SOURCE: Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC)
NOTE: all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org
FedBizOpps – Procurements
Department of Agriculture, Forest Service, R-9 Eastern Region, 626 E. Wisconsin Ave., Suite 300 Acquisition Management Milwaukee WI 53202
T — Videographer for Wilderness Act 50th Anniversary AG-56A1-S-14-0008 062614 Leonyce J Moses, Phone 4142973625, Email leonycejmoses@fs.fed.us – Chris L Frank, Phone 414-297-3856, Fax 414-944-3930, Email chrisfrank@fs.fed.us Combined Synopsis/Solicitation
Solicitation Number AG-56A1-S-14-0008
Description : 2014 marks the 50 th anniversary of the Wilderness Act. We are committed to commemorating this conservation achievement with a variety of events and activities including involvement by citizens, partners and organizations. Our goal is to produce a high quality, inspirational DVD that highlights the century of ecosystem restoration and forest land conservation accomplished under the Wilderness Act.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This solicitation is issued as a RFP and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-69.
This procurement is set aside for small businesses. The NAICS code is 512110 and the Small Business Size Standard is $30 million.
Introduction:
Goals:
· Engage the public to better understand and appreciate the many benefits and values of wilderness, ultimately resulting in more people supporting responsible wildlands stewardship;
· Bring the wilderness community (NGOs/agencies/international advocates) “ together “ to efficiently and consistently steward wilderness for the use, enjoyment, and benefit of the American people;
· Connect with today’s youth and with non-wilderness using groups to find the thread that ties their lives to wild places so they can more directly relate to, understand and value wilderness.
Audience: The intended audience for this video is wide and diverse. Audience includes individuals and families within the Superior National Forest community, long-standing partners, nonprofit organizations, interest groups, and as well as nearby urban residents, academics, natural resource professionals, state and local agencies, national organizations, and Forest Service employees.
Deliverables: The final product would include a 3-5 minute video for DVD and also an online version (i.e. YouTube) with close captioning.
Applicable
Documents: Production of the DVD must conform to standards required by OMB Circular No, A-130, Appendix IV as well as the USDA -Forest Service Media Resource Guide (Volume 2- Operator Manual). (attached)
Technical
Requirements: The specific work required to be completed for this task includes:
· Videographer, lighting and audio equipment, tape stock, and high quality high-definition camera will be required to do this work. Power supplies, grip equipment and production assistant will also be needed. All filming will be outdoors and plan accordingly especially with weather. Some filming may require videographer to film from a canoe, etc. Rental should be included in cost.
· Employees from the U.S. Forest Service will be available to help with set up and strike.
· Filming for the video will focus on kids’ and families experience in the Wilderness Areas – capturing the significance of the Wilderness Act and Superior National Forest, recreation activities. Videotaping/shooting the footage on location and interviewing children and families along with scenic and action shots incorporated in final product.
· A small makeup kit should be on site to reduce glare and hot spots on the talent.
· Completed photo release forms required for video talent. Forest Service will receive signed photo release forms.
· Videotaping must be done in high definition and meet industry established broadcast standards.
· Forest Service employee to provide list of shots, schedule interviews and talent. Video should capture interviews with children (at least 16 youth – two groups of 8) and families for filming.
· Length of final video will be 3-5 minutes in duration.
· Editing, music, post-production, finishing should be included.
· Close captioning will need to be done for both YouTube and DVD versions.
· Regional Office employee to review footage and involved in editing and approval process. Receive approval from the USDA & Washington Office before final production.
· Location: Superior National Forest in Minnesota. All filming will be outdoors.
· Final deliverable products and all footage will be provided on a portable hard drive/s formatted for Windows: one final electronic version for YouTube and second version for formatted for DVD – both to include close captioning.
·
Delivery of Final Product
· Final product to be delivered to Sandy Skrien at USDA – Forest Service, Superior National Forest, 8901 Grand Avenue Place, Duluth, MN 55808-1102, no later than 14 days after the videotaping.
PLACE OF PERFORMANCE
The location and date for the taping will be at the Superior National Forest:
· Timing: one to 2 days of filming (date range: July 1-July 2 – date/s to be determined depending on final itinerary of the youth)
· Location: Little Gabbro Lake, MN (24 miles southeast of Ely, MN 55731) – there’ s a hike required into the wilderness area
The editing of the tape will occur at your location. The editing will be done by the contractor with Forest Service employee input. The Forest Service employee will need access to your facility when necessary for footage review and editing and review process.
GOVERNMENT FURNISHED PROPERTY
The government will provide the talent and location for the videotaping.
Contractor Acceptance Statement: By submitting the offer, the Contractor agrees to all terms, conditions, and provisions included in the solicitation and agrees to furnish any awarded items at the price set in the schedule unless otherwise excepted as follows: _______________________________________________________________.
The following FAR clauses and provisions apply to this solicitation. Those that are incorporated by reference can be viewed in full text at http://farsite.hill.af.mil/
52.212-1 Instructions to Offerors – Commercial Items (JUL 2013)
52.212-2 Evaluation – Commercial Items (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in order of importance:
1. Past portfolio showing work products
2. Past experience
3. Price
In accordance with FAR 15.304, technical and past performance, when combined, are significantly more important when compared to price.
