Quantcast
Channel: Rock Island Integrated Services – beenetworknews
Viewing all 150 articles
Browse latest View live

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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, Email600px-US-DeptOfAgriculture-Seal2.svg 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;

160px-Special_Operations_Specops_Army.svgOther 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 INFORMATIONBroadcasting Board of Governors 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;

600px-US-DeptOfNavy-Seal.svgDepartment 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 GovernorsBroadcasting 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 GovernorsBroadcasting 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 forBroadcasting Board of Governors 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

600px-US-DeptOfTheInterior-Seal.svgDepartment 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

 

 


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

United_States_Department_of_Defense_Seal.svgDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $275,434,620 modification to a previously awarded contract (N00024-13-C-5407) for fiscal 2014 Standard Missile 6 (SM-6) all-up rounds, and SM-6 and Standard Missile 2 (SM-2) spares and containers. Work will be performed in Tucson, Arizona, (33.7 percent); Camden, Arkansas (28 percent); Wolverhampton, United Kingdom (11.6 percent); Andover, Massachusetts (8.6 percent); Middletown, Ohio (2.7 percent); San Jose, California (2.6 percent); Huntsville, Alabama (2.3 percent); Dallas, Texas (2.1 percent); Anniston, Alabama (1.4 percent); Clarkston, Georgia (1 percent); San Diego, California (1 percent); Warrington, Pennsylvania (1 percent); Wichita, Kansas (1 percent); Middletown, Connecticut (1 percent); Thousand Oaks, California (1 percent); and Anaheim, California (1 percent); work is expected to be completed by March 2017. Fiscal 2014 weapons procurement (Navy) funds in the amount of $260,548,374 (94.8 percent), fiscal 2012 weapons procurement (Navy) funds in the amount of $7,852,887 (2.9 percent), and fiscal 2014 operations and600px-US-DeptOfNavy-Seal.svg maintenance (Navy) funds in the amount of $6,437,000 (2.3 percent) will be obligated at the time of award. Contract funds in the amount of $14,289,887 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Co. Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $33,176,807 modification to previously awarded cost-plus-fixed-fee contract N00024-12-C-4223 for research and development activities associated with integrated power systems power load modules to be used for electromagnetic railgun pulse power containers design, and for the fabrication and testing of prototypes. Work will be performed in Tewksbury, Massachusetts, and is expected to be completed by December 2016. Fiscal 2014 research, development, test and evaluation contract funding in the amount of $8,503,020 will be obligated at award, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Serco Inc., Reston, Virginia, is being awarded a $31,244,653 cost-plus-fixed-fee/firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Close-In Weapons System (CIWS) waterfront installation support. This contract will provide support in performing the functions of an Alteration Installation Team with the installation of Ship Alterations, Ship Change Documents, and Ordnance Alterations as related to the CIWS on U.S. Navy, U.S. Army and U.S. Coast Guard vessels. Work will be performed in Norfolk, Virginia (41 percent); San Diego, California (30 percent); Pearl Harbor, Hawaii (5 percent); Everett, Washington (6 percent); Mayport, Florida (6 percent); and various overseas ports (12 percent); work is expected to be completed in June 2017. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $114,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-D-0028).

Raytheon Co., McKinney, Texas, is being awarded a $19,679,000 cost-plus-fixed-fee modification to previously awarded contract (N00164-12-G-JQ66) for Multi-Spectral Targeting Systems (MTS-C) and provision item order spares for Navy special projects aircraft. The MTS-C is an airborne, electro-optic, forward-looking, infra-red, turreted sensor system which provides long-range surveillance. This requirement supports Naval Air Systems Command PMA 290 Special Projects Aircraft. Work will be performed in McKinney, Texas, and is expected to be completed by May 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) contract funds in the amount of $19,679,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

Exelis Inc., Clifton, New Jersey, is being awarded a $15,262,451 cost-plus-fixed-fee contract for the design, engineering analysis, program, manufacture and test of the universal exciter upgrade (shop replaceable assembly redesign) to support the AN/ALQ 99 tactical jamming system used on the EA-6B Prowler and EA-18G aircraft. This procurement is to design and manufacture three components of the universal exciter: the modulation direct digital synthesizer, the direct digital synthesizer and the oscillator switch to eliminate the use of obsolete parts. This contract combines purchases for the U.S. Navy (10 percent), and the government of Australia (90 percent), under the Foreign Military Sales program. Work will be performed in Amityville, New York (97 percent), and Clifton, New Jersey (3 percent), and is expected to be completed by June 2017. FMS and fiscal 2014 aircraft procurement (Navy) contract funds in the amount of $15,262,451 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304(c)(1). The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-13-G-WM01).

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $13,561,788 modification to a cost-plus-fixed-fee contract to provide training material, development and maintenance, instructor services, program management, administration and training systems in support of the Center for Surface Combat Systems. This contract modification involves foreign military sales to Australia. Work will be performed in Dahlgren, Virginia (50 percent), and Moorestown, New Jersey (50 percent), and is expected to be completed by September 2016. FMS funding in the amount of $3,412,547 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-4 and DFARS 206.302-4. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-13-C-1022).

BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland, is being awarded a $10,737,652 cost-plus-fixed-fee contract for the design, development, integration, test and evaluation, installation, fielding, certification, maintenance and logistics support of the cooperative identification, non-cooperative target recognition, air traffic control equipment, systems and subsystems. These efforts are in support of the Naval Air Warfare Center Aircraft Division’s Identification Systems Division. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in April 2015. Fiscal 2014 Navy working capital funds in the amount of $7,281,808 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-14-C-0040).

Northrop Grumman Systems Corp., Integrated Systems Sector, San Diego, California, is being awarded an $8,465,734 modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-0126) for the extension of engineering and software sustainment services in support of the Vertical Take-off and Landing Tactical Unmanned Aerial Vehicle Fire Scout MQ-8B. Work will be performed in San Diego, California, and is expected to be completed in November 2014. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $8,465,734 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Maersk Line, Ltd., Norfolk, Virginia, is being awarded a $7,103,568 modification under a previously awarded firm-fixed-price contract (N00033-13-C-2505) to exercise a 92-day option for the operation and maintenance of five U.S. Navy ocean surveillance ships and one U.S. Navy missile range instrumentation ship. Work will be performed worldwide and is expected to be completed by September 2014. Working capital funds in the amount of $7,103,568 are obligated for fiscal 2014 and will not expire at the end of the fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Department of the ArmyARMY

CUBIC APPLICATIONS, INC., San Diego, California, was awarded a $78,197,073 modification (P00158) to a cost-plus-award-fee contract (W911S0-07-C-0007) supporting the Joint Readiness Training Center at Fort Polk, Louisiana, providing theatre specific combat training, mission rehearsal training, foreign security training team training and other combat forces training to prepare units for combat operations or deployment to combat theatre of operations, as determined by the U.S. Army and Department of Defense. Operations and maintenance (Army) fiscal 2014 funds in the amount of $44,043,547 and fiscal 2014 other procurement funds in the amount of $5,928,009 were obligated at the time of the award. Work will be performed Fort Polk, Louisiana, with an estimated completion date of June 30, 2015. Army Contracting Command, Fort Polk, Louisiana, is the contracting activity.

Raytheon Company, Tucson, Arizona, was awarded a $51,787,884 modification (P00056) to a firm-fixed-price contract (W15QKN-08-C-0530) to acquire a total of 757 projectiles under the Option 5 Excalibur 155mm increment lb production option for the U.S. Army. Fiscal 2014 other procurement funds in the amount of $50,898,528 and fiscal 2013 other procurement funds of $889,356 were obligated at the time of the award. Work will be performed at Anniston, Alabama( 2.87 percent); Tucson, Arizona (15.15 percent); Phoenix, Arizona, (.05 percent); East Camden, Arkansas (7.34 percent); Chino, California (.01 percent); Corona, California (.01 percent); Healdsburg, California (19.19 percent); Inglewood, California (.01 percent); Santa Ana, California (1.1 percent); Valencia, California (.04 percent); Woodridge, Illinois (.54 percent); Cedar Rapids, Iowa (8.27 percent); Cincinnati, Ohio (6.37 percent); Lowell, Massachusetts (3.37 percent); Minneapolis, Minnesota (.02 percent); Joplin, Missouri (2.60 percent); Farmington, New Mexico (1.42 percent); McAlester, Oklahoma (1.14 percent); McKinney, Texas (.47 percent); Kariskoga, Sweden (15.84 percent); United Kingdom (7.82 percent); Glenrothes, Scotland (6.01 percent), with an estimated completion date of Feb. 29, 2016. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Great Lakes Dredge and Dock Company, LLC, Oak Brook, Illinois, was awarded a $19,914,000 firm-fixed-price contract for the North Carolina Highway 12 Protection Project, Dare County, North Carolina. Work will be performed in Ocracoke, North Carolina, with an estimated completion date of Oct. 31, 2014. Bids were solicited via the Internet with three received. Fiscal 2014 other procurement funds in the amount of $19,914,000 are being obligated at the time of the award. U.S. Army Corps of Engineers Wilmington District, Wilmington, North Carolina, is the contracting activity (W912PM-14-C-0009).

Dynamic Technology Systems, Inc.*, Alexandria, Virginia, was awarded a $14,337,620 modification (P00012) to firm-fixed-price contract (W91WAW-12-C-0018) to extend information technology related operations and maintenance tasks under the current contract for a period of 12 months. Services include software and hardware support, application programming support, and custom application configuration support for the entire Enterprise Content Management System. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of June 28, 2015. Bids were solicited via the Internet with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,337,620 are being obligated at the time of the award. Army Contracting Command Tank and Automotive (Warren), Warren, Michigan, is the contracting activity.

BAE Systems Land and Armaments, York, Pennsylvania, was awarded a $10,783,000 modification (P00007) to a firm-fixed-price contract (W56HZV-13-C-0103) for 61 fire support sensor systems and seven authorized stock-age list spares sets. Fiscal 2014 other procurement funds in the amounts of $10,783,000 were obligated at the time of the award. Work will be performed at York, Pennsylvania, with an estimated completion date of May 22, 2015. Army Contracting Command Tank and Automotive Warren, Warren, Michigan, is the contracting activity.

Johnson Construction Co.*, Dover, Pennsylvania, was awarded a $9,599,509 firm-fixed-price contract for construction of a modern wastewater treatment plant to replace the existing wastewater treatment plant, and construct an influent screening building, two sequencing batch reactors for wastewater treatment, an aeration sludge holding tank, ultraviolet disinfection system, chemical storage, and a water pumping system. Work will be performed in New Cumberland, Pennsylvania, with an estimated completion date of Jan. 8, 2015. Bids were solicited via the Internet with four received. Military construction funds in the amount of $3,784,295 from fiscal 2010; $946,073 from fiscal 2011; and $4,869,140 from fiscal 2013, are being obligated at the time of the award. U.S. Army Corps of Engineers Baltimore District, Baltimore, Maryland, is the contracting activity (W912DR-14-C-0029).

Cayo, LLC*, Fort Worth, Texas, was awarded a $9,359,797 firm-fixed-price contract for the Lake Borgne Basin Levee District, STPBS-07 Saint Bernard Parish Pump Stations, number 2 and 3 seepage repairs, Saint Bernard Parish, Louisiana. Work will be performed in Chalmette, Louisiana, with an estimated completion date of Sept. 25, 2015. Bids were solicited via the Internet with 10 received. Fiscal 2014 other procurement funds in the amount of $9,359,797 are being obligated at the time of the award. U.S. Army Corps of Engineers New Orleans District, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0042).

RAYTHEON IDS, Tewksbury, Massachusetts, was awarded an $8,335,410 cost-plus-fixed-fee contract for the Norwegian Advanced Surface to Air Missile Systems sustainment and maintenance, for the base year with option up to four years. This is a new follow-on service contract for the missile system, an interim air defense capability deployed in the Homeland Defense Area 1. Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of June 27, 2014. Bids were solicited via the Internet with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,335,410 are being obligated at the time of the award. Army Contracting Command Redstone Arsenal Missile, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0114).

Kongsberg Defence and Aerospace, Kongsberg, Norway, was awarded a $7,898,000 modification (P00103) to contract (W15QKN-12-C-0103) to exercise contract line number 0100 on the base contract for depot support for the Common Remotely Operated Weapon System. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,898,000 were obligated at the time of the award. Work will be performed at Johnstown, Pennsylvania, with an estimated completion date of Aug. 16, 2017. Army Contracting Command Picatinny Arsenal, Pennsylvania is the contracting activity.

DEFENSE LOGISTICS AGENCY

BAE Systems, Phoenix, Arizona, has been awarded a maximum $89,460,000 modification (P00103) exercising the second option period on a one-year base contract (SPM1C1-12-D-1025), with two one-year option periods. This isDefense_Logistics_Agency a firm-fixed-price, indefinite-quantity contract for enhanced small arms protective inserts. Location of performance is Arizona with a July 1, 2015, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2013 through fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

TW Metals, Inc., Carol Stream, Illinois, has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity, prime vendor bridge contract for various types of metals, metal products, and related services in the North East region of the United States. This contract was a sole-source acquisition. Locations of performance are Illinois and New Jersey. Period of performance is June 30, 2014 through Oct. 29, 2014. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2009 through fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM8EG-09-D-0009/P00068).

Federal Resources Supply Company,* Stevensville, Maryland, has been awarded a maximum $9,900,000 fixed-price with economic-price-adjustment contract for respirator air filters, mask harness assemblies, respirator cartridges, breathing face-pieces and other replacement parts. This contract was a sole-source acquisition. This is a one-year base contract with four one-year option periods. Location of performance is Maryland with a June 26, 2015, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM8EH-14-D-0008).

Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $9,750,000 fixed-price with economic-price-adjustment, prime vendor bridge contract for food and beverage support. This contract was a sole-source acquisition. Location of performance is Virginia. The period of performance is June 30, 2014 through Sept. 30, 2014. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3023).

Wolverine Services, LLC,* Colorado Springs, Colorado, has been awarded a maximum $8,237,534 modification (P00035) exercising the second option period on a one-year base contract (SP3300-12-C-5001) with four one-year option periods. This is a fixed-price-incentive-firm with cost-reimbursement and labor-hour line items contract for warehouse and distribution support services. Location of performance is Colorado and California with a June 30, 2015, performance completion date. Using service is Defense Logistics Agency Distribution, Barstow, California. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

UPDATE: Wright & Wright Machinery Company Incorporated,* Monticello, Kentucky (SPE8EC-14-D-0024), has been added as an awardee to the multiple award contract issued against solicitation #SPM8EC-11-R-0001 announced Aug. 1, 2011.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co. Missile Systems, Tucson, Arizona, has been awarded an $80,768,012 firm-fixed-price and cost-plus-fixed-fee contract for the Lot 7 Miniature Air Launched Decoy Jammer (MALD-J) missile (200 each) to include: data, mission planning, process verification program, and operational flight software. Work will be performed at Tucson, Arizona, and is expected to be completed by June 30, 2016. This award is a result of a sole-source acquisition. Fiscal 2012, 2013 and 2014 procurement and operations and maintenance funds are being obligated in the amount of $79,112,476 at time of award. Air Force Life Cycle Management Center/EBJM, Eglin Air Force Base, Florida, is the contracting activity (FA8682-14-C-0004).

LinQuest Corp., Los Angeles, California, has been awarded a $29,164,259 cost-plus-incentive- fee and cost-plus-fixed-fee modification (P00014) on FA8808-13-C-0009 for additional System Engineering & Integration Support Services (SE&I) to increase the face value of the contract to $154,820,575. The contractor will provide and maintain enterprise SE&I services for the current MILSATCOM Systems Directorate, execute and evolve standardized enterprise processes, control and manage the technical baseline and interface(s), perform system integration across the enterprise and within identified programs, develop and implement key systems engineering processes, developing tools and techniques (as necessary) to predict issues and enable timely action, and develop and maintain performance metrics. Work will be performed at Los Angeles Air Force Base, El Segundo, California, and is expected to be completed by June 30, 2019. This award is the result of a sole source acquisition. No funds will be obligated at the time this modification is executed. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $19,623,009 delivery order (0070) on the Advanced Materials, Manufacturing and Testing Information Analysis Center (AMMTIAC) indefinite-delivery/indefinite-quantity cost-plus-fixed-fee sole-source contract (FA4600-06-D-0003) for Advanced Materials, Redesign and Testing for Support Equipment and Vehicles. AMMTIAC’s objective is to analyze and assess fundamental material, manufacturing, and testing requirements to support extension of the operational life of the support equipment and vehicle fleet. The work will be performed at Rome, New York, and various Air Force locations, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 Air Force operations and maintenance funds in the amount of $104,934 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia, has been awarded an $18,009,823 delivery order (0071) on the Advanced Materials, Manufacturing and Testing Information Analysis Center (AMMTIAC) indefinite-delivery/indefinite-quantity cost-plus-fixed-fee sole-source contract (FA4600-06-D-0003) for Special Operations Forces (SOF) personnel recovery aircraft materials, manufacturing and testing. AMMTIAC’s objective is to extend the operational life of Air Force SOF and personnel recovery aircraft. The work will be performed at McLean, Virginia, and various Air Force locations, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 operations and maintenance funds in the amount of $405,138 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Aecom-Parsons JV, Arlington, Virginia, is being awarded a $7,848,425 task order (0023) to a previously awarded600px-WHS_Insignia.svg firm-fixed-price contract (HQ0034-12-D-0007) to provide construction management technical support services for the Washington Headquarters Services, Acquisition Directorate, Facilities Services Directorate. Work will be performed in Arlington, Virginia, with an expected completion date of June 30, 2015. Fiscal 2014 operations and maintenance funds in the amount of $7,848,425 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with five proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

160px-Special_Operations_Specops_Army.svgU.S. SPECIAL OPERATIONS COMMAND

Sierra Nevada Corp., Sparks, Nevada is being awarded a maximum $10,500,000 indefinite-delivery/indefinite-quantity contract with a four-year ordering period in support of U.S. Special Operations Command. The results of this contract will allow ground-based forces to digitally provide overhead aircraft with Personal Location Information and designate targets digitally to on-board aircraft computer systems allowing pilots to see where friendly forces are located on the aircraft Common Operating Picture as well as the GPS location of the target. Work will be performed in Sparks, Nevada and other locations on an as needed basis as determined by the government. This was a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $1,984,252 are being obligated at time of award. U.S. SOCOM/Directorate of Procurement, MacDill Air Force Base, Florida, is the contracting activity (H92222-14-D-0023).

AIR FORCE

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a $1,277,618,606 fixed-price-incentive-firm at target price/firm-fixed-price contract for the initial engineering, manufacturing and development Combat Rescue Helicopter (CRH) program. The CRH program will replace the aging HH-60G Pave Hawk helicopter with new air vehicles, training systems, and product support required for the Personnel Recovery mission.  The requirement is for 112 new air vehicles (most probable quantity); however, the contract has been structured to handle fluctuations356px-Seal_of_the_US_Air_Force.svg of quantities.  The contract will include the development, integration, production, and initial sustainment of the entire CRH system.  Work will be performed at Stratford, Connecticut, and is expected to be completed by June 2029, if all options are exercised.  This award is the result of a competitive acquisition.   If all options are exercised, the total contract amount is estimated at $7,900,000,000.  One offer was received in response to the solicitation issued Oct. 19, 2012.  Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $298,458,978 are being obligated at time of award.  Air Force Life Cycle Management Center/WISV, Rotary Wing Branch of Special Operations Forces and Personnel Recovery Division/ISR Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8629-14-C-2403).

The Massachusetts Institute of Technology has been awarded a $656,656,998 modification (P00532) on a cost-reimbursable, no-fee contract (FA8721-05-C-0002) for the operation of the Lincoln Laboratory Federally Funded Research and Development Center.  This contract modification provides an additional $656,000,000 in contract ceiling for research and development work under the basic contract for several agencies of the U.S. government, including the Department of Defense.  Work will be performed at the Lincoln Laboratory facilities in Lexington, Massachusetts, on Hanscom Air Force Base, Massachusetts, and in several remote locations.  This contract is incrementally funded; additional funds are not being  obligated at time of award.  Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Massachusetts, is the contracting activity.

General Atomics – Aeronautical Systems, Inc., Poway, California, has been awarded a $15,293,442 firm-fixed-price contract for the MQ-9 Fuel Bladder Retrofit Kits, Time Compliance Technical Orders (TCTO) and initial spares. This contract action is for the build and delivery of certified O-level TCTO to enable the removal of existing Aero Tech Labs fuel bladders and enable the installation of the new fuel bladders on MQ-9 Reaper Block 1 aircraft. This effort is also for the build and delivery of O-level retrofit hardware kits, update existing technical orders and manuals, as well as produce and deliver initial retrofit spares with the components of the respective fuel bladder retrofit kits.  Work will be performed in Poway, California, and is expected to be completed by March 6, 2017.  This award is the result of a sole-source acquisition.  Fiscal 2013 aircraft procurement funds in the amount of $8,134,540 and fiscal 2012 aircraft procurement funds in the amount of $7,158,902 are being obligated at time of award for Delivery Order 0071.  Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038).

