Construction will begin in March 2016 and be substantially complete by September 2016. This project will include renovation and redesign of facilities for the following instructional programs: Automotive Technology, Broadcast Technology, Building Trades, Culinary Arts, Digital Media, Marketing, Pre-Engineering, and Teacher Education as well as the addition of two new programs in Medical Assisting and Performing Arts. The Center will also include the addition of a separate entry, expanded restaurant and dining room, and a small 1black box’ theatre for the Performing Arts program. Please see the attached basic specifications and requirements to be included in a bid proposal. One original and 4 hard copies of proposal must be submitted in a sealed envelope or box, plainly marked: Sealed RFP – 04-16-Automotive Automotive Technology Shop and Classroom Equipment for the Somersworth Career Technical Center (SCTC) Lori Lane, Director of Curriculum Somersworth School District 51 West High Street Somersworth, NH 03878 All RFP’s must be received no later than Friday, April 22 at 3:00 pm. RFP’s sent by email or fax will not be considered. Preliminary questions can be submitted in writing to Lori Lane by Friday, April 15, 2016 at 3 PM to llane@sau56.org. A response in the form of an addendum will be posted on the SAU #56 website by Tuesday April 19, 2016. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160406/BID/0498
Matching keyword(s): broadcast*; program?; education*;
Western Kentucky University, Bowling Green, KY
R — Workers’ Compensation Third Party Administration and Managed Care. SOL 10065 DUE 04/22/2016 Website: http://www.wkuplanroom.com/construction WKU seeks proposals from qualified and credentialed organizations seeking to partner with WKU as third-party-administrator (TPA). It is the intent of WKU to outsource all administrative aspects and managed care services associated with the Program. 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: 20160407/KY/7328
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — CPA Consultant – Addendum #1 – NEW DUE DATE. SOL RFP 074 1600000294 version 2 DUE 04/29/2016 Judy Solomon, Email: Judy.Solomon@ky.gov Phone: (502) 564-9203; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Accounting/Auditing/Budget Consulting. Department of Veteran’s Affairs. 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: 20160408/KY/7440
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Master Lease Purchase Program Administrator – Addendum #2. SOL RFP 758 1600000291 version 3 DUE 04/19/2016 Joydi Hall, email: jodyi.hall2@ky.gov Phone: (502) 564- 8625; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of soliciting proposals from qualified organizations to serve as a Master Lease Purchase Program Administrator for the Commonwealth of Kentucky. The responsibilities of the successful Offeror will be to finance new lease purchase agreements for state agencies, institutions and authorities of the Commonwealth. Any execution using the Master Lease Purchase mechanism will be under the direction of the Office of Financial Management (OFM) and the Office of Procurement Services (OPS) of the Finance and Administration Cabinet within the Commonwealth of Kentucky. Proposals will be accepted only from entities which are free of all obligations and interests which might be in conflict with the best interests of the Commonwealth. Please refer to Attachment A – Terms and Conditions for RFP 758 1600000291 which is available as an attachment to this RFP. 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: 20160408/KY/7441
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
99 — FELT BANNERS – Addendum #2 – NEW DUE DATE. SOL RFB-758-1600000729 version 3 DUE 04/14/2016 Richard Mize, Email: Richard.Mize@ky.gov Phone: (502) 564-6521; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Approximately one half of all banners indicated will be purple and the other half will be lavender. The banners will be wool felt with sewn on yellow letters and a straight yellow fringed bottom. Each banner should include a wooden cross bar approximately 1 inch in diameter, that is slipped through a solid sleeve sewn at the top of the banner. Each banner should include end acorns that are made of gold colored plastic and yellow satin rope approximately 6′ long with tassel ends and yellow felt trim on sides and top of each banner. The initial order of banners will be for the North American International Livestock Expo.in November. Lettering on banners will include the following: Class name, show name and 2016 North American International Livestock Exposition. Vendors should not that all quantities are estimates and not to be taken as guarantees. Similar orders will be placed in subsequent years if contract is renewed. 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: 20160408/KY/7445
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Workers Comp Reviewed Financial Statements. SOL RFP 790 1600000254 version 1 DUE 04/25/2016 Sherry Kefauver, Email: SherryA.Kefauver@ky.gov Phone: (502) 564-3638; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Prepare Reviewed Financial Statements and an Actuarial Report for the Commonwealth Of Kentucky’s self-insured workers compensation program for the Years Ended June 30, 2016 and June 30, 2017. 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: 20160407/KY/7348
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Veterinary Services – Northpoint Farm – Burgin. SOL RFP 527 1600000385 version 1 DUE 04/20/2016 Julie Wooldridge, Email: Julie.Wooldridge@ky.gov Phone: (502) 564-7712; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Provide veterinary services and medicines for the cattle on the Department of Corrections farm in Burgin, KY (Boyle Co.) at the Northpoint Training Center. 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: 20160407/KY/7350