(b) Options . The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
52.212-3 Offeror Representations and Certifications – Commercial Items (AUG 2013) (Offeror must complete this certification online at http://www.sam.gov or print this clause in full, complete the appropriate blocks, and submit with your offer)
AGAR 452.209-70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION ALT 1 (DEVIATION 2012-01) (FEB 2012)
(a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation.
(b) The Offeror represents that –
(1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.)
If the Offeror checked “is” above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked “ is not” above, Offeror may leave the remainder of the representation blank.
(2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer.
(ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer.
(3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
52.212-4 Contract Terms and Conditions – Commercial Items (JUL 2013)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (SEP 2013)
Clauses listed in 52.212-5 that apply to this solicitation:
52.202-1 Definitions (NOV 2013)
52.203-2 Certificate of Independent Price Determination (APR 1985)
52.203-5 Covenant Against Contingent Fees (APR 1984)
52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006)
52.203-7 Anti-Kickback Procedures (OCT 2010)
52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008)
52.204-1 Approval of Contract (DEC 1989)
52.204-6 Data Universal Numbering System Number (JUL 2013)
52.204-7 System for Award Management (JUL 2013)
52.204-12 Data Universal Numbering System Number Maintenance (DEC 2012)
52.204-13 System For Award Management Maintenace (JUL 2013)
52.209-2 Prohibition On Contracting With Inverted Domestic Corporations–Representation (May 2011)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 2012)
52.215-5 Facsimile Proposals (OCT 1997)
52.216-24 Limitation of Government Liability (APR 1984)
52.216-25 Contract Definitization (OCT 2010)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
52.222-3 Convict Labor (JUN 2003)
52.222-17 Nondisplacement of Qualified Workers (JAN 2013)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-22 Previous Contracts and Compliance Reports (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-50 Combating Trafficking in Persons (FEB 2009)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (DEC 2012)
52.226-6 Promoting Excess Food Donation to Nonprofit Organizations
52.232-1 Payments (APR 1984)
52.232-8 Discounts for Prompt Payment (FEB 2002)
52.232-11 Extras (APR 1984)
52.232-25 Prompt Payment (JUL 2013)
52.232.33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.233-1 Disputes (JUL 2002)
52.233-2 Service of Protest (SEP 2006)
52.233-3 Protest After Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.243-1 Changes-Fixed Price Alternate III (APR 1984)
52.244-6 Subcontracts for Commercial Items (DEC 2013)
52.246-4 Inspection of Services–Fixed-Price (AUG 1996)
52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (APR 1984)
IPP Implimentation
If your company is a current user of IPP, no further enrollment actions are necessary. Starting
February 24, 2014, your company can electronically submit invoices for FS contracts / awards.
The IPP Customer Support Desk is available to assist users Monday through Friday (excluding
Federal holidays) from 8 a.m. to 6 p.m. ET, to answer questions related to accessing IPP or
completing the registration process. Their toll-free number is 1-866-973-3131 or they can be
reached at IPPCustomerSupport@fms.treas.gov . If you have any additional questions or
concerns, please contact the Controller Operations Division Help Desk at 1-877-243-3072 or cod.help@usda.gov .
AGRICULTURE ACQUISITION REGULATIONS (48 CFR CHAPTER 4) CLAUSES
452.204-70 Inquiries (FEB 1988)
As prescribed in 404.7001 , insert the following provision:
INQUIRIES (FEB 1988)
Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award.
AGAR 452.209-70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION ALT 1 (DEVIATION 2012-01) (FEB 2012)
(a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation.
(b) The Offeror represents that –
(1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.)
If the Offeror checked “is” above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked “ is not” above, Offeror may leave the remainder of the representation blank.
(2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer.
(ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer.
(3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
AGAR 452.209-71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS ALT 1 (DEVIATION 2012-01) (FEB 2012)
(a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it –
(1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and
(2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government.
(b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434.
Offers shall be submitted to: Leonyce Moses at leonycejmoses@fs.fed.us or faxed to 414-944-3930. Please call or email Leonyce Moses to ensure receipt.
No later than June 26, 2014 at 4:00 PM CST.
Contact Leonyce Moses at 414-297-3635 for more information or with questions concerning this solicitation.
URL: https://www.fbo.gov/spg/USDA/FS/56A1/AG-56A1-S-14-0008/listing.html
OutreachSystems Article Number: 140620/PROCURE/0090 Matching Key Words: filming; naics!512110;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
U — MOBILE AND ELECTRONIC SECURITY H92244-14-T-0180 071814 Danyiele F. Peterson, Phone 757-862-9466, Email danyiele.peterson@vb.socom.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0180. The government contemplates establishing more than one (1) firm fixed price BPA’s (Blanket Purchase Agreements) to provide mobile and electronic security training services to the command. However, the Government reserves the right to award more or less than two BPA’s based upon responses received from this solicitation. The potential Master Agreement’s term is not to exceed five (5) years. The Government intends to award multiple BPA Master Agreements with a maximum potential value of Not-To-Exceed $5,000,000.00 for all five years per each agreement. Individual BPA calls will be competed amongst the BPA holders and shall not exceed $150,000.00 per call. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74 effective 30 May 2014.