Northrop Grumman Systems Corp., Warner Robins, Georgia, has been awarded a $15,212,790 firm-fixed-price contract for the repair of the AN/ALQ-135 Electronic Countermeasures System’s Band 3 and Bands 1&2 Traveling Wave Tubes.  Work will be performed at Warner Robins, Georgia, and is expected to be completed by June 25, 2015. This award is the result of a sole-source acquisition and is 100 percent foreign military sales for Saudi Arabia.  FMS funds in the amount of $15,212,790 will be obligated at time of award. Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Georgia, is the contracting activity (FA8540-14-C-0009).

Department of the ArmyARMY

Accenture Federal Services, Reston, Virginia, was awarded a $42,446,917 modification (P00352) to a firm-fixed-price, multi-year contract (WN00104-04-A-ZF12) to exercise option year nine for the general fund enterprise business system.  Funding and performance location will be determined with each order.  The estimated completion date is June 27, 2015.  Army Contracting Command Rock Island Arsenal, Rock Island, Illinois is the contracting activity.

Smith’s Detection, Edgewood, Maryland, was awarded a $21,867,004 modification (P00040) to  firm-fixed-fee contract (W911SR-07-C-0080) to exercise the option to purchase 3,353 M4A1 joint chemical agent detectors, 580 communication adapter kits, one platform interface kit, 2,713 Stryker communication adaptors, 137 sieve packs and 25 nozzles.  Appropriations were obligated at the time of award as follows: fiscal 2014other procurement (Army): $12,653,175, $6,978,033 and $162,462; fiscal 2014 operations and maintenance (Army): $110,149; fiscal 2013 other procurement (Army): $569,350; fiscal 2012 other procurement (Army): $1,285,473 and $106,888; and other: $1,474.  Work will be performed at Edgewood, Maryland, with an estimated completion date of Sept. 30, 2016.  Army Contracting Command Edgewood Division, Aberdeen Proving Ground, Maryland is the contracting activity.

EMI Technologies*, Las Cruces, New Mexico, was awarded a $20,000,000 modification (P00004) to a firm-fixed-price contract (W9124R-11-D-0207) to acquire general purpose instrumentation vans shelters and trailers in support of White Sands Missile Range, New Mexico.  Funding and performance location will be determined with each order.  Estimated completion date is June 25, 2015.  Army Contracting Command, White Sands Missile Range, New Mexico, is the contracting activity.

Northrop  Grumman, Huntsville, Alabama, was awarded a $15,000,000 modification (P00106) to a cost-plus-fixed-fee contract (W31P4Q-08-C-0418) for research and development for Advance Electronic Protect, Integrated Air and Missile Defense system of systems capability, and IAMD Battle Command System system development and demonstration.  Two bids were solicited via the Internet with two received.  Fiscal 2014 research, development, test and evaluation funds in the amount of  $15,000,000 are being obligated at award.  Work will be performed at Huntsville, Alabama, with an estimated completion date of Sept. 30, 2015.  Army Contracting Command Redstone Arsenal Missile, Redstone Arsenal, Alabama, is the contracting activity.

EADS-NA, Herndon, Virginia, was awarded a $14,436,295 modification (P00811) to a firm-fixed-price contract (W58RGZ-06-C-1094) to exercise options for contractor logistics support for the Utility Helicopter 72A Lakota.  Fiscal 2014 operations and maintenance (Army) funds for $14,436,295 were obligated at the time of the award.  Work will be performed at Columbus, Mississippi with an estimated completion date of May 15, 2015.  Army Contracting Command Redstone Arsenal – Aviation, Redstone Arsenal, Alabama, is the contracting activity.

Carahsoft, Reston, Virginia, was awarded a $14,424,968 modification (P00031) to firm-fixed-price contract (W91QUZ-11-F-0027) to add additional users and products for software and licenses and support for Army Enterprise Resource Planning.  Multiple funding appropriations obligated at the time of the award are: fiscal 2014 operations and maintenance (Army) funds of $3,623,968; fiscal 2014 other procurement (Army) funds of $10,775,000; and fiscal 2014 research, development, test and evaluation funds of $26,000.  Work will be performed at Reston, Virginia with an estimated completion date of June 23, 2016.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Arriba Corp., Norfolk, Virginia was awarded a $7,890,050 firm-fixed-price contract for addition to and alteration of the Curtis Bay Army Reserve Center, Baltimore, Maryland.  Work will be performed in Maryland with an estimated completion date of June 30, 2016.  Fiscal 2010 military construction funds in the amount of $158,963; fiscal 2013 military construction funds in the amount of $7,612,086 and fiscal 2014 operations and maintenance (Army) funds in the amount of $119,000 are being obligated at award.  Bids were solicited via the Web with five received.  U.S. Army Corps of Engineers Louisville District, Louisville, Kentucky is the contracting activity (W912QR-14-C-0023).

NAVY

Northrop Grumman Systems Corp., San Diego, California, is being awarded a $63,070,969 modification to a previously awarded cost-plus-fixed-fee contract (N00019-07-C-0055) for the Phase II continuation of post-demonstration activities in support of the Navy Unmanned Combat Air System program.  These activities include continued X-47B aircraft systems, test bed and flight test support at both shore-based locations and associated carrier detachments, continued development of Fleet Concepts of Operations, X-47B maintenance support, lab and test bed operational support and continued flight test opportunities.  Work will be performed in San Diego, California600px-US-DeptOfNavy-Seal.svg (70 percent) and Patuxent River, Maryland (30 percent), and is expected to be completed in March 2015.  Fiscal 2013 and 2014 research, development, test and evaluation (Navy) funds in the amount of $45,877,152 will be obligated at time of award, of which $42,551,064 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Corp., Bethpage, New York, is being awarded $8,258,253 for ceiling priced delivery order 7252 under a previously awarded Basic Ordering Agreement (N00383-12-G-034G) for the repair of 51 line items for the Advanced Hawkeye system used on the E-2D aircraft.  Work will be performed at Melbourne, Florida (40.26 percent); Liverpool, New York (18.39 percent); Baltimore, Maryland (13.74 percent); Davenport, Iowa (6.54 percent); Falls Church, Virginia (5.56 percent); and 12 other various locations in the United States (15.51 percent).  Work will completed by June 25, 2015.   Fiscal 2014 aircraft procurement (Navy) funds in the amount of $8,258,253 will be obligated at the time of award, and these funds will not expire before the end of the current fiscal year.  This is a non-competitive requirement in accordance with 10 U.S.C 2304(c)(1).  The NAVSUP Weapons System Support, Philadelphia, Pennsylvania, is the contracting activity.

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $7,694,320 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) Electronic Radios and ancillary equipment for a variety of aircraft.   This option provides for the procurement of 80 RT-1939(C)/ARCs and 80 994M-4 Link 11 Smart Mounts without Isolators.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in May 2016.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $7,694,320 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Innova Systems International, LLC, San Diego, California, was awarded a $6,663,365 firm-fixed-price contract in support of the U.S. Marine Corps Training and Education Command, Aviation Standards Branch, for software maintenance to support and implement enhanced functionality of the Marine Corps Sierra Hotel Aviation Readiness Program (M-SHARP) software.  Work will be performed at Quantico, Virginia, and is expected to be completed June 30, 2015.  With all options exercised, work will continue through June 30, 2017.   Fiscal 2014 operations and maintenance funds in the amount of $6,663,365 are being obligated at the time of award.  Contract funds in the amount of $6,663,365 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities Government website, with one offer received.  The Regional Contracting Office National Capital Region, Quantico, Virginia, is the contracting activity (M00264-14-C-1008).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $8,102,691 firm-fixed-price contract for aircraft blade assemblies. This contract was a sole-source acquisition. This is a 39-month base contract with no option periods.  Location of performance is Texas with an Aug. 31, 2017 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA109G004Y-6220).

Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $7,907,537 firm-fixed-price contract for aircraft blade assemblies. This contract was a sole-source acquisition. This is a 39-month base contract with no option periods. Location of performance is Texas with an Aug. 31, 2017, performance completion date.  Using military service is Navy. Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA109G004Y-6221).

NAVY

Raytheon Co., Missile Systems, Tucson, Arizona, is being awarded a $223,081,894 fixed-price-incentive-firm contract for the procurement of 485 AIM-9X Block II All Up Round Tactical Low Rate Initial Production Lot 14 Missiles for the U.S. Navy (161), U.S. Air Force (158), and the governments of Singapore (20), the Netherlands (28), Kuwait (1), and Turkey (117). In addition, this contract provides for the procurement of 132 Block II Captive Air Training Missiles for the U.S. Navy (47), U.S. Air Force (55), and the governments of the Netherlands (20), Singapore (8), and Morocco (2); 27 Special Air Training Missiles for the U.S. Navy (13), U.S. Air Force (12), and the government600px-US-DeptOfNavy-Seal.svg of the Netherlands (2); 180 All Up Round Containers for the U.S. Navy (59), U.S. Air Force (60), and the governments of the Netherlands (18), Morocco (1), Singapore (8), and Turkey (34); two Spare Advanced Optical Target Detectors for the governments of Singapore (1), and Morocco (1); 10 Spare Tactical Guidance Units for the governments of the Netherlands (2), Singapore (2), and Turkey (6); and seven Spare Captive Air Training Missile Guidance Units for the governments of the Netherlands (2), and Singapore (5). Work will be performed in Tucson, Arizona (43.74 percent); Andover, Massachusetts (10.08 percent); Valencia, California (6.10 percent); Midland, Ontario, Canada (5.54 percent); Rocket Center, West Virginia (5.49 percent); Vancouver, Washington (5.07 percent); Goleta, California (2.86 percent); Cheshire, Connecticut (2.05 percent); Heilbronn, DE, Germany (1.88 percent); Simsbury, Connecticut (1.61 percent); Cincinnati, Ohio (1.22 percent); San Jose, California (1.48 percent); Anniston, Alabama (1.31 percent); Maniago, Italy (1.21 percent); Chatsworth, California (1.11 percent); San Diego, California (1.04 percent); Montgomery, Alabama (.60 percent); Orlando, Florida (.55 percent); Valencia, California (.53 percent); Newbury Park, California (.50 percent); El Segundo, California (.50 percent); Claremont, California (.43 percent); Joplin, Missouri (.39 percent); Lombard, Illinois (.28 percent); El Cajon, California (.15 percent); and various locations inside and outside the continental United States (3.98 and .30 percent, respectively). Work is expected to be completed in December 2016. Fiscal 2014 weapons procurement (Navy) and missile procurement (Air Force), as well as foreign military funds in the amount of $223,081,894 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($74,071,450; 33.20 percent); U.S. Air Force ($74,148,758; 33.24 percent); and the governments of Turkey ($46,902,085; 21.03 percent); the Netherlands ($16,471,972: 7.38 percent); Singapore ($10,574,904: 4.74 percent); Morocco ($522,442; .23 percent); and Kuwait ($390,283; .18 percent) under the Foreign Military Sales Program. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0053).

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $28,186,692 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0001) for the procurement of 774 AIM-9X Production Inertial Measurement Units retrofits and upgrades, and an engineering investigation for the U.S. Navy and the U.S. Air Force. In addition, this modification provides for the procurement of 30 AIM-9X Block II All Up Round Tactical Low Rate Initial Production Lot 14 Missiles, 30 Block II Captive Air Training Missiles, 18 All Up Round Containers, one Spare Advanced Optical Target Detector, two Spare Tactical Guidance Units, eight Spare Captive Air Training Missile Guidance Units, and one lot of tooling for the government of Belgium. Work will be performed in Tucson, Arizona (43.74 percent); Andover, Massachusetts (10.08 percent); Valencia, California (6.10 percent); Midland, Ontario, Canada (5.54 percent); Rocket Center, West Virginia (5.49 percent); Vancouver, Washington (5.07 percent); Goleta, California (2.86 percent); Cheshire, Connecticut (2.05 percent); Heilbronn, DE, Germany (1.88 percent); Simsbury, Connecticut (1.61 percent); Cincinnati, Ohio (1.22 percent); San Jose, California (1.48 percent); Anniston, Alabama (1.31 percent); Maniago, Italy (1.21 percent); Chatsworth, California (1.11 percent); San Diego, California (1.04 percent); Montgomery, Alabama (.60 percent); Orlando, Florida (.55 percent); Valencia, California (.53 percent); Newbury Park, California (.50 percent); El Segundo, California (.50 percent); Claremont, California (.43 percent); Joplin, Missouri (.39 percent); Lombard, Illinois (.28 percent); El Cajon, California (.15 percent); and various locations inside and outside the continental United States (3.98 and .30 percent, respectively). Work is expected to be completed in December 2016. Fiscal 2013 weapons procurement (Navy) and fiscal 2012 missile procurement (Air Force), as well as FMS funds in the amount of $28,186,692 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($2,877,451; 10.2 percent); U.S. Air Force ($3,410,626; 12.1 percent), and the government of Belgium ($21,898,615; 77.7 percent) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

American Systems Corp., Chantilly, Virginia (N62583-12-D-0780), and Advanced Technology International, Anderson, South Carolina (N62583-12-D-0781), are each being awarded option year two under a previously awarded firm-fixed-price multiple award contract for field test and evaluation support services in support of the Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme. The work to be performed provides for technology research and development support, field test and evaluation support, program/project planning, project management, equipment/components development and fabrications, administrative support, and assessment, analytical, and documentation throughout the world. The combined total value for both contractors is $15,000,000. No task orders are being issued at this time. All work on this contract will be performed at various installations world-wide, and work for this option period is expected to be completed June 2015. No funds will be obligated at time of award; fiscal 2014 and 2015 operation and maintenance (Navy), and fiscal 2014 and 2015 other procurement (Navy) funds, will be obligated on individual task orders as they are issued. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded $14,863,552 for delivery order 3051 against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for the P-8A Poseidon Increment 3 Interface Development. This order includes two Mission Systems Emulation Environment (MSEE) units with all required hardware, Tactical Open Mission software with P-8 baseline architecture interface data exposure modifications, interface adapter computer software configuration items, and P-8A real-time simulator and interactive warfare simulator. In addition, this order includes the development, documentation, and delivery of hardware and software updates for four MSEE units. Work will be performed in Seattle, Washington, and is expected to be completed in September 2016. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $3,343,506 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $14,772,006 modification to a previously awarded cost-plus-award-fee contract (N00024-12-C-4403) for USS Harpers Ferry (LSD 49) fiscal 2014 phased maintenance availability. A phased maintenance availability includes the planning and execution of depot-level maintenance, alterations and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by November 2014. Fiscal 2014 operations and maintenance (Navy) and fiscal 2014 other procurement (Navy) funding in the amount of $14,772,006 will be obligated at the time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $14,078,807 cost-plus-fixed-fee contract for NATO SEASPARROW Surface Missile System (NSSMS) design agent and special engineering tasks, land-based test site support, software maintenance support, and logistics management support services. This contract will provide the engineering and technical services necessary to support the ongoing development and life cycle support of the NSSMS. Work will be performed in Portsmouth, Rhode Island, and is expected to be completed by June 2016. Fiscal 2014 other procurement (Navy), fiscal 2014 shipbuilding and conversion (Navy), fiscal 2014 research, development, test and evaluation, fiscal 2014 international funding and FMS funding in the amount of $7,896,498 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-5400).

Department of the ArmyARMY

Voith Hydro, Inc., York, Pennsylvania, was awarded a $47,257,431 firm-fixed-price contract with options for rehabilitation of three turbine generator units. Work will be performed at Center Hill Dam, Lancaster, Tennessee, with an estimated completion date of Sept. 28, 2018. Bids were solicited via the Internet with three received. Fiscal 2014 other procurement funds are being obligated at the time of the award. U.S. Army Corps of Engineers Nashville District, Nashville, Tennessee, is the contracting activity (W912P5-14-C-0002).

RDR, Inc., Centreville, Virginia, was awarded a $7,492,815 cost-plus-fixed-fee contract with options for specialized professional services and training support for the Program Manager Special Programs program office. Work will be performed in Centreville, Virginia, with an estimated completion date of June 30, 2015. Five bids were solicited via the Internet with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $1,786,551 are being obligated in this increment. Army Contracting Command Natick Division, Natick, Massachusetts is the contracting activity (W911QY-14-C-0058).

ICx Technologies, Inc., doing business as Agentase, Inc., Elkridge, Maryland, was awarded a $6,574,220 modification (P00091) to contract (W911SR-08-C-0075) in support of the joint program manager, “Nuclear Biological Chemical Contamination Avoidance,” to procure spare parts for the low rate initial production, dismounted reconnaissance, sets, kits, and outfits configuration systems for the Army, Marine Corps, Air Force, Navy and civil support team. Fiscal 2014other procurement (Army) funds in the amount of $6,574,220 are being obligated at award. Work will be performed at Elkridge, Maryland, with an estimated completion date of Sept. 30, 2014. Army Contracting Command Edgewood Division, Aberdeen Proving Ground, Maryland, is the contracting activity.

AIR FORCE

Northrop Grumman, San Diego, California, has been awarded a $24,000,000 modification (P00005) for FA8650-10-D-1784 for Navigation Warfare Technology Research Modeling, Simulation, Wargaming and Analyses. The total cumulative face value of the indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract is now $48,000,000, with the modification providing for a ceiling increase from $24,000,000 to $48,000,000 under the356px-Seal_of_the_US_Air_Force.svg basic contract. This modification will provide a bridge for the time necessary to prepare for re-competition of a follow-on contract. Work will be performed at San Diego, California, and is expected to be completed by April 26, 2017. New task orders will be awarded and funded by Air Force research and development, operations and maintenance, and aircraft and missile procurement funds. Air Force Research Laboratory/RQKS, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Exelis Systems Corp., Colorado Springs, Colorado, has been awarded an estimated $6,536,121 requirements-type contract with firm-fixed unit prices and cost reimbursable contract line numbers for material, appliances and above and beyond services for Family Housing maintenance services. The required maintenance services apply to all facilities, housing units and appurtenant housing support systems, such as garages, storage sheds, fences, grounds, landscaping, maintenance support buildings, utility lines, outdoor recreation areas and playgrounds. The contract supports military members and their families residing in government family housing facilities. The objective is to maintain housing facilities (1,903+ units) properly for facility life cycle sustainment and provide the expected quality and safe living conditions in compliance with U.S. Air Force family housing standards. Work will be performed at the Kaiserslautern Military Community in Germany comprising Landstuhl, Ramstein Air Base and Vogelweh Air Base, and is expected to be completed by Sept. 30, 2019. This award is the result of a competitive acquisition; the solicitation was posted electronically on the Federal Business Opportunities website and three offers were received. Military Family Housing appropriation for fiscal 2015, through the execution of individual task orders, will be used for the period Oct. 1, 2014 through Sept. 30, 2015. This is not a multi-year contract. The 700th Contracting Squadron, Kapaun Air Station, Kaiserslautern, Germany is the contracting activity (FA5613-14-D-0008).

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $1,863,474,312 modification (P00001) to previously awarded contract (FA8810-13-C-0001) for Space-Based Infrared Systems (SBIRS) Geosynchronous Earth Orbit (GEO) 5 and 6 satellites, including performance incentives and options for acoustic testing and launch operations. This contract modification will complete the production of the SBIRS GEO 5/6 satellites, which was started with the procurement of long lead parts, and also complete the associated ground operations and processing updates. The contract modification also includes adding options for acoustic testing, launch vehicle integration, launch and early on-orbit testing, and contractor operations support. Work will be performed at Sunnyvale, California, and is expected to be completed by Sept. 30, 2022. Fiscal 2013 missile procurement funds in the amount of $266,000,000 and fiscal 2014 missile procurement funds in the amount of $389,000,000 will be obligated at time of award. This contract is not multi-year. Space and Missile System Center, Los Angeles Air Force Base/El Segundo, California is the contracting activity.

Department of the ArmyARMY

LOC Performance Products Inc.*, Plymouth, Michigan, was awarded a $161,623,918 firm-fixed-price, indefinite-delivery/ indefinite-quantity contract for the acquisition of “engineering change proposal vehicle” modifications through installation of track kits, shock absorber kits, vehicle suspension support system kits, heavy weight torsion bar kits and logistics support to the Bradley Fighting Vehicles. Performance location and funding will be determined with each order, with an estimated completion date of June 29, 2018. Bids were solicited via the Internet with four received. Funding will be determined with each order. Army Contracting Command Tank and Automotive, Warren, Michigan is the contracting activity (W56HZV-14-D-0074).

Valiant Construction LLC*, Louisville, Kentucky (W91278-14-D-0049); Royce Construction Services, LLC*, Reston, Virginia (W91278-14-D-0050); and Patriot Construction, LLC*, Dunkirk, Maryland (W91278-D-14-0052), will share an awarded $49,000,000 firm-fixed-price, multi-year, indefinite-delivery/ indefinite-quantity, multiple-award, task order contract for healthcare facility repair and construction in support of the U.S. Army Medical Command’s northern region. Performance location and funding will be determined with each order, with an estimated completion date of June 22, 2017. Bids were solicited via the Internet with 17 received. Funding will be determined with each order. U.S. Army Corps of Engineers Mobile District, Mobile, Alabama is the contracting activity.