Matching keyword(s): age:state!ky; state!ky;
Ludlow Board of Education, 525 Elm Street, Ludlow, KY 41016
R — BANK DEPOSITORY BID. SOL DUE 04/18/2016 The Ludlow Board of Education will receive sealed bids at the Ludlow Board of Education Office located at 525 Elm Street, Ludlow, KY 41016 until 1:00 pm, Monday, April 18, 2016 for the BANK DEPOSITORY BID. All bidders must use approved bid forms which are available at the Board of Education Office. The forms are also located on the District’s website at http://www.ludlow.kyschools.us. The Board of Education reserves the right to reject any and/or all bids. All bids must be properly mailed or delivered as stated in approved bid forms. KY,Apr4,’16#1169356. 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: 20160408/KY/7458
Matching keyword(s): age:state!ky; state!ky;
University of Louisville, Purchasing Department, Belknap Campus, Room 101, Service Complex, Louisville, KY 40292
R — External reviewer/evaluator for university’s 2017 SACSCOC reaffirmation report. SOL RFP208-PSC DUE 04/21/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid Service: External Reviewer of the Southern Association of Colleges & Schools, Commission on Colleges (SACSCOC) 2017 Reaffirmation Report. The University of Louisville is seeking proposals from a qualified professional to provide consulting services in support of the ten-year SACSCOC reaffirmation process. 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: 20160407/KY/7325
Matching keyword(s): age:state!ky; state!ky;
University of Louisville, Purchasing Department, Belknap Campus, Room 101, Service Complex, Louisville, KY 40292
R — Employee Voluntary Dental Insurance – Addendum #3. SOL RP-054-16 DUE 04/08/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid 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: 20160407/KY/7327
Matching keyword(s): age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601; (502) 564-4510
99 – Mobile Equipment Containment SOL RFB-758-1600000762 Due Date: 4/21/161:30 PMEDT Contact: Office Of The Controller Mobile Equipment Containment For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160407/BID/0316
Matching keyword(s): age:state!ky; state!ky;
Kentucky – Transit Authority River City http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities 1000 W. Broadway; Louisville, KY 40203; (502) 585-1234
R – NOTICE OF PUBLIC HEARING-PROGRAM OF PROJECTS SOL FY 2016 Due Date: Apr 13, 2016 NOTICE OF PUBLIC HEARING-PROGRAM OF PROJECTS For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160406/BID/0291
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Veterinary Services – Roederer Farm – LaGrange. SOL RFP 527 1600000382 version 1 DUE 04/18/2016 Kimberly Montgomery, Email: Kimberly.Montgomery@ky.gov Phone: 502- 782-9568; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Provide veterinary services for the cattle and horses on the Department of Corrections farm in LaGrange, KY. (Oldham County) at the Roederer Correctional Complex.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: 20160406/KY/7292
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Audit of Petroleum Storage Tank Environmental Assurance Fund – Addendum #1. SOL RFP 129 1600000309 version 2 DUE 04/15/2016 Robert Monarch, Email: Jason.Monarch@ky.gov Phone: 502- 564-6716; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Division of Waste Management seeks bidders to perform a financial audit of the Petroleum Storage Tank Environmental Assurance Fund. 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: 20160406/KY/7293
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — FY16 KET Fast Forward RLA Workbook Editor. SOL RFP 545 1600000388 version 1 DUE 04/11/2016 Kristin Luoma, Email: kluoma@ket.org Phone: 859-258-7104; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Scope of Work: KET is seeking the services of a seasoned educational writer and editor to provide editorial work on the Fast Forward Reasoning Through Language Arts Skills for Success workbook. 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: 20160406/KY/7298
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Health Benefit Plan Actuary – Addendum #1. SOL RFP 676 1600000329 version 2 DUE 04/11/2016 Jennifer Spencer, Email: Jennifer.Spencer@ky.gov Phone: (502) 564-6154; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of procuring a vendor to provide actuarial services for the Health Insurance Policy and Managed Care Division for health benefit plans and general consulting services on actuarial issues. 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: 20160406/KY/7299
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Actuarial Svcs. for Health Insurance Policy & Managed Care – Addendum #1. SOL RFP 676 1600000330 version 2 DUE 04/11/2016 Jennifer Spencer, Email: Jennifer.Spencer@ky.gov Phone: (502) 564-6154; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of procuring a vendor to provide actuarial services for the Health Insurance Policy and Managed Care Division for Medicare Supplement, Long-Term Care, and Limited Benefit Policies. 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: 20160406/KY/7300
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
U — CONTINUING EDUCATION / PRE-LICENSING SERVICES – Addendum #1. SOL RFP 676 1600000302 version 2 DUE 04/11/2016 Jennifer Spencer, Email: Jennifer.Spencer@ky.gov Phone: (502) 564-6154; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of procuring a vendor to review and either approve, or disapprove on behalf of the Kentucky Department of Insurance, providers, courses, and instructors offering Continuing Education and Pre-Licensing services. 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: 20160406/KY/7301
Matching keyword(s): age:state!ky; state!ky;
April 9, 2016
Business, Business / Career, Education, Government