The Naval Special Warfare Command is seeking businesses capable of providing various types of mobile and electronic security training on a regular basis to the command. North American Industrial Classification Code (NAICS) 541519 with a standard business size of $25.5M employees applies to this procurement. This procurement is unrestricted. The DPAS rating for this procurement is DO-S10. All responsible sources may submit a quote which shall be considered by the agency.
The contractor shall provide a quote using the attached bid schedule. Every element identified under the CLIN’s are required to be priced individually. Quotes shall include pricing for each line item for a five-year period, Not-To-Exceed $5,000,000.00 per agreement. Establishment of a BPA does not imply an agreement by the Government to place future contracts or orders with the BPA holder. The Government makes no representation as to the number of calls or actual amount of work to be ordered.
SCHEDULE OF SUPPLIES AND SERVICES
See Attachment 1 – A statement of objectives listed in attachment 1 is representative of the objectives that an offeror’s training courses shall meet and shall be required under the blanket purchase agreements. The quantities are subject to change and are not guaranteed under this RFQ or any subsequent agreement. The establishment of a BPA does not imply an agreement by the Government to place future contracts or orders with the BPA holder. The Government makes no representation as to the number of calls or actual amount of work to be ordered.
See Attachment 2 – Items listing is in attachment 2.
See Attachment 3 – Terms and conditions of the BPA are listed in attachment 3.
PLACE OF PERFORMANCE:
All courses shall be provided at the Contractor’s facility, preferably within a 50-mile radius of Virginia Beach, VA 23461.
(ANTICIPATED) ORDERING PERIOD:
Date of Award – Five years; Not-to-Exceed $5,000,000.00
The following provisions and clauses are incorporated into this solicitation.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1
Definitions
Nov 2013
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203.5 Covenant Against Contingent Fees May 2014
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Sep 2006
FAR 52.203-7 Anti-Kickback Procedures May 2014
FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity May 2014
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity May 2014
FAR 52.203-11
FAR 52.203-12 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
Limitation on Payments to Influence Certain Federal Transactions Sep 2007
Oct 2010
FAR 52.203-13 Contractor Code of Business Ethics and Conduct Apr 2010
FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper May 2011
FAR 52.204-7 System for Award Management Jul 2013
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2014
FAR 52.212-1 Instructions to Offerors – Commercial Items Jul 2013
FAR 52.212-3 Offeror Representations and Certifications Commercial Items May 2014
FAR 52.212-4 Contract Terms and Conditions-Commercial Items May 2014
FAR 52.212-5 DEV
Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan 2014
FAR 52.216-27 Single or Multiple Awards Oct 1995
FAR 52.219-8 Utilization of Small Business Concerns May 2014
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jan 2014
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999
FAR 52.222-25 Affirmative Action Compliance Apr 1984
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-35 Equal Opportunity For Veterans Sep 2010
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
FAR 52.222-37 Employment Reports On Veterans Sep 2010
FAR 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act Dec 2010
FAR 52.222-50
FAR 52.223-6 Combating Trafficking in Persons
Drug-Free Workplace Feb 2009
May 2001
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran–Representation and Certifications Dec 2012
FAR 52.232-9 Limitation on Withholding of Payments Apr 1984
FAR 52.232-18 Availability of Funds Apr 1984
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) May 2014
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987
FAR 52.246-25 Limitation of Liability – Services Feb 1997
FAR 52.247-29 F.o.b. Origin Feb 2006
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies Dec 2008
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013
DFARS 252.203-7004 Display of Fraud Hotline Posters Dec 2012
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A System for Award Management (52.204-7) Alternate A May 2013
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009
DFARS 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country Dec 2006
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
CLAUSES INCORPORATED BY FULL TEXT:
Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.
All FAR representations and certifications shall be submitted through System for Award Management at https://www.sam.gov.
52.209-5 Certification Regarding Responsibility Matters Apr 2010
(a) (1) The Offeror certifies, to the best of its knowledge and belief, that –
(i) The Offeror and/or any of its Principals –
(A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;
(B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks “have”, the offeror shall also see 52.209-7, if included in this solicitation); and
(C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and
(D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3, 000 for which the liability remains unsatisfied.
(1) Federal taxes are considered delinquent if both of the following criteria apply:
(i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.
(ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.
(2) Examples.
(i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).
(ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.
(2) “Principal,” for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.
(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.
(End of Provision)
52.209-7 Information Regarding Responsibility Matters Jul 2013
(a) Definitions. As used in this provision-
“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.
“Federal contracts and grants with total value greater than $10,000,000″ means-
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
“Principal” means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000.
(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in-
(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).
(End of provision)
52.212-2 Evaluation–Commercial Items Jan 1999
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance:
i. Technical ability to meet specifications, past performance and price. The contractor shall provide the program and course catalog that identifies all courses relevant to the training objectives of this solicitation for evaluation.
ii. Past Performance – Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services, specifically with United States Military Special Operations Forces, performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.
ii. Price – The contractor shall provide Attachment 2, Item List for evaluation. All line items on the attached bid schedule must be completed, and all items will be reviewed for reasonableness.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items- Alternate 1
(May 2014) May 2014
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984
FAR 52. 217-8 Option to Extend Services Nov 1999
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
(End of Clause)
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer Jan 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 862-9465 or Christine Anderson at (757) 862-9469, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
SOFARS 5652.204-9003
Disclosure of Unclassified Information
2007
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation Jan 2000
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Danyiele Peterson – Contract Specialist
danyiele.peterson@vb.socom.mil
PH – 757-862-9466
1636 Regulus Ave. Virginia Beach, VA 23461-2299
SOFARS 5652.232-9003 Paying Office Instructions (2005)
(a) The Primary Contracting Office Point of Contact is: Danyiele, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, danyiele.peterson@vb.socom.mil, 757-862-9466.