HGL Construction Inc*, Midwest City, Oklahoma (W9126G-14-D-0023); McGoldrick Construction Services Corporation*, San Antonio, Texas (W9126G-14-D-0024); MK Joint Venture*, Colorado Springs, Colorado (W9126G-14-D-0025); RWT, LLC*, Provo, Utah (W9216G-14-D-0026); Terra Construction, LLC*, Oklahoma City, Oklahoma (W9126G-14-D-0027); The Trevino Group, Inc*, Houston, Texas (W0126G-14-D-0028); and Zieson Construction Co. LLC*, Riverside, Missouri (W9126G-14-D-0034), will share a maximum $32,100,000 firm-fixed-price, multiple-award, multi-year contract for construction services supporting the U.S. Army Corps of Engineers, Southwestern Division. Funding and location will be determined with each order, with a completion date of June 24, 2019. Bids were solicited via the Internet with 36 received. Army Corps of Engineers Fort Worth District, Fort Worth, Texas is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $75,980,553 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0004) for the procurement of 252 helmet mounted display systems in support of the F-35 Lightning II aircraft for the U.S. Navy,600px-US-DeptOfNavy-Seal.svg U.S. Air Force, and the governments of Japan and Israel. This modification combines purchases for the U.S. Navy ($33,541,274; 44 percent); the U.S. Air Force ($28,938,439; 38 percent); international partners ($10,103,656; 13 percent); and the governments of Japan ($2,264,917; 3 percent) and Israel ($1,132,267; 2 percent). Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2017. Fiscal 2012 and 2014 aircraft procurement (Navy and Air Force), international partner and foreign military sales funding in the amount of $75,980,553 is being obligated on this award, $30,806,571 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $73,442,290 firm-fixed-price contract for fiscal 2014 rolling airframe missile (RAM) guided-missile round pack requirements for the U.S. and allied navies, as well as spares for the Federal Republic of Germany, and testing equipment upgrade and replacement requirements. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. The RAM Guided Missile Weapon System is co-developed and co-produced under an International Cooperative Program between the United States and the Federal Republic of Germany. This contract involves foreign military sales to Japan (23 percent). Work will be performed in Tucson, Arizona (49.7 percent); Ottobrunn, Germany (42.7 percent); Rocket Center, West Virginia (4.5 percent), and Andover, Massachusetts (3.1 percent); it is expected to be completed by November 2016. Fiscal 2014 weapons procurement (Navy), FMS and German funding in the amount of $73,442,290 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-5417).

DynCorp International LLC, Fort Worth, Texas, is being awarded a $37,859,396 modification under a previously awarded cost-plus-incentive-fee contract (N62742-12-C-3525) to exercise the second option to provide services for Philippines Operations Support in the Republic of the Philippines for the Joint Special Operations Task Force Philippines. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services. Work will be performed in the Republic of the Philippines, and work for this option period is expected to be completed June 2015. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $13,770,971 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

MECTS Services, JV,* Fairfax, Virginia, is being awarded a $16,283,732 modification to a previously awarded cost-plus-fixed-fee contract (N68335-13-C-0292) to exercise an option for logistic services and spare/repair parts in support of the Persistent Ground Surveillance System. Work will be performed in Fairfax, Virginia (59 percent); Afghanistan (24 percent); Yuma, Arizona (7 percent); China Lake, California (5 percent), and Point Mugu, California (5 percent); and work is expected to be completed in March 2015. Fiscal 2013 Department of Homeland Security funds in the amount of $816,775 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Maune, Belangia, Faulkenberry Architects, PA*, New Bern, North Carolina, is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering services contract for architectural design and engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR). Task order 0001 is being awarded at $114,088 for the design of a communications and electronics maintenance facility at Marine Corps Base, Camp Pendleton, California. Work for this task order is expected to be completed by October 2017. Most work will be performed at various Navy and Marine Corps facilities and other government facilities located in the NAVFAC Mid-Atlantic AOR, primarily in Coastal North Carolina and the Hampton Roads region of Virginia; however, projects may be included throughout the NAVFAC Atlantic AOR. The term of the contract is not to exceed 60 months with an expected completion date of June 2019. Fiscal 2014 military construction – planning and design contract funds in the amount of $114,088 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with 18 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-D-8406).

KTU&A*, San Diego, California, is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for facility planning services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for sustainable master planning, project planning documents, geospatial information and service, global positioning system services and other services. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent), Arizona (5 percent), Nevada (5 percent), Colorado (1 percent), New Mexico (1 percent) and Utah (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of June 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $5,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-14-D-0049).

Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded a not-to-exceed $10,607,674 delivery order (1155) under previously awarded Basic Ordering Agreement (N00104-10-G-A109) for the repair of the AN/UYQ-70 advanced display system used for processor systems for tactical and command, control, communication, computer intelligence (C4I) applications for target acquisition and tracking, weapons control, theater air defense, anti-submarine warfare, battle group communication, and airborne surveillance and control. Work will be performed at various Lockheed Martin repair units location throughout the United States (90 percent) and Virginia Beach, Virginia (10 percent), and work is expected to be completed by April 2015. Fiscal 2014 working capital funds (Navy) in the amount of $5,197,760 will be obligated at the time of award and these funds will not expire before the end of the current fiscal year. One company was solicited for the non-competitive requirement and one offer was received in response to this solicitation in accordance with 10 U.S.C. 2304(c)(1). The NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,942,741 cost-plus-incentive-fee modification to the previously awarded advance acquisition contract (N00019-11-C-0083) for the procurement of 14 repeatable release holdback bars and common sustainment support of the F-35 Lightning II Joint Strike Fighter Low Rate Initial Production 6 aircraft. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in March 2017. Fiscal 2012 aircraft procurement (Navy, Marine Corps and Air Force) and international partner funds in the amount of $8,942,742 will be obligated at time of award, $7,180,826 of which expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($3,087,673; 34.5 percent); the U.S. Navy ($2,549,316; 28.5 percent); the U.S. Marine Corps ($1,543,837; 17.3 percent); and the international partners ($1,761,915; 19.7 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Novartis Vaccines & Diagnostics Inc., Cambridge, Massachusetts, has been awarded a maximum $22,200,000 firm-fixed-price contract for supply of Japanese encephalitis vaccine. This contract was a competitive acquisition, and one offer was received. This is a one-year base contract, with one one-year option period. Locations of performance are Massachusetts and United Kingdom with a June 24, 2015, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-14-D-0006).

American Apparel, Inc., Selma, Alabama, has been awarded a maximum $16,186,860 modification (P00104), exercising the second option period on a one-year base contract (SPM1C1-12-D-1039), with four one-year option periods. This is a firm-fixed-price, indefinite-quantity contract for various types of combat utility uniform trousers. Locations of performance are Alabama, Mississippi and North Carolina, with a June 27, 2015 performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

American Apparel, Inc., Selma, Alabama, has been awarded a maximum $15,314,832 modification (P00094), exercising the second option period on a one-year base contract (SPM1C1-12-D-1038), with four one-year option periods. This is a firm-fixed-price, indefinite-quantity contract for various types of combat utility uniform blouses. Locations of performance are Alabama and Mississippi, with a June 27, 2015 performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

WASHINGTON HEADQUARTERS SERVICES

Systems Research & Applications Corp., Fairfax, Va., was awarded a $7,512,136 modification (0018) to a previously awarded firm-fixed-price contract (HQ0034-14-F-0142) to provide assistance with case preparation for600px-WHS_Insignia.svg the Office of Military Commissions hearings for enemy combatants detained as a result of overseas contingency operations. Work will be performed in Arlington, Va., with an expected completion date of November 10, 2015. Fiscal 2014 operations and maintenance funds in the amount of $7,512,136 are being obligated on this award and will expire at the end of the current fiscal year. This contract was a limited source procurement, with one proposal received. Washington Headquarters Services, Arlington, Va., is the contracting activity. (Awarded June 10, 2014)

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

Department_of_Veterans_Affairs_LogoDepartment of Veterans Affairs, VA Gulf Coast Veterans Health Care System, Department of Veterans Affairs Gulf Coast Veterans Health Care System, Department of Veterans Affairs;VA Gulf Coast VHCS;NCO 16;400 Veterans Avenue;Biloxi MS 39531

R–Musician Pianist/ Organist Service (Biloxi) VA25614Q1141 080414 Department of Veterans Affairs Tina Harris NCO 16 Contracting Officer 400 Veterans Avenus Biloxi, MS 39531Tina.Harris3@va.gov This is a PRE-SOLICITATION NOTICE only.
The Department of Veterans Affairs, Network Contracting Office 16 (NCO 16) Biloxi, MS has a requirement for a Pianist Musician at the Biloxi, Mississippi VA Medical Center. Services are required for one to three Chapel Services per week and special program events. Simplified acquisition procedures will be used, the procurement is going to be set aside for small businesses within the local commuting area and the resulting contract will be firm fixed price.
The base period of performance will be from October 1, 2014 through September 30, 2015, with four (4) twelve (12) month option periods. A complete schedule of services will be provided to the successful candidate. The solicitation will be posted on or about July 03, 2014. The applicable NAICS code for this procurement is 711510 and the small business size standard is $7,000,000. This procurement is 100% set aside for Small Business within the local area.
All interested parties are reminded to be registered with System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ in order to be eligible for award of Government contracts.
This notice is neither a request for quotes nor a solicitation of offers; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Point of Contact: Tina.harris3@va.gov No telephone calls will be accepted.
The solicitation package is will follow this pre-solicitation notice. The solicitation package for the requirement shall be posted on or about July 03, 2014. Responding as an interested party under the http://www.fbo.gov website doesn’t constitute convincing evidence of capabilities contracts. When responding as an interested party, please annotate Pre-Solicitation Number VA256-14-Q-1141PRE in the subject line.
Set-Aside: Total Small Business Place of Performance: Department of Veterans Affairs;Gulf Coast Veterans Healthcare System;NCO 16;400 Veterans Avenue; Biloxi, MS 39531 United States URL: https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25614Q1141/listing.html

OutreachSystems Article Number: 140704/PROCURE/0084 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 — Multimedia Combination Services BBG50-R-14-00804-AM 071414 Alisa Martine, Contract Specialist,Broadcasting Board of Governors Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov BBG50-R-14-00804-AM
Broadcasting Board of Governors
VOA Tibetan Service – Non-Personal Service
Combination Services
SYNOPSIS
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION 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; 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 a Blank Purchase Agreement (BPA). 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 (1) Blanket Purchase Agreement for one year.

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Non-Personal Services with Independent Contractors for Radio Combination services (on a part-time basis) as described in the attached Statements of Work (SOW) for the Voice of America’s East Asia and Pacific Division -Tibetan Service, in Washington, DC.

(iii) The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000 in average receipts for the past three (3) years. This is 100% total small business set-aside.

(iv) The period of performance is August 1, 2014 – July 31, 2015. The Contractor shall submit a monthly invoice electronically (email) for services provided the preceding month.

(v) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. 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 proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

(vi) The Government will award a Commercial Item, Firm-Fixed-Price, Blank Purchase Agreement resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price.

EVALUATION FACTORS
The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume/CV that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Tibetan and English.

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;
(iii) term of the contract; 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

3) A separate Price Proposal showing a breakdown of the price based on an 2,080 hours per annum that will be negotiated with the BBG. Prices shall be noted in English and United States dollars and valid for 90 days.
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.
The contract labor categories are considered administrative and professional labor and generally exempt from the Service Contract Act.

BASIS FOR AWARD
The procurement is being conducted under the authority of Federal Acquisition Regulation (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 proposals submissions so the offeror should submit its best terms in the initial proposal. The Government also reserves the right to consider multiple awards for this requirement.

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 an 2,080 hours per year that will be negotiated with the BBG.
2. Technical Proposal (Resume/CV) 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 Registration in SAM.gov. https://www.sam.gov

To ensure consideration for the intended position, please reference the solicitation number on your proposal.

(vii) 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/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(viii) 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. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)
(ix) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation 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-Central Contractor Registration (31 U.S.C. 3332)
(x) 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.

Questions must be submitted in writing and only via email to Alisa Martine at amartine@bbg.gov . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on Tuesday, July 8, 2014.
ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE BELOW to: Alisa Martine at amartine@bbg.gov . Proposals are due to Alisa Martine, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237 before 4:00 p.m. Eastern Daylight Time on Monday, July 14, 2014.

Place of Performance: 330 Independence Avenue, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-00804-AM/listing.html

OutreachSystems Article Number: 140704/PROCURE/0087 Matching Key Words: naics!711510;

600px-US-DeptOfTheInterior-Seal.svgDepartment of the Interior, National Park Service, NPS – All Offices, 100 Alabama St., Atlanta, GA 30303

T–Bilingual Educational Video/DVD S40150436 070914 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; 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.The solicitation number is S40150436 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110 with a small business size standard of $30.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-09 13:30:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Plains, GA 31780 Set-Aside: Total Small Business Place of Performance: Plains, GA 31780 31780 US URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/S40150436/listing.html

OutreachSystems Article Number: 140704/PROCURE/0122 Matching Key Words: video*; education*; business*; commercial?; naics!512110;

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989) Patrick Air Force Base FL 32925-3002

99 — Metis II FA7022-15-R-MetisII 073114 Michelle Raines, Contracting Officer, Phone 321-494-7320, Email michelle.raines@us.af.mil – Karen Hayes, Contract Specialist, Phone 321-494-6298, Email karen.hayes.1@us.af.mil ; sp;                                                Metis II
Sources Sought

1.0 Description

1.1 The Air Force Applications Center (AFTAC) Metis Project and AFISRA/A7KR are conducting Market Research for non-personal services to provide expert technical services. This sources sought is one of the elements of our Market Research, and it will be used to determine the acquisition approach. Therefore, if your company has the capabilities to participate as a subcontractor, please let us know.

1.2 This Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government’s acquisition approach. The Government contemplates award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 5-year ordering period.

1.3 Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the draft Performance Work Statement (PWS), you must state if you are interested in participating as a prime contractor or as subcontractor. The subcontracting information is very important because it will assist the Government, if needed, to determine subcontracting goals. The PWS for this acquisition is classified, please contact Maria Vasile at (321) 494-8349 for instruction on obtaining a copy.

1.4 The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company’s web page, if applicable). Submitted information shall be UNCLASSFIED.

1.5 The North American Industry Classification System (NAICS) Code is 541512 Computer Systems Design Services. The small business size standard is $25.5M (annual average gross revenue for the last three fiscal years not to exceed $25.5M).

2.0 Background

2.1 Metis is a knowledge discovery and management web-based application that integrates various Commercial-of-the-Shelf (COTS) software and hardware components into a single program that provides a flexible data processing pipeline for conversion and enrichment, indexes and catalogs content for rapid search and retrieval, controls access through user permissions, and provides personnel the ability to automate, create and manage metadata. The Metis project consists of two efforts; document conversion to digital format and the development and maintenance of software tools and applications for file display, data research and analysis. The conversion portion includes converting paper, fiche, and film productsinto an electronic format including performing automated and human optical character recognition and the addition of metadata to each digitized file to allow for rapid and thorough retrieval of relevant information. The software tools and applications portion includes integration of the electronic archive into current analyst tools and databases to include the commercial cloud and developing robust web-based interfaces for customers to search and visualize the information using a Mark Logic XML server, Net Owl entity extraction software, temporal application and Google Maps TM software. The contractor must be knowledgeable on the Federal Cloud Computing Strategy and Standards to include the Commercial Cloud Services (C2S) program. Additionally, the contractor will be required to develop and monitor a quality assurance program to ensure information is accurately digitized, indexed, and integrated. The conversion process requires 100 percent human review of scanned documents to ensure mission related information and terms are properly identified in the metadata for later retrieval and use by analysts. Some original documents are of very poor quality and require review by knowledgeable personnel in order to recognize and flag key terms. Personnel performing the conversion and optical character recognition must have significant experience with and knowledge of the AFTAC organization, its history, and its nuclear monitoring mission. Conversion will be performed at AFTAC using government furnished equipment including six high-speed scanners, one microfiche scanner, and computers. Software tools and application development may be performed at AFTAC and at the contractor facility.

2.2 Estimated Period of Performance: A cost plus fixed price (CPFF) IDIQ contract is contemplated with a 5-year ordering period.

2.3 Security Requirements: Personnel working on the contract must have Top Secret/SSBI/SSPR dates and a current DCID 6/4 at start of contract. Facility clearance requirement is Top Secret and protection level requirement is Secret.

3.0 Requested Information

3.1 Your capability statement shall provide administrative information, and shall include the following as a minimum:

3.2 Name, mailing address, phone number, and e-mail of designated point of contact.

3.3 The facility security clearance of the offeror.

3.4 Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB) Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, an Indian Tribe or Alaskan Native Corporation, or a large business based on the size standard in paragraph 1.5 above. In addition, you must state if your company is able to perform at least 50% of the work required under this acquisition.

4.0 Responses

4.1 Please submit your capabilities packages in accordance with paragraphs 2.0 through 2.3 to AFISRA/A7KRB Attn: Karen Hayes, 10989 South Patrick Drive, Patrick AFB, FL 32925 or e-mail: karen.hayes.1@us.af.mil and Contracting Officer Michelle Raines at e-mail michelle.raines@us.af.mil. Any questions may be directed to the Contract Specialist Karen Hayes and to the Contracting Officer Michelle Raines, at the above listed e-mail addresses. Responses must be submitted no later than 1:00 p.m. ET on 31 July 2014. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice.

4.2 Responses shall be limited to 10 pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.

4.3 The submitter is solely responsible for verifying the package was delivered or the e-file was received and can be viewed.

5.0 Industry Discussions

The Industry Day is scheduled for 24 July 2014 from 9:00 a.m. – 1:00 p.m. at the AFTAC building on Patrick, AFB, please monitor the FedBizOpps website for the announcement.

6.0 Air Force Federal Acquisition Regulation Supplement (AFFARS) Clause 5352.201-9101 Ombudsman (Apr 2014)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Veronica Solis, AF ISR Agency/A7K, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091 (P) 210-977-4505, (F) 210-977-6414, e-mail: veronica.solis@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

(End of clause)

7.0 Questions

Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer’s, email address. Verbal questions will NOT be accepted. Questions will be addressed by posting responses to the FedBizOpps website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 1:00 p.m. ET on 17 July 2014 will be answered.

8.0 Summary

THIS IS A SOURCES SOUGHT to identify potential prime contractors or subcontractors that can provide expert technical services for the Metis II Project. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.

Place of Performance: 10989 South Patrick Drive PAFB, FL 32925 US URL: https://www.fbo.gov/notices/d0700c7c57483722d3cf8802ce0e4312

OutreachSystems Article Number: 140704/PROCURE/0457 Matching Key Words: film?; produc*; you; website; web; page?; business*; instruct*; commercial?;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC – Presidio of Monterey (RC – West), MICC – Presidio of Monterey (RC – West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955

R–Foreign Language Television Broadcast W9124N-13-R-0055 110813 Todd Bales, 831-242-4078 MICC – Presidio of Monterey (RC – West) The Mission and Installation Contracting – Presidio of Monterey has a requirement for providing services to deliver web-streamed, and internet-downloadable international television programming also applicable for mobile devices to DoD users to support language learning in languages of military interest with access to Digital Archive and web-support; provides searchable database with copyright-cleared recorded audio and video resources for all available languages; provides copyright-cleared newspaper materials; provides online learning lesson materials for languages as specified; provides speech-to-text machine transcription and translation services for specified languages; provides digitized editable text materials for specified languages; provides newspaper materials in PDF format; provides DVDs with professionally produced videos from requested countries; provides videos recorded about everyday situations as specified; provides website and database support; maintains user authentication database, provides quarterly usage/user statistics reports and adheres to delivery schedule as stated. The purpose of this requirement is to support the on-going language training mission at the Defense Language Institute Foreign Language Center (DLIFLC) to make members of the Department of Defense (DoD) proficient in targeted languages.

This acquisition does not include a set-aside and will be advertised as quote mark Full & Open quote mark . The North American Industry Classification System (NAICS) code for this project is 519130 with a size standard of 500 employees. Performance period for the base period is 26 December 2013 – 25 December 2014. The contract will be a single award, Firm-Fixed-Price type contract.

The technical proposal will consist of, but may not be limited to the following:

Section 1 Factor 1
Technical Capability
Section 1.1 Sub factor A Broadcasting Approach
Section 1.2 Sub factor B Mobile Platform Availability
Section 1.3 Sub factor C Management Approach
Section 1.4 Sub factor D Relevant Experience

Complete performance work statement, instructions to offerors, and evaluation criteria will be included in the solicitation.

Solicitation number W9124N-13-R-0055 will be available on or about 27 September 2013 on the Federal Business Opportunities (FBO) website (http://www.fbo.gov) and the Army Single Face to Industry (AFSI) website (https://acquisition.army.mil/asfi/). Proposals are due Friday, 8 November 2013.

For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. No paper copies of the solicitation will be furnished.

Prospective contractors must be registered in the System for Award Management (www.SAM.gov), prior to award of a government contract. Offerors are further advised that failure to register in the SAM Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award.