(b) The Administrative Contracting Office Point of Contact is: Danyiele Peterson, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, danyiele.peterson@vb.socom.mil, 757-862-9466.
(c) The Contracting Officer’s Representative is: Danyiele Peterson, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, danyiele.peterson@vb.socom.mil, 757-862-9466.
(d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449.
(e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office.
(f) Payment to the contractor shall be mailed to the following address to be determined before contract award.
(g) Special Payment Instructions: None.
SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)
All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809.
All questions concerning this procurement, either technical or contractual must be submitted in writing Danyiele Peterson via email at danyiele.peterson@vb.socom.mil , by 10:00 AM EST on 02 July 2014. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent via email to Danyiele Peterson. The offeror agrees to hold the prices in its quote firm for 180 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.
Offerors must scrutinize this solicitation and ensure their quote and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements.
Point of contact for this procurement is Danyiele Peterson at danyiele.peterson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Danyiele Peterson by email at danyiele.peterson@vb.socom.mil , phone: (757) 862-9466, fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Danyiele Peterson (Contracts/N01K2), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 a.m. Eastern Standard Time (EST) on 18 July 2014.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0180/listing.html
OutreachSystems Article Number: 140619/PROCURE/0102 Matching Key Words: film?; produc*; train*; you; website; site?; business*; event?; instruct*; commercial?;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R – VIDEO SHOOTER/EDITOR/PRODUCER - PARIS, FRANCE BBG39-Q-14-PERSIAN-028 070114 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEOSHOOTER/EDITOR/PRODUCER
VOA PERSIAN DIVISION
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-14-PERSIAN-028 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072.
(iv) This is solicitation is unrestricted. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of four (4) months from July 21, 2014 through October 31, 2014, one (1) option periods of eight (8) months from November 1, 2014 through July 20, 2015. Multiple awards will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Paris, France and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start July 21, 2014 through October 31, 2014 with options to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment . Must be advanced in using final cut pro and Dalet Plus
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on June 18, 2014. Responses to questions will be posted to FedbizOps by COB June 23, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on July 1, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.
The Contractor shall perform the following work in the Paris, France and surrounding areas unless otherwise mutually agreed to by the Contracting Officer
Place of Performance: Paris, France and surrounding areas US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-028/listing.html
OutreachSystems Article Number: 140618/PROCURE/0105 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?; naics!711510;
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64 471 East C Street Bldg SP64 Naval Station Norfolk Norfolk VA 23511
99 — Inspection Hatch N32205-14-T-1449 062014 Melvin Frazier, Contract Specialist, Phone 7574435906, Email melvin.frazier@navy.mil Military Sealift Command Combined Synopsis and Solicitation Notice Information
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
2. Solicitation number is N32205-14-T-1448 and is being issued as a Request for Quotes (RFQ).
3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, effective 30 Jan 2014.
4. The associated NAICS code is 332321.
5. Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS FALL RIVER and USNS TRENTON for the following CBG System PTY LTD brand name parts. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered
Item# 1 P/N SFP-HAT-ACC-900-900 Inspection Hatch 21 EA
MANUFACTURER: CBG Systems PTY LTD
END ITEM APPLICATION: Rapid Access System
6. The required delivery and acceptance date is 30 Sep 2014. The Ship to address for delivery and
acceptance is Norfolk,VA 23511.
Note for shipping:
The Government requests that shipping costs be incorporated into the price of each item rather than a separate line for total shipping costs. The Government will spread the shipping costs across all lines upon award if quoted as a separate line item.
Estimated Delivery Date if Different than Requested Date____________
Are items being imported? ________ If so, from what country? ____________
7. The provision at FAR 52.212-1, Instructions to Offerors – Commercial applies to this acquisition and is amended as follows:
52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS
a. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
b. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.
c. The following paragraphs in FAR 52.212-1 shall not apply to this RFQ: a, b, c, f (except f(4)), and l.
d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.
e. SUBMISSION PACKAGE
1. The quote shall contain the following:
a. price quote which identifies the requested item(s), unit price, and extended price.
b. Shipping Price
c. Total Firm Fixed Price
d. WPM Compliance
e. Remittance address, Tax identification Number, DUNS number and Cage Code
f. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items. An offeror shan complete only paragraphs (b) of this provision if the offer has completed the annual representations and certificates electronically via http://www.acquisition.gov/ if an offer has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offer shall complete only paragraph (c) through (o) of this provision.echnica, and other information needed for evaluation. See FAR Provision at 52.212-3
2. Responses to this solicitation are due 15 April 2014 at 0900 local time, Norfolk, VA. Quotes may be emailed to tommy.a.hale@navy.mil or faxed via 757-443-5982 Attn: Tommy Hale. Please reference the solicitation number on your quote.
Terms & Conditions
3. Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror’s/vendor’s standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror’s/vendor’s standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation.
8. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items applies to this acquisition.
9. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items applies to this acquisition. The following additional FAR clauses contained within FAR 52.212-5 are applicable to this acquisition:
52.204-7 System for Award Management (Jul 2013)
52.212-1 Instructions to Offerors — Commercial Items (Jul 2013)
52.212-3 Offeror Representations and Certifications – Commercial Items (Aug 2013)
52.212-3 Alt I Offeror Representations and Certifications – Commercial Items-Alt I (Apr 2011)
52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Sep 2013)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013)
52.209-6 Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013)
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-28 Post-Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor – Cooperation with Authorities and Remedies (Mar 2012)
52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (Mar 2007)
52.222-35 Equal Opportunity for Disabled Veterans (Sep 2010)
52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010)
52.222-37 Employment Reports on Special Disabled Veterans (Sep 2010)
52.222-50 Combating Trafficking in Persons (Feb 2009)
52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer –Central Contractor Registration (Jul 2013)
52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012)
52.232-18 Availability of Funds (Apr 1984)
52.247-34 F.o.b. Destination (Nov 1991)
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)
252.204-7000 Disclosure of Information (Aug 2013)
252.204-7003 Control of Government Personnel Work Product (Apr 1992)
252.211-7003 Item Identification and Validation (Jun 2013)
252.225-7001 Buy American And Balance of Payments Program (Dec 2012)
252.225-7048 Export Controlled Items (Jun 2013)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)
252.244-7000 Subcontracts for Commercial Items (Jun 2013)
252.246-7003 Notification of Potential Safety Issues (Jun 2013)
252.247-7023 Transportation of Supplies by Sea (Jun 2013)
252.247- 7023 Alt III Transportation of Supplies by Sea-Alternate III (May 2002)
252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014 – OO0009) (Feb 2013)
(a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
WOOD PACKAGING MATERIAL (WPM) – ADDITIONAL DELIVERY INSTRUCTIONS:
In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved “DUNNAGE” stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry.
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses:
http://farsite.hill.af.mil/vffara.htm
http://farsite.hill.af.mil/vfdfara.htm
52.252-2 Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/vffara.htm
http://farsite.hill.af.mil/vfdfara.htm
52.252-5 Authorized Deviations in Provisions (Apr 1984)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.
52.204-13 System for Award Management Maintenance (Jul 2013)
(a) Definition. As used in this clause-
“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors.
“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern.
“Registered in the System for Award Management (SAM) database” means that-
(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into the SAM database;
(2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database;
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and
(4) The Government has marked the record “Active”.
“System for Award Management (SAM)” means the primary Government repository for prospective Federal awardee and Federal awardee information and the centralized Government system for certain contracting, grants, and other assistance-related processes. It includes-
(1) Data collected from prospective Federal awardees required for the conduct of business with the Government;
(2) Prospective contractor-submitted annual representations and certifications in accordance with FAR subpart 4.12; and
(3) Identification of those parties excluded from receiving Federal contracts, certain subcontracts, and certain types of Federal financial and non-financial assistance and benefits.
(b) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(c)
(1)
(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’s written notification of its intention to-
(A) Change the name in the SAM database;
(B) Comply with the requirements of subpart 42.12 of the FAR; and
(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support he legally changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM. Information provided to the Contractor’s SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the EFT clause of this contract.
(3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted-
(i) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office.
(d) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.acquisition.gov.
252.204-7004 Alternate A, System for Award Management (May 2013)
As prescribed in 204.1105, substitute the following paragraph (a) for paragraph (a) of the provision at FAR 52.204-7:
(a) Definitions. As used in this clause-
“System for Award Management (SAM) database” means the primary Government repository for contractor information required for the conduct of business with the Government.
“Commercial and Government Entity (CAGE) code” means-
(1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or
(2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an “NCAGE code.”
“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.
“Data Universal Numbering System +4 (DUNS+4) number” means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR 32.11) for the same parent concern.
“Registered in the System for Award Management (SAM) database” means that-
(1) The contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, and Contractor and Government Entity (CAGE) code into the SAM database; and
(2) The contractor has completed the Core Data, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database;
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and
(4) The Government has marked the record “Active.”
252.232-7010 Levies on Contract Payments (Dec 2006)
(a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt.
(b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-
(1) The total dollar amount of the levy;
(2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and
(3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation.
(c) DoD shall promptly review the Contractor’s assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-
(1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and
(2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or
(ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation.
(d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act.
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
(a) Definitions. As used in this clause–
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.
Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall–
(1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
INVOICE
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
GOVERNMENT
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official N32205
Issue By
Admin
Inspect By
Ship To Code N62387
Ship From Code
Mark For Code
Service Approver
Service Acceptor
Accept at Other
LPO
DCAA Auditor
Other
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system.
NOT APPLICABLE
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.
MSCHQ_WAWF@navy.mil
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012)
The information contained in this instruction is supplemental to DFARS 252.232-7006.
The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract.
When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, “Leave Blank.”
In some situations the WAWF system will pre-populate the “Pay DoDAAC,” “Admin By DoDAAC” and “Issue By DoDAAC.” The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s).