The point of contact for this requirement is Contract Specialist, Todd S. Bales (todd.s.bales.civ@mail.mil).
Place of Performance: MICC – Presidio of Monterey (RC – West) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA 93955 US URL:https://www.fbo.gov/notices/dea32bca101f0842b328530cc759e2d7

OutreachSystems Article Number: 140702/PROCURE/0118 Matching Key Words: video*; edit*; produc*; train*; website; web; site?; page?; business*; produce?; instruct*;

300px-NASA_logo.svgNational Aeronautics and Space Administration, Glenn Research Center, Office of Procurement, NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

R--TECHNICAL INFORMATION ADMINISTRATION AND LOGISTICS SERVICES TIALS-2 NNC14ZC013R 101714 Michelle A. Mader, Contracting Officer, Phone 216-433-2765, Fax 216-433-2480, Email Michelle.A.Mader@nasa.gov Michelle A. Mader NASA/GRC plans to issue a Request for Proposal(RFP)for on-site logistics support services as follows: 1.0 LOGISTICS SERVICES Property/Equipment Management receives, tracks, stores, screens, redistributes, and disposes of Glenn property. This area maintains the system that tracks equipment; produces and maintains records for lost, damaged, or destroyed equipment; conducts annual physical inventories; tracks and documents loans of Government property; and tracks capitalized equipment. Staff members pick up, receive, inspect, redistribute, warehouse, and maintain records for all excess property, including scrap material; prepare computing equipment for reuse; process requests for the reuse or donation of excess and surplus property; conduct Internet auctions of surplus property; manage Glenns Hold Storage system for stock items; conduct an annual inventory; and maintain a website. Supply Management identifies, documents, and physically controls all inventory items by identifying storage space; managing, warehousing, and maintaining stores stock, program stock, and standby stock (including hazardous chemicals); shipping and receiving hazardous drums and cylinders; and managing returnable containers. Staff members also provide standard and clean-room laundry services and monitor, track, and control the tool cribincluding machining and fabrication test equipment, hardware, and software. Freight Traffic encompasses traffic management, shipping, and receiving. This includes ensuring custody and centralized control over inbound and outbound shipments, packing items and completing shipping documents, maintaining forms and documentation, processing and distributing freight bills, and resolving overdue notices for collect freight bills. Transportation conducts studies for proposed transportation activities; provide bus transportation for personnel; and load, unload, pick up, and deliver instruments, machinery, office equipment, printed matter, and interoffice and U.S. Postal Service mail. In addition, recyclable materials and hazardous materials and waste are picked up and transported to designated locations. Staff members maintain Glenns vehicles, operate the motor vehicle dispatch service, and operate, manage, and keep records for motor pool vehicles, other Government vehicles, fuels, and the garage. Move Operations provides technical leadership, guidance, and logistics for all Glenn personnel moves and analyzing all move requests in accordance with guidelines. 2.0 STOCK PURCHASES Stock Purchases uses the NASA Glenn Supply Management Systems to administer the Glenn supply management program consisting of stores stock and program stock. 3.0 MEDIA SERVICES Media Services helps Glenns researchers document and publish their results and achievements. Staff members provide publishing, duplicating, imaging, and educational program services for Glenn as well as computer application support for the Logistics and Technical Information Division and editing and proposal support. Publishing services include editing; the preparation and manipulation of photographs, illustrations, and drawings; electronic document formatting; and information management services and a customer interface for scientific and technical documents as well as publishing not related to research. This includes illustrations and design for printing, projected visuals, exhibits, displays, presentations, three-dimensional models, and Web pages. The Imaging Technology Center provides photographic, imaging, and animation support for aeronautical research, engineering, physical science, and other programsboth to document technical research and events and to inform the public of research advances. Educational Services creates projects and opportunities that attract and retain students in science, technology, engineering, and mathematics disciplines. Staff members support technical writing and editing, award nomination coordination and package preparation, and new proposal coordination and publication support. Duplicating Services duplicates, assembles, binds, addresses, and prepares documents for distribution; repairs and maintains Government-owned office equipment; sends out orders for printing by the Government Printing Office. Forms Management creates and maintains all Glenn forms. 4.0 RECORDS MANAGEMENT AND HISTORY OFFICE Records Management provides a variety of services to ensure that Glenns functions are documented adequately in accordance with regulation and business needs. The core of this function is the understanding and application of National Archives regulations as they pertain to records creation, maintenance, storage, accessibility, safeguarding, and disposition. Staff members maintain and manage their own inactive records storage facility, which requires preparing boxes for storage, tracking through a database, and retrieval whenever necessary. Records management is a customer-service-focused organization that assists employees with understanding and applying records retention schedules, developing file plans and inventories, and assisting with records clean-up activities. Records search and retrieval for Freedom of Information Act requests, audit activities, and research projects are other key services. History Office provides the oversight and management of the Centers archives through collection development, appraisal of materials, description of materials, and ensuring accessibility through the creation of finding aids. The History Office provides both a basic reference service and more in-depth research of historical topics. This is done through the exploration of current archival holdings, materials held by records management, and interaction with retirees through oral history interviews. Research is documented through historical writing ranging from essays to peer-reviewed books, exhibits, and Web applications. Of particular focus is the documentation of historic facilities as required by the Historic Preservation Act. The History Office works closely with the Centers historic preservation officer and the State Historic Preservation Office to ensure that mitigation requirements are met when a historic facility is demolished or altered. 5.0 LIBRARY AND LEARNING CENTER The Glenn Science & Engineering Library provides librarians and clerical support for Glenns library, including participation on NASA teams for operating the NASA Digital Library. This includes charging and discharging materials, issuing late and recall notices, preparing materials, and routing to successive requestors, as well as receiving, processing, shelving, or filing books, journals, research reports, specifications, microfiche, and other library materials. The area acquires books, subscriptions, specifications and standards, documents, audiovisual materials, microforms, and CDROMs and other electronic materials for the Library. This involves purchasing subscriptions and maintaining library copies and records: ordering books, other documents, and audiovisual materials; and processing interlibrary loan requests to other libraries and from other NASA libraries. New and previously uncatalogued library collection materials are catalogued, and comprehensive reference services are provided. This area also provides local computer support for electronic library systems, administers Glenns Bibliographic Web database, and conducts outreach activities to promote the library and its services. The Learning Center provides about 1200 individual instruction classes for civil service and support service contractor personnel in many different disciplines. 6.0/7.0 ADMINISTRATIVE AND CLERICAL SERVICES Administrative Services include project coordination, database and spreadsheet maintenance, data analysis, Web content maintenance, and configuration management. Clerical Services provides branch, division, and office support including, but not limited to expense reports, acquisition support, meeting support and minutes, correspondence preparation, workshop coordination, calendar management, and office coverage. 8.0 METROLOGY The Calibration Lab inspects, repairs, and calibrates instrumentation used for test and measurement using standards that are traceable to the National Institute of Standards and Technology and that are derived from natural physical constants, radio measurements, or comparison to consensus standards. This service includes metrology-oriented engineering consultation, metrology networking, and leveraging other Government laboratories. The Government anticipates awarding a cost-plus-fixed-fee/award-term contract with one (1) base year, four (4) one-year options, and two (2) award term years which may be earned in years 4 and 5 of the contract, respectively. The contract will also contain the Option to Extend Services clause which provides the option to extend the term of the contract by up to six months. This procurement is a follow-on to the existing conract NNC05CB17C (TIALS) with SGT, Inc. The current contract and other related documents releaseable under FOIA are available at Set-Aside: Total Small Business URL:https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14ZC013R/listing.html

OutreachSystems Article Number: 140702/PROCURE/0120 Matching Key Words: writ*; technical; standard; operating;

FedBizOpps – Special Notes

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989) Patrick Air Force Base FL 32925-3002

99 — Metis II Industry Day FA7022-15-R-MetisII 071714 Michelle Raines, Contracting Officer, Phone 321-494-7320, Email michelle.raines@us.af.mil – Karen Hayes, Contract Specialist, Phone 321-494-6298, Email karen.hayes.1@us.af.mil ; ;p;                                                    Metis II
INDUSTRY DAY
1.0 INTRODUCTION

1.1 Headquarters Air Force Intelligence, Surveillance and Reconnaissance Agency (HQ AF ISR Agency) in support of the Air Force Technical Applications Center (AFTAC), Materials Technology (TM) Directorate, Patrick Air Force Base, Florida, is hosting a program overview for the Metis Follow-On contract scheduled for 24 July 2014. The primary purpose of this program overview is to expand upon the technical requirements of the Metis II effort. This event is open to large and small businesses. Classification of this event will be at the SECRET level.

1.2 This is NOT a Request for Proposal. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. The government will not assume any liability for any contractor expenses for responding to this notice.

1.3 The Air Force Technical Applications Center is the sole Department of Defense agency operating and maintaining a global network of nuclear event detection sensors entitled the U.S. Atomic Energy Detection System (USAEDS). Once the USAEDS detects an event underground, underwater, in the atmosphere, or in space, AFTAC analysts review the event for nuclear identification and report their findings to national decision-makers through Headquarters Air Force.

2.0 REQUIREMENTS

2.1 Metis is a knowledge discovery and management web-based application that integrates various Commercial-of-the-Shelf (COTS) software and hardware components into a single program that provides a flexible data processing pipeline for conversion and enrichment, indexes and catalogs content for rapid search and retrieval, controls access through user permissions, and provides personnel the ability to automate, create and manage metadata. The Metis project consists of two efforts; document conversion to digital format and the development and maintenance of software tools and applications for file display, data research and analysis. The conversion portion includes converting paper, fiche, and film productsinto an electronic format including performing automated and human optical character recognition and the addition of metadata to each digitized file to allow for rapid and thorough retrieval of relevant information. The software tools and applications portion includes integration of the electronic archive into current analyst tools and databases to include the commercial cloud and developing robust web-based interfaces for customers to search and visualize the information using a Mark Logic XML server, Net Owl entity extraction software, temporal application and Google Maps TM software. The contractor must be knowledgeable on the Federal Cloud Computing Strategy and Standards to include the Commercial Cloud Services (C2S) program.

2.2 Additionally, the contractor will be required to develop and monitor a quality assurance program to ensure information is accurately digitized, indexed, and integrated. The conversion process requires 100 percent human review of scanned documents to ensure mission related information and terms are properly identified in the metadata for later retrieval and use by analysts. Some original documents are of very poor quality and require review by knowledgeable personnel in order to recognize and flag key terms. Personnel performing the conversion and optical character recognition must have significant experience with and knowledge of the AFTAC organization, its history, and its nuclear monitoring mission. Conversion will be performed at AFTAC using government furnished equipment including six high-speed scanners, one microfiche scanner, and computers. Software tools and application development may be performed at AFTAC and at the contractor facility.

2.3 Any information provided or discussed by attendees must not be company proprietary or business sensitive information. Any information or ideas shared during this program brief may be used to develop the Metis II technical and acquisition documents.

3.0 RESERVATIONS

3.1 E-mail reservations will be taken for a maximum of three (3) individuals per company on a first-come, first-served basis. Your reservation must specify the name (s), number of individuals in your party, and whether or not you have access to a military installation, i.e. valid military I.D. Send your reservation to Contracting Officer Michelle Raines at michelle.raines@us.af.mil and Contract Specialist Karen Hayes at karen.hayes.1@us.af.mil no later than noon, (Eastern Time) on 17 July 2014. NO REQUESTS WILL BE CONSIDERED AFTER 17 July 2014.

3.2 Due to the security level of this event, electronic devices are NOT allowed in the building. Please secure your cellular phones, laptop computers, tablets, or any other electronic device in your vehicle. In addition, note taking is NOT allowed and the PowerPoint presentation is NOT available after the meeting. A final secret clearance is required to attend this event.

3.3 The preferred method to submit clearances is via JPAS, please utilize Security Management Code (SMO): PF2LFFHP6 or unclassified fax: (321) 494-5460. If there are any clearance questions, please contact Sandra Ale at sandra.ale@us.af.mil or (321) 494-5951. Failure to submit security clearances in a timely manner will result in denied access to the briefing.

4.0 BASE ACCESS

4.1 If you do not have access to a military installation, you must provide your driver’s license number and issuing state. In addition, out of state individuals will need to provide their full Social Security Number (SSN) in order for access to the base. Under no circumstance should you e-mail this information with your reservation except via encryption. If you do not possess the means to encrypt your e-mail, please contact Maria Vasile at (321) 494-8349 and provide the necessary information as stated above.

4.2 Disclosure of the above is voluntary. However, failure to provide the requested information may result in denial of a badge or visitor pass and denial of entry to 45 SW property. You must adhere to all directives pertaining to operating a vehicle on Patrick, AFB.

4.3 Authority: E.O. 9397; The Privacy Act of 1974, 5 U.S.C. 522a; DODD 8500.1 principal purpose (s): To provide necessary information to 45th Space Wing (45 SW) to determine if applicant meets access control requirements in accordance with HSPD12, DoD 5200.8, DTM 09-12 and FIPS201. Use of SSN is necessary to make positive identification of an applicant. Records in the Defense Biometric Identification System (DBIDS) are maintained to support DoD physical security and information assurance programs and are used for identity or other acceptable identification will be used to distinguish individuals who request entry to 45 SW property.

4.4 Base Directives (Overview):
No cell phone usage while driving (unless 100% hands free)
No weapons or illegal contraband
Must wear seatbelt at all times
Must possess valid registration and insurance for all vehicles entering installation
While on Patrick AFB, you are subject to random vehicle inspections
Do not park in seeded areas (grass)
Adhere to all traffic signs and rights-of-way
Safely move to the side and stop when emergency vehicles are responding with lights and sirens
4.5 The main gate of Patrick, Air Force Base located on Highway A1A is the only access point designated for individuals who do not have access to a military installation. Do not attempt to access the base using the South Patrick Drive gate, as access will be denied unless you possess the proper credentials for access.

5.0 VENUE INFORMATION

5.1 The briefing begins promptly at 9:00 a.m. with registration at 8:30 a.m. so please plan accordingly. The opportunity exists for one-on-one discussions after the main briefing.

5.2 Location:

Date: 24 July 2014
Time: 9:00 a.m. – 1:00 p.m. (REGISTRATION AT 8:30 a.m.)
Location: The Air Force Technical Applications Center (AFTAC) Building
Conference Center 1161
10989 South Patrick Drive
Patrick AFB, FL 32925

5.3 Parking: Please use the parking lot located east of the new AFTAC building (across the street) as visitors are prohibited from utilizing the parking garage.

URL: https://www.fbo.gov/notices/5fe5a4676c9559acbb028bc57d631f1a

OutreachSystems Article Number: 140704/SPECIAL/0830 Matching Key Words: film?; produc*; conference?; you; web; business*; event?; commercial?;

dept of health and human servicesDepartment of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320 Bldg 50 | Rm 421 Jefferson AR 72079

R — On-Site Pathology Services 14-223-SOL-00045 071714 Crystal G. McCoskey, Phone 8705437267, Email crystal.mccoskey@fda.hhs.gov The North American Industry Classification System (NAICS) code for this acquisition is 541990; Small Business Standard is $14.0 Million. Award of contract is subject to availability of funding. Acquisition is set-aside 100% for small business concerns. All responsible small business sources may submit a proposal, which shall be considered by the agency. The issued date for solicitation 14-223-SOL-00045 is expected on or about July 30, 2014 with a closing date on or about August 30, 2014. Award anticipated by 30 Sept 2014. A pre-proposal conference is anticipated but not scheduled. Notice of the date of conference will be provided in the solicitation when it is issued. The formal written solicitation and all necessary technical data will be posted to FedBizopps when it is released. Interested parties are responsible to monitor this website for further information concerning this procurement. Any resultant contract is expected to be a Labor Hour (LH) contract. No electronic proposals will be accepted. Point of contact for this solicitation is Crystal McCoskey, Contract Specialist, 870-543-7267 , crystal.mccoskey@fda.hhs.gov.
Attached is the draft Performance Work Statement (PWS) and related appendices. Interested offerors are strongly encouraged to review and provide any constructive feedback, ideas for improvement, additional information required, etc. on the documents. Any such input is welcomed and will be taken into consideration when finalizing the solicitation documentation.

Background: The U.S. Department of Health and Human Services, Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR), Office of Scientific Coordination has a requirement for pathology services in support of FDA’s mission. NCTR is located at the Jefferson Laboratories of the FDA in Jefferson, Arkansas, approximately 35 miles south of Little Rock and 28 miles north of Pine Bluff. NCTR is an internationally recognized FDA research center that conducts toxicological research studies and other research activities designed to support the FDA’s mission to protect the public’s health. NCTR investigators collaborate with researchers elsewhere in the FDA as well as other government agencies, industry, and academia. FDA/NCTR and the National Institute of Environmental Health Sciences (NIEHS) have had an interagency agreement (IAG) since 1992, through which the FDA collaborates with the National Toxicology Program (NTP) to design and conduct toxicological studies involving compounds of regulatory interest to the FDA. Many of the studies at NCTR must follow the FDA’s Good Laboratory Practices (GLP) guidelines. NCTR is comprised of six research divisions and has facilities including: 132 general or special purpose research laboratories; Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC)-accredited animal facilities, including, but not limited to, rodent facilities accommodating conventional housing, specific pathogen free rodent production colony, isolators for germ-free rodents, and quarantine; a non-human primate research center; a zebrafish production facility; a phototoxicology research center; an imaging center including microPET, MRI, and CT scanner; a nanotechnology core facility; and an inhalation toxicology facility.

Historical Information: On-site pathology services for the animal studies performed at NCTR have been obtained through contracts since the Center’s inception in 1972, and most currently by Toxicological Pathology Associates, Inc. (TPA) under a cost-plus-fixed-fee (CPFF) contract. The existing workforce performing the services consists of approximately forty (40) employees made up of both professional and service employee positions. In 2011, 2012, and 2013, the number of studies per year with pathology requirements was 48, 76, and 64, respectively. At any given time, pathology services are being conducted on approximately 10-15 different studies. The majority of pathology studies are conducted on rodents; however, some studies involve non-human primates, other mammals, and/or zebrafish. Facilities, property, and utilities have historically been government-furnished. A complete list of GFP will be included in any resultant solicitation.

Brief Scope: NCTR requires on-site pathology services, for a base period plus up to four (4) 1-year option periods, on various animals in, but not limited to, the following areas: 1) necropsy and gross pathology; 2) histology; 3) pathologist services; 4) clinical chemistry; 5) immunohistochemistry and special procedures; 6) molecular pathology; 7) digital imaging; 8) data management; 9) archive management (wet tissue and block/slide); 10) quality assurance; 11) quality control; and 12) administrative services and management. The Contractor shall conduct the pathology services on each study to the requirements/parameters established by the NCTR Principal Investigators (PIs). The Contractor shall work closely with the Contracting Officer’s Representative (COR) and PI to plan, implement, perform, report and archive the research protocols. Planning includes, but is not limited to, developing cost estimates, schedules, and work plans to be performed for each study. Research protocols written by the PIs will determine the pathology support requirements, which may range from necropsy and collection of a few tissues of only a small number of animals to complete necropsy (collection of ≥44 tissues) of over a thousand animals requiring special handling of tissues, histopathology, special staining or other techniques (immunohistochemistry, digital imaging, etc.), hematology, urinalysis, and/or clinical chemistry. Other requested techniques may include, but are not limited to, teratology techniques, respiratory pathology techniques (inhalation toxicology studies), sperm morphology and motility analysis, vaginal cytology, vaginal smears for sperm evaluations, and mammary whole mounts.

Period of Performance:

Base Period: November 1, 2014 through October 31, 2015
Option Period 1: November 1, 2015 through October 31, 2016
Option Period 2: November 1, 2016 through October 31, 2017
Option Period 3: November 1, 2017 through October 31, 2018
Option Period 4: November 1, 2018 through October 31, 2019

Place of Performance:

U.S. Food and Drug Administration
National Center for Toxicological Research (NCTR)
3900 NCTR Road
Jefferson, AR 72079

Set-Aside: Total Small Business Place of Performance: Jefferson, AR 72079 US URL: https://www.fbo.gov/spg/HHS/FDA/NCTR/14-223-SOL-00045/listing.html

OutreachSystems Article Number: 140703/PROCURE/0106 Matching Key Words: writ*; technical; standard;

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave MacDill AFB FL 33621-5119

R — Catholic Cantor Service F2V0554170AW01 071014 JoAnna M. Adams, Phone 8138287467, Email joanna.adams@us.af.mil – Jessica Fleurimond, Phone 8138281187, Email jessica.fleurimond@us.af.mil This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number for this requirement is F2V0554170AW01. The 6th Contracting Squadron, MacDill AFB, Florida, requires: Catholic Cantor Services for Saturday night and Sunday morning Catholic Masses, special worship services, and rehearsals.
DESCRIPTION OF REQUIREMENT:
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 01 Jul 2014, DFAR DPN 20140624, and AFFAR AFAC 2014-0421. The North American Industry Classification System code (NAICS) is 711130, with a Small Business Size Standard of $10 million. A firm fixed price contract will be awarded.

Specific Instructions:

a. IAW FAR 52.219-6, this acquisition is a Total Small Business Set-Aside.
b. All offerors are required to complete and submit Attachment #3 of this solicitation IAW 252.209- 7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law.

BASIS FOR AWARD: 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: Price, Technical capability and Past Performance. Reference below Addenda to 52.212-2, Evaluation — Commercial Items for more information.

DELIVERY ADDRESS: 2204 Administration Avenue
MacDill AFB (Tampa), FL 33621

PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.milhttp://www.arnet.gov/far/, orhttp://safaq.hq.af.mil/contracting.