If Receiving Reports are required, ensure that the “Inspection” and “Acceptance” defaults of “destination” for both fields are not changed in the WAWF online interface.
The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing.
Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the “Send More Email Notifications” link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact’s (TPOC) or Contracting Officer’s Representative’s (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system.
BASIS FOR AWARD:
Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price.
SHIP & BASE ACCESS
Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using “Request a Read Receipt” function and to confirm receipt of facsimile transmissions.
Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required:
1. El Paso Intelligence Center (EPIC) personnel screening requirement
2. Base/Repair Facility Access Request
3. Vehicle Access Request
4. Ship Access List (vendor-provided)
All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on “Contracts” in the upper right corner. “EPIC template” is under “Reference” subheading. Click on “Online Library of Common Documents” for all other forms.
EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) msc.norfolk.epic@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSC of personnel who are denied access to the vessel.
Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated.
RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com).
Additional access permissions may be required such as Navy Base Point Loma “Enclave Access request form”.
Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms.
Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
10. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating.
11. Quotes may be e-mailed or faxed directly to tommy.a.hale@navy.mil, the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other method of submission is acceptable.
E-mail quotes shall be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files) or files in excess of 20 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission.
Faxed quotes shall be sent 757-443-5982
Access to the Navy facility or MSC office is restricted. Quoters, couriers, and delivery services may encounter unpredictable and lengthy delays or denied access when attempting to enter that facility. Similarly, mailed and emailed quotes may encounter unpredictable and lengthy routing delays. In all cases, quoters are responsible for the risks associated with the chosen delivery method and for ensuring the Government receives the complete quote at the appropriate designated location prior to the due date and time for quote submission.
Reply to:
Melvin Frazier
Military Sealift Command Norfolk
471 C Street, Building SP-64, Floor 2
Norfolk, Virginia 23511
Phone: 757-443-5906
Fax: 757-443-5982
E-mail: melvin.frazier@navy.mil
Place of Performance: 1968 Gilbert Street DWY 10 Naval Station Norfolk, VA 23511 US URL: https://www.fbo.gov/notices/c8de47971413f1556cb4628466167c2d
OutreachSystems Article Number: 140618/PROCURE/0518 Matching Key Words: writ*; copy; technical; standard;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — SOCIAL MEDIA REPORTER- VOA PERSIAN SERVICE BBG39-Q-14-PERSIAN-027 070114 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: SOCIAL MEDIA REPORTER – VOA PERSIAN
COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-14-PERSIAN-027 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-072.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.
(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of three (3) months from July 21, 2014 through October 31, 2014 with one (1) option period of 9 (9) months from November 1, 2014 – June 20, 2015. Multiple awards may be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Social Media Reporter services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) In Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start July 21, 2014 through October 31, 2014 with options to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated. To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price (best value).
1) Technical – Must be fluent in the Persian Language and have working knowledge of English, Experienced in using analytics to track audience growth and engagement across social platforms; knowledgeable about trends in online news and curious about things that might work for VOA Persian content; proficient in maintain the official VOA Persian social media accounts: Facebook, Twitter, Google+, etc. Able to engage readers in comments sections on-site, as well as on social platforms; demonstrated experience building audience through social networks (Twitter, Facebook and beyond) preferably through branded (non-personal) accounts, Demonstrated experience on other social networks like Pinterest, Yelp, etc. knowledge of domestic Iranian news and social trends; Working knowledge of HTML and, quite simply, how the Internet works; ability to investigate and verify claims on social media; responsible for coordination of and social interaction during live editorial events online and in real life – live chats, panel discussions, etc.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on June 18, 2014. Responses to questions will be posted to FedbizOps by COB June 23, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on JuLY 1, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: Voice of America, 330 Independence Ave, SW Washington, DE 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-027/listing.html
OutreachSystems Article Number: 140617/PROCURE/0073 Matching Key Words: naics!711510
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — RADIO/TV/WEB SERVICE, REPORTING SERVICE, MULTI MEDIA SERVICES BBG50-Q-14-0072 061914 Adiatu Sahid-Karim, Contracting Specialist, Phone 2022034022, Email askarim@bbg.gov Bangla Service-Non Personal Service
Broadcasting Board of Governors
BBG50-Q-14-0072
Radio/TV/Web Service
Reporter Service
Multi Media Services
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award one Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.
The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Cameraman services as described in further detail below for the South and Central Asia Division (Bangla Service) in Washington D.C. see attachment A. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).
NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 541840 and 51930 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.
Period of Performance:
Base: 08/1/2014 – 07/31/2015
Contract Type:
Firm- Fixed Price
Applicable Clauses:
**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.
*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Applicable Provisions: See Attached
Proposal Submission:
Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.
1. A Price Proposal that states the Offeror’s proposed annual Total Price based on a 2,080 hours work-year that will be negotiated with the BBG.
2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.
3. Copy of US Citizenship, work permit, photo ID and/or visa.
4. References (three)
5. Copy of active CCR Registration in SAM. https://www.sam.gov
6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.
To ensure consideration for the intended position, please reference the solicitation number on your proposal.
Proposal must be submitted electronically to askarim@bbg.gov. The due date is Thursday, June 19, 2014 at 5PM EST. All proposals as well as inquiries should be sent electronically to Adiatu Sahid-Karim at askarim@bbg.gov
Contracting Office Address:
300 C St. SW
Switzer Bldg. Rm. 4300
Washington DC 20237
United States
Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS
(Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.).
Factor #1 – Technical ability to include work experience, education and specialized training
Factor #2 – Price
Factor #3 – Past Performance
Basis for Award
The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.
The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.
A single offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.
Deadline to submit question: June 17, 2014, 12 noon.
Responses to questions will be posted on June 18, 2014.
Set-Aside: Total Small Business Place of Performance: VOICE OF AMERICA 330 Independence Ave, SW, Room 3500 Washington, DC 20706 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0072/listing.html
OutreachSystems Article Number: 140617/PROCURE/0074 Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
99 — Administrative Support BBG50-Q-14-00018 062114 LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-203-7877, Email lkwashin@bbg.gov – J.R. HILL, Contracting Officer, Phone 202-382-7846, Fax 202-382-7877, Email chill@bbg.gov The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Administrative Assistant services as described in further detail below for the South& Central Asia Division in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13. This announcement constitutes only the solicitation, which is hereby issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement.
System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).
The North American Industry Classification System (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.
Requirement:
The Government intends to award one Blanket Purchase Agreement (BPA) for three positions; however, the Government reserves the right not to award any BPA. The Government does not guarantee any order placements. Any resultant BPA(s) will be one (1) year in duration; however, either party may terminate the resulting BPA with 30 calendar day’s notice.
The Government seeks to establish a BPA for the performance of Administrative Assitant services for South Asia Division in Washington D.C.
Description of Services
See attached BPA
Government Furnished Property, Data, and or Information:
The Government will furnish expendable supplies, and equipment (e.g., recording equipment) solely for the Contractor’s use while performing the work prescribed herein.
A valid security approval from BBG’s Office of Security is required for the performance of services under this contract. Failure to obtain security approval or any action by the contractor resulting in cancellation of the security approval shall be cause for immediate termination of this contract. Contractor shall not have access to classified material.
Period of Performance:
Base Year: 07/01/2014 – 06/30/2015
Contract Type:
Firm- Fixed Price
Place of Performance:
Broadcasting Board of Governors
330 Independence Ave SW
Cohen Building
Washington, D.C. 20237
Applicable Clauses:
**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.
-Provision at 52.212-1, Instructions to Offerors (Feb 2012), applies to this acquisition.
-Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (See evaluation factors listed in RFP text on FBO)
By Reference:
52.202-1 Definitions (Jan 2012)
52.203-3, Gratuities (Apr 1984)
52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006)
52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008)
52.212-3 Offeror Representations and Certifications – Commercial Items (Apr 2012) 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAR 2009)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2009)
52.215-2 Instructions to Offerors-Competitive Acquisition.
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-6 Notice of Total Small Business Set-Aside (June 2003)
52.219-8 Utilization of Small Business Concerns (May 2004)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor – Cooperation with Authorities and Remedies (Mar 2012)
52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (May 2007)
52.222-35, Equal Opportunity for Veterans (Sep 2010)
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.227-17 Rights in Data – Special Works
52.232-33 Payment by Electronic Funds Transfer –Central Contractor Registration (Oct 2003)
*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
*FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition.
Remember to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. This can be found athttps://www.acquisition.gov/far/current/html/52_212_213.html
Proposal Submission:
Interested independent contractors are required to submit two written documents (price & resume) to the BBG.
1. A Price Proposal that states the Offeror’s proposed annual price based on a 2080 hours work-year.
2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (month/year) and locations for all field experience must be detailed.
3. Copy of US Citizenship, work permit, photo ID and/or visa.
4. References (three professional)
5. Copy of active CCR Registration in SAM (https:www.sam.gov)
6. In the event offerors do not complete the responsibility and certification portion of the SAM registration, they shall include a complete copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certification-Commercial items) with their offer. This provision can be found at the following website https://www.acquisition.gov/Far/. If requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.
To ensure consideration for the intended position, please reference the solicitation number and title of the position on your proposal.
Proposal must be submitted electronically to lkwashin@bbg.gov or chill@bbg.gov. The due date is Saturday June 21, 2014 at 11:59PM EST. All proposals as well as inquiries should be sent electronically to: La Keisha Washington, lkwashin@bbg.gov or J.R., chill@bbg.gov
Questions must be submitted in writing to the Contract Specialist at the e-mail address provided under the proposal submission. Please note the deadline for question is June 18, 2014.
FAR 52.212-2 Evaluation – Commercial Items (Jan 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Price, and Past Performance.
Evaluation Criteria shall include:
Factor #1 – Technical ability to include work experience, education and specialized training.
Factor #2 – Price (non-technical factor):
The offeror shall provide a written price proposal that states the Offeror’s proposed annual Total Price based on a 2,080 hours work-year . Offers shall be ranked according to the evaluated prices.
Factor #3 – Offerors must demonstrate proof of past performance in work related to this requirement.
Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. A single award will result from this evaluation.
Basis for Award:
The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.