The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text:

ADDENDA TO 52.212-1, Instructions to Offerors — Commercial Items (Jul 2013)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in this combined synopsis solicitation under the description of requirement.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show –
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;

(4) Price and any discount terms incorporated into the attached Pricing Schedule;
(5) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(6) Terms of any express warranty;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include at a minimum three (3) recent (within last 3 yrs) and relevant contracts for the same or similar items and other references. Furnish the following information for each contract referenced: (i) Company/Division name, (ii) Product/Service, (iii) Contracting Agency/Customer, (iv) Contract Number, (v) Contract Dollar Value, (vi) Period of Performance, (vii) Verified, up-to-date name, address, FAX, e-mail and telephone number of the contracting officer, (viii) Comments regarding compliance with contract terms and conditions, (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor’s consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor.
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) It was the only offer received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–
GSA Federal Supply Service Specifications Section
Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites–
(i) ASSIST (http://assist.daps.dla.mil).
(ii) Quick Search (http://assist.daps.dla.mil/quicksearch/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4″ followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)

ADDENDA TO 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 this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1) Price
2) Technical ability of the service offered to meet the Government requirement

3) Past Performance

Price – Received quotes will first be ranked and arranged by price (lowest first) before the Government assesses technical capability. Offers will be evaluated based on total price. 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 option(s). IAW FAR 52.217-8, a 6 month extension will be evaluated as part of the initial price evaluation. If the offeror does not provide a seperately priced line item for the six month extension, the Government will evaluate the extension using the offerors provided rates for the base and/or option years.

Technical – An offeror must provide specific evidence that they are capable of fulfilling the requirment. Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation (Item Numbers), Performance Work Statement (PWS) and government standards and regulations pertaining to this requirement.
Table A-1. Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable Quote clearly meets the minimum
requirements of the solicitation.
Unacceptable Quote does not clearly meet the minimum
requirements of the solicitation.

Past Performance – Past performance will be rated on an “acceptable” or “unacceptable” basis using the ratings in table A-2.

Table A-2. Past Performance Evaluation Ratings
Rating Description
Acceptable Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown. (See note below.)
Unacceptable Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.

Note: In the case of an offeror without a record of relevant past performance or for whom
information on past performance is not available or so sparse that no meaningful past
performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.”

The government will evaluate the quality and extent of offeror’s performance deemed relevant to the requirements of this solicitation. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Offerors must provide a list of no less than three (3), of the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years. Relevant contracts include present/past performance efforts which involved much of the magnitude of effort and complexities this solicitation requires.

Evaluation Summary – If the lowest priced offer is determined to be acceptable for both technical and past performance that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged to be technically acceptable or has unacceptable past performance the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is determined to be acceptable for both technical and past performance, or until all offerors are evaluated.
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.
(End of Provision)
The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference:
- FAR 52.204-7, System for Award Management
- FAR 52.204-13, System for Award Management
- FAR 52.212-3, Offeror Representation and Certifications–Commercial Items
- FAR 52.212-4, Contract Terms and Conditions–Commercial Items
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive
Orders–Commercial Items

Within FAR 52.212-5, the following provisions and clauses are incorporated by text:

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6, Protecting the Government’s Interest
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-3, Alternate I (Mar 2012), Buy American Act–Free Trade Agreements
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer–System for Award Management

- FAR 52.217-5, Evalution of Options
- FAR 52.217-8, Option to Extend Services
- FAR 52.217-9, Option to Extend the Term of the Contract
- FAR 52.222-17, Nondisplacement of Qualified Workers
- FAR 52.222-41, Service Contract Act
- FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
- FAR 52.219-1, Small Business Program Representations
- FAR 52.219-28, Post-Award Small Business Program Rerepresentation
- FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
- FAR 52.247-34, F.O.B. Destination
- FAR 52.252-1, Solicitation Provisions Incorporated by Reference
- FAR 52.252-2, Clauses Incorporated by Reference

The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference:

- DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
- DFARS 252.204-7003, Control of Government Personnel Work Product
- DFARS 252.204-7004 Alt A, System for Award Management Alternate A
- DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability
or a Felony Conviction under and Federal Law is required
- DFARS 252.225-7001, Buy American Act and Balance of Payment Program
- DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
- DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program
- DFARS 252.232-7003, Electronic Submission of Payment Requests
- DFARS 252.232-7010, Levies on Contract Payments
- DFARS 252.243-7001 Pricing of Contract Modifications
- DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea

The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text:

AFFARS, Health and Safety on Government Installations (NOV 2012)

(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
(End of clause)

AFFARS, 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012)

(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)

AFFARS 5352.201-9101, Ombudsman (NOV 2012)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFISRA ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)

All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.

DEADLINE: Offers are due on Thursday, 10 July 2014 by 9:00AM EST. Any questions regarding this solicitation must be submitted not later than Monday 7 July 2014. Any questions submitted after this date, may not be answered. Submit offers or any questions to the attention of JoAnna Adams, A1C, 6CONS/LGCA, by email to joanna.adams@us.af.mil.

Government Point of Contact : A1C JoAnna Adams, USAF Contract Specialist
joanna.adams@us.af.mil
(813) 828-7467

Government Alternate Point of Contact : TSgt Jessica Fleurimond, USAF Contracting Officer
jessica.fleurimond@us.af.mil
(813) 828-1187

Attachments:

1. Pricing Schedule
2. Performance Work Statement (PWS)
3. DFARs 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law

Set-Aside: Total Small Business Place of Performance: 2204 Administration Avenue MacDill AFB (Tampa), FL 33621 tampa, FL 33621 US URL:https://www.fbo.gov/spg/USAF/AMC/6CS/F2V0554170AW01/listing.html

OutreachSystems Article Number: 140703/PROCURE/0118 Matching Key Words: documentar*;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — AOE/VT Programs – FCI Manchester, KY RFQP01101400010 Doug Fear, Phone (972) 352-4530, Fax (972) 352-4545, Email rdfear@bop.gov The Federal Bureau of Prisons, Field Acquisition Office in Grand Prairie, Texas intends to make a single or multiple award to a post-secondary institution, or industry based school that will be responsible for providing instruction in a Masonry/Bricklayer and Culinary Arts Program. The training program must prepare inmates for at least an entry level employment position upon release. The program is to be provided to the inmate population at the Federal Correctional Institution, located at 805 Fox Hollow Road, Manchester, Kentucky.

The contractor shall provide an educational program that is accredited by an accrediting college or vocational training school, state or other recognized accreditation association or agency. The courses shall be instructed utilizing one (1) hour sessions of classroom instruction. Typically, the contractor will provide services four days per week (Monday through Thursday) between the hours of 7:30 a.m. to 3:00 p.m. excluding Federal Holidays. Estimated annual sessions are 2940 for Culinary Arts and 1470 for Masonry/Bricklayer per 12-month period.

The contract shall consist of a base year with four (4) twelve (12) month option periods for renewal. The solicitation will be made available on or about July 3, 2014 and will be distributed solely through the General Administrations Federal Business Opportunities website at http://www.fedbizopps.gov/. Hard copies of the solicitation will not be available. The site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The anticipated date for receipt of quotes is July 24, 2014. Anticipated date of award is in August of 2014. This will be a full and open competitive procurement. All responsible sources may submit a quote which will be considered. Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible.

Place of Performance: 805 Fox Hollow Road Manchester, KY 40962 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01101400010/listing.html

OutreachSystems Article Number: 140703/PROCURE/0148 Matching Key Words: state!ky;

Department of the Treasury, Bureau of the Public Debt (BPD), Bureau of the Fiscal Service, Avery 5F 200 Third Street Parkersburg WV 26106-5312

T — Public Education Campaign: Photojournalism ADF-FPS-14-0018 J. McClead, Email psb1@bpd.treas.gov600px-US-DeptOfTheTreasury-Seal.svg – G. Davis, Contracting Officer, Email psb1@bpd.treas.gov.  The purpose of this Amendment is to provide the name of the intended contractor, which is Photo Philanthropy.

All other aspects of this posting remain unchanged.
Place of Performance: Rwanda and Senegal RW URL: https://www.fbo.gov/spg/TREAS/BPD/DP/ADF-FPS-14-0018/listing.html

OutreachSystems Article Number: 140703/PROCURE/0899 Matching Key Words: naics!711510;600px-US-DeptOfTheTreasury-Seal.svgDepartment of Energy, Federal Locations, All DOE Federal Contracting Offices, EMCBCU.S. Department of EnergyEM Consolidated Business Center250 E. 5th Street, Suite 500CincinnatiOH45202US

99–Portsmouth Paducah Project Office – Operation of Depleted Uranium Hexafluoride ( DE-SOL-0007016 070714 Wilmari C. Delgado wilmari.delgado@emcbc.doe.gov The attached Sources Sought/RFI has been updated to extend receipt dates. All capability statements and questions pertaining to this announcement shall be submitted electronically to the following e-mail address: duf6@emcbc.doe.gov no later than 5:00 p.m. Eastern Standard Time on July 11, 2014.
The U.S. Department of Energy (DOE), Environmental Management Consolidated Business Center (EMCBC) is currently in the acquisition planning stage for the potential award of a contract for the continuation of the Portsmouth Paducah Project Office Operation of Depleted Uranium Hexafluoride (DUF6) Conversion Facilities on DOE property at Paducah, Kentucky and Portsmouth, Ohio. The conversion facilities were designed and constructed to convert DOE?s inventory of DUF6 at the Paducah Gaseous Diffusion Plant and the Portsmouth Gaseous Diffusion Plant, to a more stable uranium oxide form for reuse, storage, and/or transportation and disposition. The Contractor shall continue to provide cylinder surveillance and maintenance (S&M) services for the DOE inventory of DUF6, low-enrichment uranium (LEU) hexafluoride (UF6), normal UF6, and empty and heel cylinders in a safe, compliant and environmentally acceptable manner.
Please see the attached Sources Sought/RFI and Draft DUF6 Section C documents for additional information. All capability statements and questions pertaining to this announcement shall be submitted electronically to the following e-mail address: duf6@emcbc.doe.gov no later than 5:00 p.m. Eastern Standard Time on July 11, 2014.
Points of Contact:
Wilmari Delgado, Contracting Officer, (513) 246-0566. Email your questions to Wilmari Delgado at wilmari.delgado@emcbc.doe.gov or Jodi Gordon, Contract Specialist, jodi.gordon@emcbc.doe.gov .
URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0007016/listing.html

OutreachSystems Article Number: 140703/PROCURE/1017 Matching Key Words: state!ky;

USABID and Local Purchases

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 – Development for Air Quality Initiative SOL RFP-3255-0-2015/ES Development for Air Quality Initiative Due Date: 7/16/2014 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140705/BID/0252 Matching Key Words: age:state!ky; state!ky;

Minnesota – State of Minnesota, Contact information is included with each bid. http://www.mmd.admin.state.mn.us/solicitations.htm

U – REFERENCE NUMBER: PT1942 Nature of Work/Contract Title: Wr SOL REFERENCE NUMBER: PT1942 Nature of Work/Contract Title: Writing technical training curriculum andproduce training video for Commercial Animal Waste Applicator certification Description of Work: The Minnesota Department of Agriculture awards licenses to persons that demonstrate their qualifications by passing a certification examination. The contractor selected for this project will write a training curriculum, produce video modules and put them online so that persons can meet the requirements of Commercial Animal Waste Technician (CAWT) Applicator certification. The training material produced will include enough content to fulfill the prescribed 2 hour requirement over a two year training calendar. The training will consist of several modules; each one no more than 20 minutes in length. The selected modules will run approximately 2 hours in length when combined. The training when finalized will be offered online and include a companion online certification process that is linked to MDA??s online licensing application. Estimated Cost: $5,001 – $25,000 Contracting Agency: Agriculture Location of Work: Minnesota Response to this solicitation is due no later than 07/09/14 at 2:30 PM CENTRAL TIME. To receive a copy of the complete solicitation, contact: Name: Joseph Spitzmueller TTY: 711 or 1.800.627.3529 (MN Relay Service for persons with speech or hearing disabilities) Email: joseph.spitzmueller@state.mn.us Date This Solicitation Was Posted: 7/2/2014 12:49:39 PM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140704/BID/0007 Matching Key Words: video*; produc*; train*; produce?; commercial?; writ*; copy; technical;

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 – Interactive Patient Care (IPC) System SOL UK-1394-15 Interactive Patient Care (IPC) System Due Date: 7-25-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140704/BID/0363 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 – Facilitator Services RFP : 1400000467 Board Of Speech P SOL Facilitator Services RFP : 1400000467 Board Of Speech Pathology And Audiology Published On : 6/30/14 Amended On : Closing On : 7/21/14 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/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

T – MOBILE VIDEO PRODUCTION RFB : 1400000955 Office Of The SOL MOBILE VIDEO PRODUCTION RFB : 1400000955 Office Of The Controller Richard Mize Published On : 6/27/14 Amended On : Closing On : 7/11/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/BID/0008 Matching Key Words: video*; produc*; production?; 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 – CDL Examiner – Region 1 (Mayfield) RFB : 1400000956 Off SOL CDL Examiner – Region 1 (Mayfield) RFB : 1400000956 Office Of The Controller Daniel Salvato Published On : 6/27/14 Amended On : Closing On : 7/7/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/BID/0013 Matching Key Words: age:state!ky; state!ky;

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

R – Police Staffing Study SOL RFP-3252-0-2014/KBM Police Staffing Study Due Date: 9/1/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/BID/0235 Matching Key Words: age:state!ky; state!ky;

New Hampshire Public Notices http://nh.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout New Hampshire.

T – SNHS AGENCY VIDEO Southern New Hampshire ServicSNHS AGENCY VIDEO SOL SNHS AGENCY VIDEO Southern New Hampshire ServicSNHS AGENCY VIDEO Southern New Hampshire Services Inc (SNHS) located at 160 Silver St, Manchester, NH 03103 is seeking bids from video production companies for: 1) Production of a 5 minute informational Agencyvideo 2) Primary video use will be for new employee orientation and other community events to educate the viewer about Southern New Hampshire Services and our mission. Detailed Request for Proposal (RFP) may be obtained by contacting Henry Harris at HHARRIS@SNHS.org. Upon request, SNHS will supply a detailed RFP which will explain terms, conditions, and requirements. All bids in response to the RFP must be received at 160 Silver St, Manchester, NH 03103 by 4:30 p.m. on Friday, July 25th, 2014. No faxes will be accepted. Women and minority owned businesses are encouraged to apply. EOE Appeared in: The Union Leader on Tuesday, 07/01/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140702/BID/0341 Matching Key Words: video*; produc*; business*; event?; production?;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not to exceed $564,700,000 modification (P00273) to FA8625-11-C-6597 to fund six India foreign military sales C-130J-30s, field service representatives and three years of post-delivery support after the first aircraft delivery. The total cumulative face356px-Seal_of_the_US_Air_Force.svg value of the contract is $2,067,370,707. Work will be performed at Marietta, Georgia, and is expected to be completed by April 30, 2020. This contract is 100 percent FMS for India and $50,900,000 will be obligated at time of award. Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Systems Corp., doing business as Northrop Grumman Information Systems, Chantilly, Virginia, has been awarded a $300,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee contract for systems engineering, management, and sustainment (SEMS) III. Contractor will provide systems engineering, systems/program management, and sustainment services for the Air Force Weather Agency’s enterprise information systems which produce and disseminate real-time weather services and products worldwide. Work will be performed primarily at the Headquarters Air Force Weather Agency, Offutt Air Force Base, Nebraska, and is expected to be completed by July 31, 2019. This award is the result of a competitive acquisition, and one offer was received. Fiscal 2014 operations and maintenance, research and development and procurement funds will be obligated with each task order. The 55th Contracting Squadron at Offutt AFB, Nebraska, is the contracting activity (FA4600-14-D-0004).

University of Dayton Research Institute (UDRI), Dayton Ohio, has been awarded an indefinite-delivery/indefinite-quantity contract and one initial task order with an estimated ceiling of $9,900,000 to meet specific research objectives to bridge the gaps and accelerate the initial development of selected nondestructive technology to a level of full-feasibility demonstration, to conduct studies of the applicability of selected technologies to a wide variety of potential applications, or development of new technologies to address specific needs. Research is contemplated to address current operational or maintenance needs. Work will be performed primarily at Wright-Patterson Air Force Base, Ohio, and the ordering period will run through July 31, 2019. All effort is expected to be completed on July 30, 2021. The award to UDRI is the result from proposals submitted in response to research and development broad agency announcement BAA-RQKM-2014-0012. Three competitive offers were received. Fiscal 2014 research and development funds in the amount of $225,000 for task order 0001 will be obligated at time of award. Air Force Research Laboratory/RQKMC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-5224, TO0001).

Raytheon Co., Tucson, Arizona, has been awarded a $8,527,198 modification (P00026) to a firm-fixed-price contract (FA8675-13-C-0003) for Advanced Medium-Range Air-to-Air Missile (AMRAAM) Production Lot 27. The total cumulative face value of the contract is $564,772,594. The contract modification provides for integration and testing for AMRAAM contract line item numbers 0008, 0009, and 0010 being produced under the basic contract. Work will be performed at Tucson, Arizona, and is expected to be completed by June 30, 2016. Foreign military sales contract funds in the amount of $8,527,198 are being obligated at the time of the award for Australia. This Air Force Life Cycle Management Center/EBAK, Eglin AFB, Florida, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Donald L. Mooney Enterprises LLC, doing business as Nurses Etc Staffing,* San Antonio, Texas (N62645-14-D-5032); Loyal Source Government Services LLC,* Orlando, Florida (N62645-14-D-5033); Magnum Opus Technologies Inc.,* San Antonio, Texas (N62645-14-D-5034); and Vesa Health & Technology Inc.,* San Antonio, Texas (N62645-14-D-5035), are each being awarded a 36-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various ancillary services that include the labor bands of Allied Health, Technologist, Technician and Assistant. The aggregate not-to-exceed amount for these multiple award contracts combined is $130,430,320. The four contractors will have the opportunity to bid on each individual task order. Work will be performed at the following military treatment facilities in the Pacific region of the U.S.: Naval Hospital Camp Pendleton, California (25 percent); Naval Hospital Lemoore, California (15 percent); Naval Hospital Twenty-Nine Palms, California (15 percent); Naval Medical Center, San Diego, California (10 percent); Naval Hospital Bremerton, Washington (10 percent); Naval Hospital Oak Harbor, Washington (10 percent); Naval Health Clinic Hawaii (10 percent); Naval Hospital Guam (2 percent) and any associated branch clinics (3 percent). Work is expected to be completed on Sept. 30, 2017. Availability of Fiscal 2015 Defense Health Program funds in the amount of $1,156,230 will be obligated at the time of award under initial task orders, and the funds will expire at the end of the Fiscal 2015. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent service disabled veteran-owned small business set-aside, with 26 offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

Advanced Crane Technologies LLC,* Reading, Pennsylvania, is being awarded a maximum amount $31,184,365 requirements contract for the service life extension program to modernize 14 60-ton portal cranes at Norfolk Naval Shipyard, Norfolk, Virginia; Puget Sound Naval Shipyard, Bremerton, Washington; and Portsmouth Naval Shipyard, Kittery, Maine. The work to be performed is for the modernization for all cranes and will include replacing the existing drives, modifying the operator’s controls, replacing/modifying the electric control system, replacing the crane’s diesel engine generator set, adding a rail lubrication system (as an option), adding new limit switches, replacing whip hoist wire rope and replacing outdoor conduit. Additionally, the addition of a caliper disc brake mounted on the drum and associated caliper disc brake control system will be required on the whip hoist on seven of the fourteen cranes. Task order 0001 is being awarded at $2,485,769 for modernization of crane P-82 in the Puget Sound Naval Shipyard, Bremerton, Washington, and task order 0002 at $1,992,626 for modernization of crane DC-41 in the Norfolk Naval Shipyard, Norfolk, Virginia. Work for these task orders is expected to be completed by April 2016. Work on this contract will be performed in Portsmouth, Virginia (72 percent); Bremerton, Washington (21 percent); and Kittery, Maine (7 percent), and the term of the contract is not to exceed 60 months with an expected completion date of July 2019. Fiscal 2014 other procurement (Navy) contract funds in the amount of $4,478,395 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two proposals received. The Naval Facilities Engineering Command, Norfolk, Virginia, is the contracting activity (N62470-14-D-5001).

Communications & Power Industries LLC, Palo Alto, California, is being awarded an $18,841,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair and remanufacture of AN/SLQ-32 output, driver and sidekick output traveling wave tubes (TWTs) to support the repair and refurbishment of Navy ships. The AN/SLQ-32 output, driver, and sidekick output TWTs are an integral part of the AN/SLQ-32 electronic countermeasures system and are used to amplify radiofrequency energy to defeat anti-ship missile systems. Work will be performed in Palo Alto, California, and is expected to be completed by July 2019. Fiscal 2014 working capital funds in the amount of $390,252 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-GR37).