The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors 330 Independence Ave. SW Washington, DC 20747 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-00018/listing.html
OutreachSystems Article Number: 140617/PROCURE/0431 Matching Key Words: naics!711510;
FedBizOpps – Special Notes
Department of the Interior, National Park Service, NPS – All Offices, NPS, MWR – Missouri MABO11 North 4th StreetSt LouisMO63102US
U–CHSC CIVIL RIGHTS TEACHERS’ INSTITUTE P14PS01300 Terri Dyke terri_dyke @nps.gov CHSC CIVIL RIGHTS TEACHERS’ INSTITUTE
A draft solicition for subject services is posted for comments. Please submit questions or comments to the contracting officer, NLT 19 June 2014, 2:00 pm Central Time.
To view the entire package, please visit http://www.fedconnect.net, Search Public Opportunities using reference number P14PS01300.
URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01300/listing.html
OutreachSystems Article Number: 140618/SPECIAL/1010 Matching Key Words: naics!711510;
USABID and Local Purchases
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
76 – 2014 Registrar Recruitment Promotional ItemsAddendum #1 Addendum SOL K-0715-14 2014 Registrar Recruitment Promotional ItemsAddendum #1 Addendum #2 Due Date: 6-27-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140620/BID/0255 Matching Key Words: age:state!ky; state!ky;
Kentucky – City of Lexington https://lfucg.economicengine.com 200 East Main Street; Lexington, KY 40380; (859) 258-3320
R – Consultants SOL RFP33-2014 Request for Information for Software for HUD Rehabilitation Processing, Tracking and Reporting Due Date: 07/17/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140620/BID/0257 Matching Key Words: age:state!ky; state!ky;
New York – The Empire Purchasing Group http://www.empirestatebidsystem.com/Bids/ViewOpenSolicitations.asp The Empire State Purchasing Group
T - Video Production Control Room Equip – Purchase and/or Install SOL Video Production Control Room Equip – Purchase and/or Install Due Date: 07/17/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140620/BID/0465 Matching Key Words: video*; produc*; production?;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – University Student Public Safety Application SOL UK-1393-15 University Student Public Safety Application Due Date: 7-2-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140619/BID/0247 Matching Key Words: age:state!ky; state!ky;
Kentucky – City of Lexington https://lfucg.economicengine.com 200 East Main Street; Lexington, KY 40380; (859) 258-3320
R – Temporary Labor SOL 93-2014 Temporary Labor Services – Division of Waste Management – Materials Recovery Facility Due Date: 07/02/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140619/BID/0250 Matching Key Words: age:state!ky; state!ky;
Kentucky – City of Lexington https://lfucg.economicengine.com 200 East Main Street; Lexington, KY 40380; (859) 258-3320
R – Temporary Labor SOL 94-2014 Temporary Labor Services – Division of Waste Management Collection Services Due Date: 07/02/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140619/BID/0251 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Sponsorship-Triathlon-E.P Tom Sawyer RFP : 1400000459 K SOL Sponsorship-Triathlon-E.P Tom Sawyer RFP : 1400000459 Kentucky Department Of Parks Published On : 6/16/14 Amended On : Closing On : 6/27/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140618/BID/0006 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Concession-Possum Ridge Boat Ramp- Taylorsville Lake SP RFQ : 1 SOL Concession-Possum Ridge Boat Ramp- Taylorsville Lake SP RFQ : 1400000258 Kentucky Department Of Parks Published On : 6/17/14 Amended On : Closing On : 6/26/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140618/BID/0009 Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
99 – HP EliteOne 800 G1 All in One PC’s SOL IFB-3247-0-2014/PL HP EliteOne 800 G1 All in One PC’s Due Date: 7/1/2014 3:00 PM Eastern Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140618/BID/0263 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Audit Services PSC for Ky State Fair Board 2015-2016 FY RFP : 1 SOL Audit Services PSC for Ky State Fair Board 2015-2016 FY RFP : 1400000450 Kentucky State Fair Board Published On : 6/13/14 Amended On : Closing On : 6/24/14 4:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140617/BID/0002 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – First Aid, CPR/AED & Bloodbourne Pathogen Training RFP : 140000 SOL First Aid, CPR/AED & Bloodbourne Pathogen Training RFP : 1400000449 Department for Income Support Published On : 6/13/14 Amended On : Closing On : 6/24/14 3:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140617/BID/0003 Matching Key Words: age:state!ky; state!ky;
Iowa – Department of Administrative Services http://bidopportunities.iowa.gov/index.php?pgname=viewactivebids The Department of Administrative Services General Services Enterprise – Purchasing Hoover State Ofc Bldg, Level A Des Moines, IA 50319-0105 515-281-6355
T - Education Video SOL ED-SH163-01 Bid Number: ED-SH163-01Title: Education VideoAgency Name: Education Grimes State Office Bldg400 E 14th StDes Moines, IA 50319 Receive Email Notification Contact InformationName: Staci Hupp-Ballard Issuing Officer Email: staci.hupp@iowa.govPhone: 515-281-5651 Valid Date: From: Jun 16, 2014 Until: Jun 20, 2014 End Time: 3:30 PM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140617/BID/0209 Matching Key Words: video*; education*;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – JACE Controller SOL K-0717-14 JACE Controller Due Date: 6-24-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140617/BID/0240 Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
76 – 2014 Registrar Recruitment Promotional ItemsAddendum #1 SOL K-0715-14 2014 Registrar Recruitment Promotional ItemsAddendum #1 Due Date: 6-27-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140617/BID/0241 Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