Detyens Shipyards Inc.,* North Charleston, South Carolina, is being awarded an $11,631,622 firm-fixed-price contract for a 75-calendar day regular overhaul and dry-docking of USNS Arctic (T-AOE 8). Work will include opening, cleaning and purging gas from tanks, voids and cofferdams; repairing and replacing various sections of weather deck handrails on the forward main mast, replenishment-at-sea and fueling-at-sea kingposts and access ladders; modifying the main reduction gear lube oil purifier; inspecting the auxiliary boiler; inspecting and weight testing the accommodation ladder; performing maintenance on gallery/scullery equipment; dry-docking and undocking; refurbishing sea valves; cleaning and painting the underwater hull; and blasting and coating tanks. Arctic’s primary mission is to deliver petroleum products, ammunition, food and other cargo to ships at sea. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $15,240,367. Work will be performed in North Charleston, South Carolina, and is expected to be completed by October 2014. Navy working capital funds in the amount of $11,631,622 are being obligated at the time of award and will expire at the end of the current fiscal year. This contract was procured as a 100% small business set-aside with proposals solicited via the Federal Business Opportunities website, with two proposals received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-14-C-2003).

Watts Constructors LLC, Honolulu, Hawaii, is being awarded a $9,395,000 firm-fixed-price contract for construction of an integrated water treatment system at Puget Sound Naval Shipyardand Intermediate Maintenance Facility, Bremerton, Washington. The work to be performed provides for infrastructure improvement to the existing system that collects and treats industrial process water at Drydock 3 and Drydock 4. This project will integrate the existing oily water treatment system with the existing process water collection system to provide increased capability and capacity for on-site collection, containment, and treatment of process water from the drydock floor. Work will be performed in Bremerton, Washington, and is expected to be completed by February 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $9,395,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5000).

ARMY

BAE Systems Land & Armaments, York, Pennsylvania, was awarded an $88,330,859 modification (P00081) to contract W56HZV-09-C-0550 to extend the existing M109A7 and M992A3 engineering and manufacturing development contract to incorporate low rate initial production test support. Research, development, testing, and evaluation funds for fiscal 2014 ($12,295,000) and fiscal 2013 ($1,805,000) were obligated at the time of the award.Department of the Army Estimated completion date is March 31, 2017. Work will be performed in York, Pennsylvania. Army Contracting Command, Warren, Michigan, is the contracting activity.

UPDATE: Global Engineering LLC, Renton, Washington, has been added as an awardee to the multiple-award contract announced June 24, 2014 for construction services supporting the U.S. Army Corps of Engineers, Southwestern Division. (W91278-14-R-0030)

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

The Hariford Provision Company,** South Windsor, Connecticut, has been awarded a maximum $83,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition, and three offers were received. Location of performance is Connecticut with a July 18, 2016, performance completion date. This is a two-year base contract with one two-year option period. Using military services are the Navy, Air Force, Marine Corps, Coast Guard, and National Oceanic and Atmospheric Administration. Type of appropriation is Fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3025).

Sysco Baraboo, Baraboo, Wisconsin, has been awarded a maximum $16,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a competitive acquisition and two offers were received. Location of performance is Wisconsin with a July 13, 2019 performance completion date. This is a two-year base contract with one one-year and one two-year option periods. Using military services are Army and Air Force. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3029).

URS Federal Services Inc., Germantown, Maryland, has been awarded a maximum $11,767,117 modification (P00029) exercising the second option period on a one-year base contract (SP3300-12-C-5003) with three one-year option periods. This is a fixed-price, incentive-firm-target contract for material distribution services to include receipt, storage and issue of material. Locations of performance are Maryland and Utah with a July 31, 2015 performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

DEFENSE MEDIA ACTIVITY

Bluewater Communications Group, Hauppauge, New York (HQ0516-12-D-0001); Globecomm Systems, Hauppauge, New York (HQ0516-12-D-0002); and TVC Communications LLC, Annville, Pennsylvania (HQ0516-12-D-Defense Media Activity0003) are each being awarded $15,000,000 modifications to multiple-award, firm-fixed-price contracts to exercise the second option year to provide Cisco satellite decoders and HD encryption systems for the Defense Media Activity. Funding and work location will be determined with each order. The Defense Media Activity, Fort Meade, Maryland is the contracting activity.

*Disabled veteran-owned small business

600px-US-DeptOfNavy-Seal.svgNAVY

Insight Pacific LLC,* Anaheim, California (N62478-14-D-4000); Bethel-Webcor JV-1,* Anchorage, Alaska (N62478-14-D-4001); Dawson-Hawaiian Builders I,* Honolulu, Hawaii (N62478-14-D-4002); JSR-ECC LLC,* Schertz, Texas (N62478-14-D-4003); CT JV,* Bargerville, Indiana (N62478-14-D-4004); and Environet Inc.,* Kamuela, Hawaii (N62478-14-D-4005) are being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Hawaii area of responsibility. The maximum dollar value including the base period and four option years for all six contracts combined is $240,000,000. The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on design-build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii area of responsibility. The term of the contract is not to exceed 60 months, with expected completion date of July 2015 (base period). Navy working capital funds in the amount of $60,000 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 22 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Pearl Harbor, Hawaii, is the contracting activity.

Geographic Information Services Inc., Birmingham, Alabama, was awarded a $29,884,815 firm-fixed-priced, indefinite-quantity/indefinite-delivery contract to provide software maintenance, database development, engineering support, integration services, and training for foreign military sales purchasers to use the Weapon Danger Zone Tool. Work will be performed in Birmingham, Alabama, and is expected to be completed by July 1, 2017. This contract will be funded with foreign military sales funds. No contract funds will expire by the end of the current fiscal year. No funds were obligated at the time of award. Funds will become available on individual task orders. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-D-9501). (This contract was awarded on July 2, 2014.)

EDO Professional Services Inc., Alexandria, Virginia, is being awarded $24,864,130 for one-year modification (P00012) to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-09-D-0032) for continued technical services in support of Space and Naval Warfare Systems Center Pacific unmanned maritime systems. An accelerated timeline and increased operational requirements for unmanned maritime systems performing fleet mine countermeasures and force protection necessitated this modification to increase the cost ceiling. EDO Professional Services Inc., will provide engineering, logistics, configuration management, research, depot maintenance, system administration, and tactical and strategic management. Work will be performed in Manama, Bahrain (65 percent) and San Diego, California (35 percent), and is expected to be completed by July 21, 2015. No funds will be obligated at the time of award. Fiscal 2014 and 2015 operations and maintenance, (Navy) and research, development, test and evaluation funds will be incrementally obligated at the task order level. Fiscal 2014 operations and maintenance, (Navy) funds in the amount of $16,000,000 will expire at the end of the current fiscal year. This is a modification to a contract competitively procured via Space and Naval Warfare Systems Center Pacific solicitation N66001-09-R-0032 and published on the Federal Business Opportunities website, with one offer received. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Ingalls Shipbuilding, Pascagoula, Mississippi, is being awarded a $23,499,948 modification to previously awarded contract (N00024-13-C-2402) for early industry involvement associated with the LHA(R) Program Flight 1 (LHA 8) ship design to initiate an affordability design phase. The early industry involvement contracts were awarded to U.S. shipyards that have the facilities and resources to build a large deck amphibious assault ship without major re-capitalization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by May 2015. Fiscal 2014 research, development, test & evaluation contract funds in the amount of $19,740,760 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $15,178,728 modification to previously awarded cost-plus-award-fee contract (N00024-10-C-4407) for USS New Orleans (LPD 18) fiscal 2014 selected restricted availability (SRA). An SRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance (Navy) and fiscal 2014 other procurement (Navy) funding in the amount of $15,178,728 will be obligated at the time of award. Contract funds in the amount of $14,689,549 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $65,256,769 modification (P00010) to foreign military sales contract W56HZV-13-D-0015 for specialized training, contractor logistics support, and base life support for the Iraq M1A1 Abrams program. Funding and work location will be determined with each order. Estimated completion date is Feb. 28, 2015. Army Contracting Command, Warren, Michigan, is theDepartment of the Army contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $43,000,000 modification (P00115) to contract W15QKN-12-C-0103 for depot support for the Common Remotely Operated Weapon Station. Fiscal 2014 operations and maintenance (Army) funds in the amount of $43,000,000 were obligated at the time of the award. Estimated completion date is July 15, 2016. Work will be performed in Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Watts Constructors LLC, Honolulu, Hawaii, was awarded a $36,441,000 firm-fixed-price contract with options for designing and building the Special Operations Forces Battalion Operations Facility Complex. Work will be performed at Fort Carson, Colorado, with an estimated completion date of June 15, 2016. Bids were solicited via the Internet with fifteen received. Fiscal 2013 military construction funds in the amount of $36,441,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-C-0024).

Walsh Federal JV St., Chicago, Illinois, was awarded a $34,748,000 firm-fixed-price multi-year contract with options for new construction for the Marshall Elementary School at Fort Campbell, Kentucky. Work will be performed at Ft. Campbell, Kentucky, with an estimated completion date of April 1, 2016. Bids were solicited via the Internet with five received. Fiscal 2014 military construction funds in the amount of $34,748,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0025).

AAR Allen Services, Garden City, New York, was awarded a $23,507,990 firm-fixed-price contract for 60-520 gas turbine power units for the Blackhawk weapon system. Funding and work location will be determined with each order with an estimated completion date of July 30, 2019. Bids were solicited via the Internet with four received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-D-0089).

Aerojet Rocketdyne, Camden, Arizona, was awarded an $18,507,839 firm fixed-price contract with options for Stinger flight motors, 1,000 each. Base Option: Stinger flight motors, 1-1,500 each. Option 1: Stinger flight motors, 1-505 each. Option 2: Stinger flight motors, 1-545 each. The Stinger flight motor contract is required to support the Service Life Extension Program (SLEP) of 850 Stinger Block I Missiles at McAlester Army Ammunition Plant, McAlester, Oklahoma. The SLEP will replace all Stinger missile components susceptible to degradation due to aging (to include the flight motor) providing a missile with a 10 year shelf life. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 31, 2016. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $18,507,839 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0090).

Northrop Grumman Technical Services Inc., Herndon, Virginia, was awarded a $9,859,646 modification (P00002) to contract W9124E-14-C-0003 to continue key and essential logistics requirements at the Joint Readiness Training Center and Fort Polk, Louisiana. Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,859,646 were obligated at the time of the award. Estimated completion date is Dec. 29, 2014. Work will be performed at Fort Polk, Louisiana. Army Contracting Command, Fort Polk, Louisiana, is the contracting activity.

Intelligent Decisions Inc., Ashburn, Virginia, was awarded an $8,569,058 firm-fixed-price contract with options for information technology operations and maintenance support for U.S. Southern Command Joint Task Force-Guantanamo Bay. Work will be performed in Cuba with an estimated completion date of July 22, 1019. Bids were solicited via the Internet with 13 received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,969,059 are being obligated at the time of the award. Army Contracting Command, Fort Sam Houston, San Antonio, Texas, is the contracting activity (W912CL-14-C-0018).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Northrop Grumman Systems Corp., Information Systems Sector, Defense Systems Division, C2S, Herndon, Virginia, has been awarded a $9,922,486 modification (P00020) to cost-plus-fixed-fee FA8750-13-C-0120 for software enhancements, testing, integration and maintenance. The contract modification is to provide support to the National Air and Space Intelligence Center to operate, maintain, and enhance the databases, tools, dynamic web-based products, and related systems and capabilities. Work will be performed at Beavercreek, Ohio, and is expected to be completed by June 12, 2015. Fiscal 2014 operations and maintenance funds in the amount of $6,439,147 are being obligated at the time of the award. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity.

Vision Systems International LLC, Fort Worth, Texas, has been awarded a $7,768,862 firm-fixed-price task order (0024) to FA8522-09-D-0012 for F-15 and F-16 sustainment in support of the Joint Helmet Mounted Cueing System. Work will be performed at Wilsonville, Oregon, and is expected to be completed by July 15, 2015. This award is the result of a sole source acquisition. Funds in the amount of $7,768,862 from Fiscal 2014 Consolidated Sustainment Activity Group Working Capital Funds under the Fiscal 2014 Contract Depot Maintenance Direct Cite Funds Program Authority are being obligated at time of award. This contract is not multiyear. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

CORRECTION: The contract announced on July 14, 2014, for AvKare Inc.,** Pulaski, Tennessee (SPE2D2-14-D-Defense_Logistics_Agency0004), for $9,728,923 was announced with an incorrect award date. The correct award date is July 17, 2014.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

Department_of_Veterans_Affairs_LogoDepartment of Veterans Affairs, Muskogee VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Jack C. Montgomery VA Medical Center;ATTN: P&C, 90c;1011 Honor Heights Drive;Muskogee OK 74401-1318
R–Armored Car Cash Collection Services for Department of Veterans Affairs Michael E. DeBakey VA Medical Center, Houston TX VA25614Q1169 072414 Monica Gary, Contract Specialist Network Contracting Office 16 Department of Veterans Affairs Monica.Gary@va.gov Monica Gary This is a Request for Quote only. This requirement is Unrestricted. The NAICS code is 561613.
The Department of Veterans Affairs has a requirement for a contractor to provide Armored Car Courier Services to pick up and collect moneys between local financial facilities in the Houston area and the Michael E. DeBakey Veterans Affairs (VA) Medical Center (MEDVAMC) located at 2002 Holcombe Boulevard, Houston TX 77030. Services are to be performed in accordance with the Statement of Work (SOW) included in the Request for Quote. Period of Performance: Date of Award through July 31, 2015. No hard copy solicitations will be provided. Solicitation documents may be obtained electronically at http://www.fedbizopps.gov.
INSTRUCTIONS TO OFFERORS
Written quotes are required (oral quotes will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors – Commercial Items. The Government will award a firm-fixed price contract on the basis of the lowest evaluated price of the quotes which meet or exceed the acceptability standards for non-price factors. Non-price factors will be rated on an “Acceptable/Unacceptable” basis. Failure to meet any of the requirements will result in an “Unacceptable” rating and eliminate the offeror from further consideration for contract award. Refer to Evaluation – Commercial Items.
CLOSING DATE
When: Offers are due per the time and date indicated on page one (1) of the SF 1449.
How: Offers are to be submitted electronically by email. Complete Offers shall be submitted as follows:
1) Emailed to: Monica.Gary@va.gov
2) Include subject line: “Company Name, RFQ # VA256-14-Q-1169, #___of ___” (insert number of emails anticipated)
Documented tracking and confirmation of email delivery is the responsibility of each Offeror.
Size: Each email is not to exceed 5mb each.
**IMPORTANT**Required Documentation: A Complete Offer will consist of one (1) original of the following documents.
1) Page 1 of SF 1449 completed (this is preferred in lieu of an offer cover letter) and must include:
a. date and signature by a representative of the company authorized to submit the offer,
b. the offer expiration date,
c. Offeror’s date of availability to start service (pending contract),
d. Offeror’s DUNS number or ORCA application status, and
e. Offeror’s business size
2) Page 3 of SF 1449, acknowledging each Amendment, as well as a signed 1st page of each Amendment
3) Unit prices and extended prices for each Line Item included in the Price/Cost Schedule of Section B of this Solicitation;
4) Past Performance information;
5) Technical Approach information;
It is the responsibility of each Offeror to ensure their offer is delivered Complete, on time and in full, per this Instruction. The contracting officer will review the offers received for completeness, and may reject any incomplete offers.
QUESTIONS: Telephone requests for the solicitation will not be accepted or honored, nor will oral answers to vendor questions or verbal exchanges be considered valid in relation to this RFQ. Technical questions are due, in writing, by 2:00 PM (Local Time/CT) the business day before the solicitation Closing Date, and can be e-mailed to RFQ POC. Address all correspondence relating to this RFQ using the format – Company Name, RFQ # VA256-14-Q-1169, Query Only – and to the following RFQ POC:
RFQ Point of Contact (POC)

Monica Gary
Contract Specialist
Email: Monica.gary@va.gov
Phone: 918-577-3855
Place of Performance: Department of Veterans Affairs;Michael E. DeBakey VA Medical Center;2002 Holcombe Boulevard;HOUSTON TX 77030 USA URL: https://www.fbo.gov/spg/VA/MuVAMC623/MuVAMC623/VA25614Q1169/listing.html
OutreachSystems Article Number: 140719/PROCURE/0066 Matching Key Words: writ*; copy; technical;

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — ANCHOR/WRITER/REPORTER – VOA PERSIAN SERVICE BBG39-Q-14-PERSIAN-030Broadcasting Board of Governors 080414 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com (i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-14-PERSIAN-030 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 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 March 1 through June 30, 2014, two (2) option periods of four (4) months from July 1 through October 31, 2014 and from November 1 through February 28, 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 Offeror for Television, Internet and Multimedia services (Anchor/Writer/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start August 4, 2014 through November 30, 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 Offerors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The Offeror shall demonstrate the ability and experience in providing the required services.

Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. The Offeror is required to provide no more than three (3) references from previous customers or same or similar services See attachment B (Past Performance Reference).

3. Offeror shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.

In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.

Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and

Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 July 23, 2014. Responses to questions will be posted to FedbizOps by COB July 25, 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 August 4, 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: VOA PERSIAN SERVICE, 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-030/listing.html
OutreachSystems Article Number: 140719/PROCURE/0075 Matching Key Words: naics!711510;

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — ANCHOR/WRITER/REPORTER -VOA PERSIAN SERVICE BBG39-Q-14-PERSIAN-032 080414 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-14-PERSIAN-032 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 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 August 4, 2014 through December 4, 2014, two (2) option periods of four (4) months from December 5, 2014 through April 4, 2015 and from April 5, 2015 through August 3, 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 Offeror for Television, Internet and Multimedia services (Anchor/Writer/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start August 4, 2014 through December 4, 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 Offerors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The Offeror shall demonstrate the ability and experience in providing the required services.

Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. The Offeror is required to provide no more than three (3) references from previous customers or same or similar services See attachment B (Past Performance Reference).
3. Offeror shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.

Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and

Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 July 23, 2014. Responses to questions will be posted to FedbizOps by COB July 25, 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 12:00 p.m. Eastern Daylight Time on August 4, 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: VOA PERSIAN SERVICE 330 Independence Ave, Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-032/listing.html
OutreachSystems Article Number: 140719/PROCURE/0076 Matching Key Words: naics!711510;

Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051
U — Vocational Training Welding Program RFQP03171400005 081314 Charles Keith Dailey, Phone 972-352-4522, Fax 972-352-4545, Email cdailey@bop.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be600px-US-DeptOfJustice-Seal.svg issued.
The solicitation number is RFQP03171400005 and it is issued as a Request for Quote (RFQ). The requirement will be solicited as a total small business set aside. The applicable North American Industry Classification System (NAICS) code is 611210, Junior Colleges and the size standard is $19.0 million.

The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish an indefinite-delivery, requirements type contracts for a Vocational Training – Welding Program to be rendered for the inmate population incarcerated at the Federal Correctional Institution (FCI) Bennettsville, located in Bennettsville, South Carolina. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at http://www.bop.gov. A description of the services required is attached to this posting and labeled as RFQ Attachment I – Statement of Work.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75.
CONTRACT CLAUSES:
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 FAR clause may be accessed electronically at this address: http://www.acquisition.gov/far. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.
52.212-4 Contract Terms and Conditions–Commercial Items (SEP 2013) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.203-3 Gratuities (APR 1984)
52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010)
52.204-4 Printed or Copied Doubled-Sided on Post-Consumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.223-5 Pollution Prevention and Right to Know Information (MAY 2011)
52.224-1 Privacy Act Notification (APR 1984)
52.224-2 Privacy Act (APR 1984)
52.228-5 Insurance – Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; Comprehensive General Liability: $500,000 per occurrence for bodily injury; and Automobile Liability: $200,000 per person, $500, 000 per occurrence for bodily injury, and $20,000 per occurrence for property damage.
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
52.242-13 Bankruptcy (JUL 1995)
52.253-1 Computer Generated Forms (JAN 1991)
The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:
52.209-5, Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Deliquent Tax Liability (Deviation 2014-01)(NOV 2013)
(a) In accordance with sections 536 and 537 of the Commerce, Justice, Science, and Related Agencies Appropriations Act, 2014 (Title II, Division B, Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation -
(1) 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 an 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) 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, where the awarding agency is aware of the unpaid tax liability, unless an 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.
(b) By accepting this award or order, in writing or by performance, the offeror/contractor represents that -
(1) the offeror is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and,
(2) the offeror is not a corporation that has any unpaid Federal or State 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. (End of clause)
52.216-18 Ordering (OCT 1995) – (a) from the first day of the effective performance period through the last day of the effective performance period
52.216-19 Order Limitations (OCT 1995) – (a) less than one hour; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days
52.216-21 Requirements (OCT 1995) – (f) after the last day of the effective performance period
52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period
52.217-9 Option to Extend the Term of the Contract (MAR 2000) – (a) prior to expiration of the current performance period; 60 days; (c) but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years.
52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) – beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised
52.252-6, Authorized Deviations in Clauses (APR 1984) ) (b) Justice Acquisition Regulation; chapter 28.
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
52.27-103-72 DOJ Contractor Residency Requirement – BOP (JUN 2004)
52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
Department of Justice Order 2640.2F (NOV 2008)
2852-223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUN 1996)
52.21-603-70 Contracting Officer’s Representative (JUN 2012) – Jeffery Edwards, Vocational Instructor, FCI Bennettsville is hereby appointed as COR.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2014) – (b) 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33; (c) 52.222-17.

OTHER CONTRACT TERMS AND CONDITIONS:

Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in October 1, 2014. The estimates of hours is not a representation to an offeror or contractor that the estimated quantity will be required or ordered or that conditions affecting requirements will be stable or normal.
Performance Period: The periods of performance of the resulting contract shall be Base Year – Effective Date of Award (EDOA) thru 12 months; Option Year 1 – 13 months from EDOA thru 24 months; Option Year 2 – 25 months from EDOA thru 36 months; Option Year 3 – 37 months from EDOA thru 48 months; Option Year 4 – 49 months from EDOA thru 60 months.
The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 15 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCI Bennettsville.

Ordering Official: Task orders may be issued only by the Contract Specialist or a warranted procurement official from the Contract Administration Office at FCI Bennettsville. Orders may be issued orally, faxed, electronically, or via mail.
Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution.

The program manager at FCI Bennettsville is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed:
1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage)

By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.

Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for adult education records. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or designee for proper disposition.

Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance.
Pricing Methodology- The contract rate for service will be on a per session basis, where a session is defined as one hour in duration. Pricing shall be inclusive of all charges (i.e., wages, insurance, overhead, profit, etc.). Please note that there will be minimal processing time required to enter the institution that should be reflected in the price quoted.
SOLICITATION PROVISIONS:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more 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. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov/far.
52.209-5, Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Deliquent Tax Liability (Deviation 2014-01) (NOV 2013)
(a) In accordance with sections 536 and 537 of the Commerce, Justice, Science, and Related Agencies Appropriations Act, 2014 (Title II, Division B, Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation -
(1) 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 an 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) 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, where the awarding agency is aware of the unpaid tax liability, unless an 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.
(b) The offeror represents that, as of the date of this offer -
(1) the offeror is [ ] is not [ ] a corporation convicted of a felony criminal violation under any
Federal or State law within the preceding 24 months; and,
(2) the offeror is [ ] is not [ ] a corporation that has any unpaid Federal or State 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. (End of provision)
52.209-7, Information Regarding Responsibility Matters (FEB 2012) (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.
52.212-1 Instructions to Offerors – Commercial Items (JUL 2013) tailored to delete paragraphs at d, h, and i, as they have been determined to be non-applicable to this solicitation. Paragraph c has been changed to 60 days. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to “Offer” and “Offeror” are changed to “Quote” and “Quoter” respectively.
52.212-3 Offeror Representations and Certifications – Commercial Items (NOV 2013)
52.217-5 Evaluation of Options (JUL 1990)
52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534
52.237-1 Site Visit (APR 1984)
52.252-5, Authorized Deviations in Provisions (AUG 1984) (b) Justice Acquisition Regulation; chapter 28.
Protests Filed Directly with the Department of Justice (JAR 2852.233-70)
Faith-Based and Community- Based Organizations (AUG 2005) – can submit quotations equally with other organizations for contracts for which they are eligible.

Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 – Acquisition of Commercial Items and Part 13 – Simplified Acquisition Procedures. In addition to price, quoters must demonstrate technical capability and successful past performance history. Pursuant to FAR 12.602(c), an award decision will be made to the responsible contractor whose quote is most advantageous to the Government based on price, technical capability, and past performance.

Pursuant to FAR 17.203(b), the Government’s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal.
Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award.

Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.

SUBMISSION OF QUOTATIONS:
On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.

(1) Contractor’s DUNS Number
(2) Quoted price per hour for an estimated maximum requirement of 1440 hours (2 cycles per year at 720 hours) Example format: Base Year – Estimated 1440 hours x $ ________ per hour $ ________. Responses must include a price quote per hour for the Base Year, Option 1, Option 2, Option 3, and Option 4.
(3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (if different from entry made to the System for Award Management record at http://www.sam.gov.) Offeror’s Representations and Certifications should include NAICS code 611210 Junior Colleges.
(4) Quotes must provide the fill in information found in solicitation provisions 52.209-5 and 52.209-7.
(5) Quotes must demonstrate the contractor’s technical capability to provide the required services with a description of how the contractor plans to meet the requirements of the solicitation in accordance with the Statement of Work. This statement should include the number of instruction hours provided to each student in the contractor’s accredited curriculum.
(6) A completed copy of the Business Questionnaire – Attachment II.
(7) Quotes must provide documentary evidence of accreditation.

Quote Submission Information:
Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00 pm local time on Friday, August 13, 2014.
Written quotes will be accepted by mail, hand-carried delivery, or email. However, emailed quotes are encouraged. Emailed quotes must be sent to cdailey@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP03171400005. Quotes must include all required information.
Mailed or Hand-carried quotes must be delivered to the attention of Charles Dailey, Contract Specialist at the address listed above. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base.
Questions regarding this requirement may be directed in writing to Charles Dailey, Contract Specialist at cdailey@bop.gov. Please submit all questions no later than August 1, 2014.

Place of Performance: FCI Bennettsville 696 Muckerman Road Bennettsville, SC 31703 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03171400005/listing.html
OutreachSystems Article Number: 140719/PROCURE/0110 Matching Key Words: documentar*;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–ADMINISTRATIVE SUPPORT SERVICES W9124D-14-SS-0002BJM 072514 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox The Mission Installation Contracting Command Center – Fort Knox is conducting market research for Administrative Support Services for the U.S. Army Recruiting Command. The market search is to determine the capabilities of all businesses (large and small) interested in the opportunity described below. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought announcement. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this notice. The applicable NAICS code is 561110 and the size standard is $7,500,000.

This requirement is for an administrative support services within various recruiting offices within CONUS and limited OCONUS locations. The administrative support services required includes, but is not limited to the following administrative functions that may be required of the individuals at each site: operation of standard office equipment (e.g., copiers, facsimile machines, word processors, microcomputers, printers, modems, computer terminals); processing of electronic mail (send, receive, file, achieve, download, save and open of documents/attachments); utilize Microsoft Office Suite programs and internet search browsers; maintain file system; screen, initiate and receive telephone calls; knowledgeable with U.S. Army regulations; ability to communicate (written and verbal) in English; initiate and maintain reports; visitor control; and provide support to one or more recruiters.

Your response shall be no more than 5 pages in length and include the following:

1. Business Information
a. Company name and address
b. D&B Duns Number
c. Socio-economic classification of company (i.e., small business, 8(a), woman owned, service disabled veteran owned, HUBZone, large business, etc.)
d. Size (gross revenue, number of employees in company)
e. Number of years in existence
f. Company point of contact – name, phone, email address

2. Vendor’s Capabilities
Descriptions of the vendor’s capabilities to provide the administrative support services consistent with the duties listed in this announcement.

Responses to this announcement are due at 10:00 AM, Fort Knox local time, on Friday, 25 July 2014, must be in writing, and shall be sent electronically to Barbara Mattingly at Barbara.j.mattingly2.civ@mail.mil. Responses shall also include the Sources Sought number and title in the subject line of the email.

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/36578ca005fbfc4437f3187be2a93fe4
OutreachSystems Article Number: 140718/PROCURE/0720 Matching Key Words: age:state!ky; state!ky;

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–ADMINISTRATIVE SUPPORT SERVICES W9124D-14-SS-0002BJM 072514 Barbara Mattingly, 502-624-8158 MICC Center – Fort Knox The Mission Installation Contracting Command Center – Fort Knox is conducting market research for Administrative Support Services for the U.S. Army Recruiting Command. The market search is to determine the capabilities of all businesses (large and small) interested in the opportunity described below.Department of the Army THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought announcement. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this notice. The applicable NAICS code is 561110 and the size standard is $7,500,000.

This requirement is for an administrative support services within various recruiting offices within CONUS and limited to OCONUS locations of Alaska, Germany, and Puerto, Rico. The administrative support services required includes, but is not limited to the following administrative functions that may be required of the individuals at each site: operation of standard office equipment (e.g., copiers, facsimile machines, word processors, microcomputers, printers, modems, computer terminals); processing of electronic mail (send, receive, file, achieve, download, save and open of documents/attachments); utilize Microsoft Office Suite programs and internet search browsers; maintain file system; screen, initiate and receive telephone calls; knowledgeable with U.S. Army regulations; ability to communicate (written and verbal) in English; initiate and maintain reports; visitor control; and provide support to one or more recruiters.

Your response shall be no more than 5 pages in length and include the following:

1. Business Information
a. Company name and address
b. D&B Duns Number
c. Socio-economic classification of company (i.e., small business, 8(a), woman owned, service disabled veteran owned, HUBZone, large business, etc.)
d. Size (gross revenue, number of employees in company)
e. Number of years in existence
f. Company point of contact – name, phone, email address

2. Vendor’s Capabilities
Descriptions of the vendor’s capabilities to provide the administrative support services consistent with the duties listed in this announcement.

Responses to this announcement are due at 10:00 AM, Fort Knox local time, on Friday, 25 July 2014, must be in writing, and shall be sent electronically to Barbara Mattingly at Barbara.j.mattingly2.civ@mail.mil. Responses shall also include the Sources Sought number and title in the subject line of the email.

NO PHONE CALLS WILL BE ACCEPTED.

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/4d00b1fbf3cbba93d1074b06814b0597
OutreachSystems Article Number: 140718/PROCURE/0826 Matching Key Words: age:state!ky; state!ky;

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Studio Videographer (Studio 54-VOA Broadcast Operations) BBG50-R-14-0052 072514 Patrice Abner, Phone 000-000-0000, Email pabner@bbg.gov – Herman Shaw, Phone 000-000-0000, Email hshaw@bbg.gov ;
p;
i) THIS IS A COMBINED SYNOPSIS/SOLICITATION 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

 

(ii) Solicitation No. BBG50-R-14-0052 is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-073, dated May 29, 2014.

(iv) This is a one hundred percent (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 $7.5.

(v) The contractor shall provide a Firm Fixed Price proposal for a base period of three (3) months and three (3) option periods of three (3) months each. The government has the option of issuing a one year purchase order award with no option periods per the need of the government. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding multiple Non-Personal Services Purchase Orders with Independent Contractors for Radio, Television and Multimedia services as described in the attached Statement of Works (SOW). The Offerors selected for an award must be able to successfully pass a BBG security investigation. Offerors may submit for more than one Statement of Work, however they must submit an individual proposal i.e. technical and price for each Statement of Work.

(vii) The Government anticipates making multiple award under this Solicitation on/or about on August 1 and no later than August 31, 2014. The Base Period of award will be three (3) months and the subsequent Option Periods, if exercised, will follow sequentially for a total contract duration not to exceed twelve (12) months. The government has the option of issuing a one year purchase order award with no option periods per the need of the government. The Contractor shall submit a monthly invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this solicitation. 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 proposal identifying capabilities as noted below. The contractor shall demonstrate their ability and experience in providing the required services.

Offeror’s minimum qualifications shall include but not be limited to:
1) Offeror’s Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training necessary to provide the required services under this solicitation.

2) Experience – The Offeror shall demonstrate experience in providing the required services under this solicitation to Governmental and/or commercial customers.

INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). The Price Proposal must contain a copy of Attachment A entitled “Price Schedule” which must be filled out by the interested contractor as well as either a copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.

(ix) The Government will award Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Orders resulting from this RFP to the responsible offerors whose offer conforming to the RFP will provide the best value to the Government, based on technical, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. THE FOLLOWING EVALUATION AND PAST PERFORMANCE FACTORS LISTED IN ORDER OF IMPORTANCE MUST BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ PROPOSALS: 1) A narrative detailing the approach that they will take to meet the requirement. The offeror must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The offeror must submit a brief description of its company’s business and provide a company point of contact including address, e-mail address, telephone number, fax number and if applicable, the company’s web-page address. (Technical Approach); 2) Recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience) 3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) 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. Offerors shall use Attachment B – Past Performance References to submit their past performance references. (Past Performance) and 4) A Separate Price Proposal showing a price breakdown for the services under solicitation. The prices shall be provided in United States dollars. The Price Proposal must contain Attachment A entitled “Service and Price Schedule” which must be filled out by the offeror. Offerors are cautioned that failure to address each of the above evaluation factors may deem their proposal unacceptable .

 

(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/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO AWARD.

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

II. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to unilaterally exercise the options in Attachment A entitled “Price Schedule.” The Parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise.

Option Periods for Contract
If BBG includes option periods within contract:
In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)

III. AVAILABILITY OF FUNDS

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

 

(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/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO AWARD.

Summary of Proposal Items Required:

List Solicitation number on each proposal item:

•· – Resume

•· – Narrative (detailing how the offeror would meet the Technical Requirements and Expertise objectives listed on the Statement of Work)

•· – Price Proposal (Attachment A Sheet)

•· – Past Performance (Attachment B sheet)

•· – SAM registration information in (x)

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

II. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to unilaterally exercise the options in Attachment A entitled “Price Schedule.” The Parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise.

In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)

 

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation 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-Aside (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 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (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: 52.217-9 Option to Extend the Term of the Contract.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Proposals shall be in writing and must be signed by an official authorized to bind the organization and/ or the individual offeror. Proposals will be accepted via courier, e-mail or hand-delivery. Oral and faxed proposals will not be accepted .

Questions:

Please note that questions must be submitted in writing to Patrice Abner by email (pabner@bbg.gov) and received before the deadline of 2:00 p.m., Eastern Daylight Time on July 22, 2014. No questions via phone will be accepted.

Submission of Proposals:
ALL proposal submissions must include the solicitation number. E-mail submissions must include the solicitation number in the subject line of the e-mail submission.
Technical Proposals shall be submitted as an original and three (3) copies and Price Proposals shall be submitted as an original and one (1) copy ( if submitting via e-mail , only one copy of each is required) . All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 on July 25, 2014 at 4:00PM, Eastern Daylight Time.

(xvi) Contact: Patrice Abner, Contracting Officer, email: pabner@bbg.gov.

 

Set-Aside: Total Small Business Place of Performance: 330 Independence Avenue SW Room 4448 Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0052/listing.html
OutreachSystems Article Number: 140717/PROCURE/0106 Matching Key Words: naics!711510;

Department of Justice, Offices/Boards/Divisions, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400 Washington DC 20530
R — GRAND JURY AND DEPOSITIONS COURT REPORTING DJJ-RFP-EOA02-14-0111 081514 Nicole Green, Phone 2022525411, Email nicole.green@usdoj.gov U.S. Attorney’s Office600px-US-DeptOfJustice-Seal.svg Kentucky (Louisville, Bowling Green, and Paducah)
Grand Jury and Depositions Court Reporting
Set-Aside: Total Small Business Place of Performance: 717 West Broadway Louisville, KY 40202 US URL: https://www.fbo.gov/spg/DOJ/JMD/EOUSA-FMSS/DJJ-RFP-EOA02-14-0111/listing.html
OutreachSystems Article Number: 140717/PROCURE/0112 Matching Key Words: state!ky;

Department_of_Veterans_Affairs_LogoDepartment of Veterans Affairs, Bronx VAMC (NAL), Department of Veterans Affairs, Department of Veterans Affairs;James J. Peters VA Medical Center; Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
T–Video Editing System Equipment VA24314I1323 072214 Andres Cepeda Contract Specialist Contract Specialist Synopsis:
Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 3 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing “Video Editing System” ” for the New Jersey Healthcare System (NJHCS), East Orange Campus.
The digital editor must be a stand-alone video editing system which can be used from beginner to professional users to start video production and include as standard the following:
” Fast multi-core processor with cooling system for quiet operation
” Large memory for managing large scene-collection
” High hard drive capacity for up to 30 projects
” Processing of many video formats from analog and DV to HDV and AVCHD footage
” Provide Full screen Full HD presentation of material during processing (cutting, trimming, play) to always ensure the best possible image control
” High quality audio output via HDMI cable or digital optical S / PDIF connector
” Flexible output formats in standard SD and HD
” Standard 2x Blu-Ray burner for high production speed or 1:1 DVD / BD copies
” High-resolution 4.3″ color TFT display for status display, calculation progress
” HD backup software for backup to external USB hard disks to secure all 30 projects 1:1
” The rendering device must provide very fast and high quality conversions of SD and HD projects into H.264.ts formats that can be played on PCs, Macs and many media players.
” The complete software bundle must include necessary editing software, HD backup, media manager, 3D Shapes, Fonts & FX 1-4, presentation options, photo transfer and PowerKey w/keyboard.
The North American Industry Classification Systems (NAICS) is 334310. Responses to this notice must be submitting in writing (email or fax) and must be received not later than July 15, 2014 at 5:00 PM. Email: andres.cepeda@va.gov and Fax: 718-741-4722. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. Interested parties who do not submit the above information on or before the response due date and time will not be considered for this procurement.
The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 334310. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
Place of Performance: VA New Jersey Healthcare System;East Orange VAMC;385 Tremont Ave;East Orange, NJ 07018 USA URL: https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314I1323/listing.html
OutreachSystems Article Number: 140717/PROCURE/0663 Matching Key Words: video*; edit*; produc*; website; business*; production?;

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON),Broadcasting Board of Governors 330 C Street, SW, Room 4300 Washington DC 20237
R — Kurdish Broadcast/Combination Services BBG50-Q-14-0077 072414 LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov – J.R. HILL, Contracting Officer, Phone 202–382-7846, Fax 202-382-7877, Email chill@bbg.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This 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 a 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 Combination Services as described in further detail below for the South and Central Asia Division (Kurdish Services) in Washington D.C. 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:
One year from award

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 Attachment

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 hourly rate. The rate will be negotiated with the BBG. Base your proposed hourly rate on the Statement of Work (SOW). Indicate the SOW in your proposal.

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

To ensure consideration for the intended position, please reference the solicitation number on your proposal. Also, indicate the Statement of Work (SOW) you are applying for in your proposal. The SOW’s are named as the following:

Statement of Work Kurdish 40hrs
Statement of Work Kurdish 24hrs
Statement of Work Kurdish 16hrs

Proposal must be submitted electronically to lkwashin@bbg.gov. The due date is July 24, 2014 at 9:00 am EST. All proposals as well as inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Deadline to submit questions: July 18, 2014

Contracting Office Address:
Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket 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 abd specialized training.

Factor #2 – Price

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.

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.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors Voice of America 330 Independence Ave. SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0077/listing.html
OutreachSystems Article Number: 140716/PROCURE/0084 Matching Key Words: naics!711510;

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Turkish Broadcasting Services BBG50-Q-14-0078 072414 LaKeisha S. Washington, Contracting Officer, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.gov – J.R. HILL, Contracting Officer, Phone 202.382.7846, Fax 202-382-7877, Email chill@bbg.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This 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 a 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 Combination Services as described in further detail below for the South and Central Asia Division (Turkish Service) in Washington D.C. 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:
One year from award

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 Attachment

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 hourly rate. The rate will be negotiated with the BBG. Base your proposed hourly rate on the Statement of Work (SOW). Indicate the SOW in your proposal.

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

To ensure consideration for the intended position, please reference the solicitation number on your proposal. Also, indicate the Statement of Work (SOW) you are applying for in your proposal. The SOW’s are named as the following:

Turkish Service SOW Multimedia/Line-Producer & Broadcaster
Turkish Service SOW Cameraman, Producer, Video Editor
Turkish Service SOW Video Editor

Proposal must be submitted electronically to lkwashin@bbg.gov. The due date is July 24, 2014 at 9:00 am EST. All proposals as well as inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Deadline to submit questions: July 18, 2014

Contracting Office Address:
Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket 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 abd specialized training.

Factor #2 – Price

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.

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.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors Voice of America 330 Independence Avenue Washington, DC US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0078/listing.html
OutreachSystems Article Number: 140716/PROCURE/0085 Matching Key Words: video*; edit*; produc*; train*; you; education*; business*; produce?; commercial?; naics!711510;

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 199 6th AVE, Fort Knox, KY 40121
69–TRAINING AID PROPS 0010515361 080414 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; ThisDepartment of the Army 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.The solicitation number is 0010515361 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 333249 with a small business size standard of 0.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2014-08-04 11:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be FORT KNOX, KY 40121 Set-Aside: Total Small Business Place of Performance: FORT KNOX, KY 40121 40121 US URL: https://www.fbo.gov/notices/5559ab1e31bdb7790b3543e7bc3ab8fd
OutreachSystems Article Number: 140716/PROCURE/0508 Matching Key Words: age:state!ky; state!ky;

FedBizOpps – Surplus

Department of the ArmyDepartment of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale Of Post Consumer Pallets QRP15-0001 072514 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of post-consumer pallets. The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.

The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121

Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672

Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0001/listing.html
OutreachSystems Article Number: 140719/SURPLUS/0876 Matching Key Words: state!ky;

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Scrap Clean Aluminum (Bleacher Seats) QRP15-0002 072514 Bridgette Caico,Department of the Army Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Scrap Clean Aluminum (Bleacher Seats). The duration of this is a 1 time load.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.

The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121

Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672

Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0002/listing.html
OutreachSystems Article Number: 140719/SURPLUS/0877 Matching Key Words: state!ky;

FedBizOpps – Awards

360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management 16825 South Seton Avenue Emmitsburg MD 21727
U — Sesame Workshop E460060Y Rashurn Harrison, Contract Specialist, Phone 3014471136, Email rashurn.harrison@fema.dhs.gov HSFE20-13-P-0275 $234,240.00 093013 Sesame Workplace
URL: https://www.fbo.gov/spg/DHS/FEMA/NETC/E460060Y/listing.html
OutreachSystems Article Number: 140716/AWARDS/0984 Matching Key Words: naics!512110;

USABID State and Local Purchases

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
T – IFTA and KIT Decals RFB : 1500000030 Transportation – O SOL IFTA and KIT Decals RFB : 1500000030 Transportation – Office Of The Secretary Laura Hagan Published On : 7/16/14 Amended On : Closing On : 7/31/14 10:00 AM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140718/BID/0001 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
99 – Interactive Patient Care (IPC) SystemQuestions & Answers SOL UK-1394-15 Interactive Patient Care (IPC) SystemQuestions & Answers Due Date: 7-25-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140718/BID/0287 Matching Key Words: age:state!ky; state!ky;

Oklahoma – Oklahoma University http://www.ou.edu/purchasing/solicitations/solicitations.html University of Oklahoma Department of Purchasing 2750 Venture Drive Norman, OK 73069-8279 Phone: (405)325-2811
U – Prime Supplier for Video-Based Skills Training Solution SOL R-15122-15 Prime Supplier for Video-Based Skills Training Solution Due Date: August 7, 2014 at 2:00 P.M. CT Contact: Craig Siscoemail: craig-sisco@ouhsc.edu For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140718/BID/0511 Matching Key Words: video*; train*;

University of Iowa eBids http://www.uiowa.edu/purchasing/vendor/ebid.htm 202 Plaza Centre One; Iowa City, IA 52242; 319-335-0115
R – Film Documentary for 2008 Flood Affects to University of Iowa Ha SOL 15315F Addendum 1 Film Documentary for 2008 Flood Affects to University of Iowa Hancher Auditorium, Voxman School of Music and Clapp Recital Hall Due Date: 7/25/2014 3:00:00 PM Central For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140717/BID/0184 Matching Key Words: documentar*;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

 


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

United_States_Department_of_Defense_Seal.svgDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

U.S. TRANSPORTATION COMMAND

U.S. Transportation Command is awarding modifications to contracts exercising second year options for international commercial multimodal transportation services each valued at a maximum $513,625,650 to the following carriers: Liberty Global Logistics LLC, Lake Success, New600px-US-TRANSCOM-Emblem.svg York (modification P00013 to previously awarded contract HTC711-12-D-R008); American President Lines, LTD, Scottsdale, Arizona (modification P00013 to previously awarded contract HTC711-12-D-R009); and Farrell Lines, Inc., Norfolk, Virginia (modification P00010 to previously awarded contract HTC711-13-D-R001). Work will be performed worldwide, with an expected completion date of July 31, 2015. Fiscal 2014 and 2015 transportation working capital funds will be obligated on individual task orders. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

600px-US-DeptOfNavy-Seal.svgNAVY

Data Link Solutions, LLC, Cedar Rapids, Iowa (N00039-10-D-0031) and ViaSat, Inc., Carlsbad, California (N00039-10-D-0032), are being awarded a combined $116,750,000 modification to a previously awarded multiple award contract to exercise options for systems engineering and integration for the Multifunctional Information Distribution System (MIDS) Low Volume Terminal (LVT) and the MIDS Joint Tactical Radio Systems (JTRS) terminal. The MIDS-LVT provides secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms. MIDS JTRS is a pre-planned product improvement replacement transforming the MIDS-LVT into a four-channel, software communications architecture compliant JTRS terminal while maintaining current Link 16 and tactical air navigation capability. For Data Link Solutions, LLC, work will be performed in Wayne, New Jersey (50 percent) and Cedar Rapids, Iowa (50 percent). For ViaSat, Inc., work will be performed in Carlsbad, California. Work is expected to be completed by March 9, 2015. No funds are obligated at the time of award. Funds will be obligated as delivery orders are issued in the future. No contract funds will expire at the end of the current fiscal year. This contract was competitively procured as a multiple award contract via the Federal Business Opportunities and SPAWAR e-Commerce Central websites, with two proposals solicited and two offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, is being awarded a $101,947,764 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0033) to exercise an option for organizational level maintenance and logistics support for all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. In addition, this option provides supportability/safety studies, and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2015. Fiscal 2014 research, development, test and evaluation; operations and maintenance; and working capital funds (Navy) in the amount of $11,853,572 will be obligated at time of award; $3,980,000 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

BAE Systems Southeast Shipyards Mayport, Jacksonville, Florida, is being awarded an $54,698,937 modification to a previously awarded contract (N00024-10-C-4406) for a Docking Selected Restricted Availability to include structural work and extensive repairs and maintenance onboard USS Gettysburg (CG-64). This availability includes hull, machinery, electrical, electronics, ship alterations, and piping alteration and repair work. Work will be performed in Jacksonville, Florida, and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $32,914,644 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. Southeast Regional Maintenance Center, Mayport, Florida, is the administering contracting activity.

Defense Support Services, LLC, Marlton, New Jersey, is being awarded a $47,514,293 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0031) for organizational level maintenance, with limited intermediate level maintenance, in support of current and future aircraft assigned to the Naval Test Wing Pacific at Point Mugu and China Lake Naval Air Stations, California. Work will be performed in China Lake, California (79 percent) and Point Mugu, California (21 percent), and is expected to be completed in July 2015. Fiscal 2014 research, development, test and evaluation and working capital funds (Navy) in the amount of $7,672,825 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a not-to-exceed $38,199,550 delivery order (0017) under a previously awarded contract (N00383-07-D-001J) for the repair of various parts in support of the AV-8 aircraft. Work will be performed in St. Louis, Missouri, and the expected completion date is June 5, 2015. Fiscal 2014 working capital funds (Navy) in the amount of $28,649,662 will be obligated at the time of award and these funds will not expire before the end of the current fiscal year. One company was solicited for this non-competitive requirement in accordance with 10 U.S.C. 2304(c)(1) and one offer was received in response to this solicitation. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $27,625,758 modification to a previously awarded contract (N00024-10-C-4308) for USS NITZE (DDG-94) fiscal 2014 and 2015 docking selected restricted availability. A docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities while in dry dock. Work will be performed in Norfolk, Virginia, and is expected to be completed by January 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $27,625,758 will be obligated at time of award and the funds will expire at the end of fiscal year 2015. Norfolk Ship Support Activity, Norfolk, Virginia, is the contracting activity.

Will-Burt Advanced Composites, Inc.,* Orrville, Ohio, is being awarded a $19,465,444 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the design, fabrication and delivery of radio frequency shielded enclosures (shelters) with weatherization, and electrical and fire suppression systems to house the electronic equipment infrastructure for the Relocatable Over-The-Horizon (ROTHR) system. Work will be performed in Orrville, Ohio, and is expected to be completed by July 30, 2019. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $4,000,000 will be obligated at the time of award and these funds will expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with three offers received in response to the solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-14-D-Z033).

Raytheon Company, McKinney, Texas, is being awarded an $18,207,740 job order which is a combination of cost-plus-fixed-fee and firm-fixed-price to previously awarded contract N00164-12-G-JQ66 for Common Sensor Payload (CSP) AN/AAS-53 repairs and sustainment support. CSP AN/AAS-53 repairs and sustainment support, which includes depot repair, spare analysis, program management, configuration management, software maintenance, field support repair, field support engineering support in the continental United States, engineering support, reliability and logistical support, and software support. Work will be performed in McKinney, Texas (97.8 percent) and El Mirage, California (1.2 percent), and is expected to be completed by July 2015. Fiscal 2014 aircraft procurement (Army) and fiscal 2014 operations and maintenance (Army) contract funds in the amount of $9,574,221 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

Robertson Fuel Systems, LLC, Tempe, Arizona, is being awarded a $14,779,950 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0097) to exercise an option for the procurement of two mission auxiliary fuel tank systems for the MV-22 Osprey aircraft. Work will be performed in Tempe, Arizona, and is expected to be completed in July 2015. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $14,779,950 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded a $10,944,817 modification to a previously awarded contract (N00024-11-C-6294) for fiscal 2014 Acoustic Rapid Commercial-Off-The-Shelf (COTS) Insertion (ARCI) Systems Production. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS based hardware and software. The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 through Technology Insertion 14 for the U.S. submarine fleet. This modification will purchase TI-14 Spares for 12 ships and one installation and check out kit for the Virginia Class. Work will be performed in Manassas, Virginia (60 percent) and Clearwater, Florida (40 percent), and is expected to be completed by December 2018. Funds in the amount of $10,944,817 will be obligated at the time of award. Fiscal 2012, 2013, 2014 ship conversion (Navy) and fiscal 2014 other procurement (Navy) contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Cessna Aircraft Co., Wichita, Kansas has been awarded a $64,493,531 firm-fixed-price contract for Interim Contractor Support (ICS) and Training. The total cumulative face value of the contract is $64,493,531. The contract provides for the ICS of 26 C-208B aircraft, six T-182T aircraft, six aircrew training devices and aircraft maintenance training. Work will be performed at Kabul International Airport, Kandahar Air Base and Shindand Air Base, Afghanistan, and is expected to be completed by Jan. 31, 2016. This contract supports 100 percent foreign military sales for Afghanistan, and $18,965,809 will be obligated from fiscal 2013 Afghanistan Security Forces fund at time of award. Air Force Life Cycle Management Center/WLZI, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8617-14-C-6195).

ARMY

KIRA, Inc.,* Boulder, Colorado was awarded a $36,904,747 modification (P00161) to contract W911RZ-05-C-0009 to exercise option nine for base operations and maintenance services for the Directorate of Public Works, Fort Carson. Fiscal 2014 operations and maintenance (Army) funds inDepartment of the Army the amount of $1,206,947 were obligated at the time of the award. Estimated completion date is Sept. 29, 2015. Work will be performed at Fort Carson, Colorado. Army Contracting Command, Fort Carson, Colorado, is the contracting activity.

Source America, Vienna, Virginia, was awarded a $26,028,750 modification (P00068) to contract W9124D-11-C-0019 for facilities maintenance for the Department of Public Works, Fort Knox, Kentucky. Fiscal 2014 operations and maintenance (Army) funds in the amount of $3,395,931 were obligated at the time of the award. Estimated completion date is July 31, 2015. Work will be performed at Fort Knox. Army Contracting Command, Fort Knox, Kentucky, is the contracting activity.

Great Lakes Dock and Materials LLC,* Muskegon, Michigan, was awarded a $24,992,668 firm-fixed-price multi-year contract to repair the Cleveland East Breakwater. Work will be performed in Cleveland, Ohio, with a completion date of Nov. 3, 2016. Bids were solicited via the Internet with two received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $24,992,668 are being obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-14-C-0017).

PRIDE Industries, Roseville, California was awarded a $14,862,152 modification (P00054) to contract W9124J-09-C-0014 to support the Fort Polk Directorate of Public Works Base Operations. Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,862,152 were obligated at the time of the award. Estimated completion date is April 30, 2015. Work will be performed at Fort Polk, Louisiana. Army Contracting Command, Fort Polk, Louisiana is the contracting activity.

Broadband Discovery Systems,* Scotts Valley, California, was awarded a $9,000,000 cost-plus-fixed-fee contract to build, test and assess multi-sensor stand-off person-borne improvised explosive device detection systems with an estimated completion date of July 30, 2019. One bid was solicited with one received. Funding and work location will be determined with each order. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0025).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Pelican/Hardigg Industries, South Deerfield, Massachusetts, has been awarded a maximum $35,440,000 fixed-price with economic price adjustment contract for medical items and accessories. This contract was a competitive acquisition with six offers received. This is a five-year base contract with no option periods. Location of performance is Massachusetts with a July 29, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-14-D-0004).

JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION

CACI- Athena, Inc., Chantilly, Virginia, is being awarded a $12,646,545 time and materials contract for J-9 Operations Research Analysis (ORSA) support services. The J-9 ORSA will provide rapidly deployable ORSA expertise in all aspects of counter-improvised explosive device operations to support U.S. Forces within and outside of the continental United States. The primary location of performance is Reston, Virginia, and overseas locations. If all options are exercised, work is expected to be completed by August 2017. Fiscal 2013 overseas contingency operations funds in the amount of $3,000,000 are being obligated at award. This contract was competitively procured, with 10 bids received. The contracting activity is the Joint IED Defeat Organization Contract Operations, Arlington, Virginia (HQ0682-14-C-0005).

U.S. TRANSPORTATION COMMAND

National Air Cargo Group, Inc., Orlando, Florida, is being awarded a $513,625,650 maximum600px-US-TRANSCOM-Emblem.svg ceiling modification (P00013), exercising the second option period to previously awarded contract HTC711-12-D-R010 for international commercial multimodal transportation services. Work will be performed worldwide, with an expected completion date of July 31, 2015. Fiscal 2014 and 2015 transportation working capital funds will be obligated on individual task orders. The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

600px-US-DeptOfNavy-Seal.svgNAVY

K2 Energy Solutions, Inc.,* Henderson, Nevada, is being awarded a ceiling-priced $81,400,000 firm-fixed price/cost-plus fixed-fee, basic ordering agreement for the fully self-contained battery intermediate energy store system required to power a large modular capacitor bank for the electromagnetic railgun. Work will be performed in Henderson, Nevada, and is expected to be completed by December 2016. No funding will be obligated at time of award. The contract was sole sourced in accordance with the Federal Acquisition Regulation 6.302-5. This SBIR Phase III is for work that derives from, extends, or logically concludes effort(s) performed under prior SBIR funding agreements and is authorized under 15 U.S.C. § 638(r). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-G-4207).

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $29,148,390 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of Mission CareTM support for the AE1107C engine, including flight hours, and lower power engine removals and repairs, for the V-22 aircraft. Work will be performed in Oakland, California (70 percent) and Indianapolis, Indiana (30 percent), and is expected to be completed in February 2015. Fiscal 2014 operations and maintenance (Navy, Special Operations Command and Air Force) funds in the amount of $29,148,390 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Science Applications International Corp., McLean, Virginia, is being awarded a $21,593,120 cost-plus-fixed-fee contract for the Department of Navy, U. S. Fleet Forces Command, highly specialized, comprehensive, analytical training and technical services in direct support of their Fleet Deployment Training Program. Under this effort, the contractor will provide live, virtual, and constructive training program support, fleet training academics and instruction support, training exercise and event support. This contract contains a seven-month base period and one two-month option period, which if exercised, will bring the contract value to $27,752,969. Work will be performed in Norfolk, Virginia (41.6 percent); Virginia Beach, Virginia (39.6 percent); San Diego, California (7.6 percent); Fallon, Nevada (5.1 percent); Suffolk, Virginia (3 percent); Pearl Harbor, Hawaii (1.7 percent); Okinawa, Japan (0.9 percent); and Mayport, Florida (0.5 percent). Work is expected to be completed Feb. 28, 2015. If all options are exercised, work will continue until April 29, 2015. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $21,593,120 will be obligated at the time of award and will expire at the end of the current fiscal year. The requirement was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1), with one offer received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-14-C-0033).

CCI Solutions, LLC,* Augusta, Maine, is being awarded $10,172,160 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40085-13-D-8006) for energy upgrades and repairs to Building 291 at the Portsmouth Naval Shipyard. The work to be performed provides for energy efficiency improvements by replacing external siding and upgrading heating, ventilation, air conditioning, electrical and lighting systems. An addition to the building will be constructed to house mechanical equipment, and new direct digital control and sprinkler systems will be installed. Work will be performed in Kittery, Maine, and is expected to be completed by May 2018. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $10,172,160 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, Kittery, Maine, is the contracting activity.

Remotec Inc., Clinton, Tennessee, is being awarded an $8,801,324 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for depot level repairs to the MK3 Series Remote Ordnance Neutralization Systems (RONS), and the upgrade and repair of the MK3 Mod 0 to the MK3 Mod 1 System. The MK3 Mod 1 upgrade will improve the serviceability of the robots, increase the availability of the spare parts and increase the capabilities of the robots. In situations where it is economically infeasible to upgrade or repair the MK3 Mod 0 system, the option to purchase a new RONS MK3 Mod 1 for replacement will be available under a new contract. The contract includes a one-year base period with four one-year options, which if exercised, will bring the contract value to $12,355,953. Work will be performed in Clinton, Tennessee, and is expected to be completed by August 2019. Fiscal 2013 other procurement (Navy and Army) funding in the amount of $4,500,775 will be obligated at the time of the award and contract funds will not expire at the end of the current fiscal year. This contract was synopsized via the Federal Business Opportunities website as a sole source procurement in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-D-0027).

Sikorsky Aerospace Maintenance, Stratford, Connecticut, is being awarded a $7,927,579 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0024) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance for aircraft operated by adversary squadrons. Work will be performed at the Naval Air Station Key West, Florida (40 percent); Naval Air Station Fallon, Nevada (30 percent); and Marine Corps Air Station, Yuma, Arizona (30 percent), and is expected to be completed in October 2014. Fiscal 2014 operations and maintenance (Navy Reserve) funds in the amount of $7,927,579 are being obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

*Strock Enterprises LTD*, Cheektowaga, New York (W912P4-14-D-0001); Upstate Construction Services, Inc.,* Watertown, New York (W912P4-14-D-0002); Oddo Construction Services LLC,* Amherst, New York (W912P4-14-D-0003); Tidewater, Inc.,* Elkridge, MarylandDepartment of the Army (W912P4-14-D-0004); Great Lakes Dock and Materials LLC,* Muskegon, Michigan (W912P4-14-D-0005); Geo. Gradel Co.,* Toledo, Ohio (W912P4-14-D-0006); Morrish-Wallace Construction Co.,* Cheboygan, Michigan (W912P4-14-D-0007); Huffman Equipment Rental,* Willoughby, Ohio (W912P4-14-D-0008); and SAF, Inc.,*Akron, Ohio (W912P4-14-D-0009), were awarded a $40,000,000 firm-fixed-price, multi-year, multiple-award, task order contract for general construction throughout the lakes and rivers division with an estimated completion date of July 28, 2019. Bids were solicited via the Internet with 17 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity.

HNTB Corp. Kansas City, Missouri was awarded a $35,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity contract for architectural and engineering services required for planning and design for the Arlington National Cemetery southern expansion project. Funding and work location will be determined with each order with an estimated completion date of July 31, 2019. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-14-D-0035).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded an $8,119,209 modification (P00076) to contract W31P4Q-12-C-0048 for industrial engineering support to include Army Tactical Missile System (ATACMS), Block I/IA, Guided Multiple Launch Rocket System (GMLRS), High Mobility Artillery Rocket System (HIMARS), Multiple Launch Rocket System (MLRS) M270/M270A1/M270B1/M270C1 launcher platforms and Low Cost Reduced Range Practice Rocket (LCRRPR). Fiscal 2014 research, development, test and evaluation funds in the amount of $8,119,209 were obligated at the time of the award. Estimated completion date is Feb, 20, 2015. Work will be performed at Grand Prairie, Texas. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Pratt & Miller,* New Hudson, Michigan, was awarded a $6,541,220 modification (P00004 ) to contract W56HZV-13-C-0375 to complete the build, integration, and final testing and evaluation for the Occupant Centric Platform, Technology Enabled Capability Demonstrator test asset. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,541,220 were obligated at the time of the award. Estimated completion date is Jan. 31, 2016. Work will be performed in New Hudson, Michigan. Army Contracting Command, Warren, Michigan, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Gossner Foods, Inc.,** Logan, Utah, has been awarded a maximum $25,577,791 fixed-price with economic-price-adjustment, indefinite-quantity contract for ultra-high temperature, shelf-stable milk. This contract was a competitive acquisition with one offer received. This is a five-year base contract with no option periods. Location of performance is Utah with a July 28, 2019 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-14-D-Z201).

Graybar Electric Company, Inc., St. Louis, Missouri, has been awarded a maximum $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor, bridge contract for maintenance, repair, and operations for the South central zone one region. This contract was a sole-source acquisition. Location of performance is Missouri with a Nov. 28, 2014 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0903).

Science Application International Corporation, Fairfield, New Jersey, has been awarded a maximum $10,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor, bridge contract for maintenance, repair, and operations for the South central zone two region. This contract was a sole-source acquisition. Location of performance is New Jersey with a Nov. 28, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0904).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor, bridge contract for maintenance, repair, and operations for the North central region. This contract was a sole-source acquisition. Location of performance is Illinois with a Nov. 28, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0902).

AIR FORCE

Northrop Grumman Systems, Linthicum Heights, Maryland, has been awarded an $11,343,138 indefinite-delivery requirements contract to provide E-3 Airborne Warning and Command System Radar Maintenance Technician Initial Skills Training program to the Royal Saudi356px-Seal_of_the_US_Air_Force.svg Air Force. Proposed training will be developed and conducted by the contractor, procured by the Air Education and Training Command, and presented under the auspices of the Security Assistance Training Program. This contract will span a four-year ordering period, and training will take place in Baltimore, Maryland. The work is expected to be completed July 28, 2018. This contract is 100 percent foreign military sales for Saudi Arabia; no funds will be obligated at time of award. The 338 Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-14-D-0010).

L-3 Communication, San Carlos, California, has been awarded a $6,816,326 firm-fixed-price, indefinite-delivery contract for the remanufacture of F-16 Traveling Wave Tubes. Work will be performed at San Carlos, California, and is expected to be completed by Dec. 29, 2016. This award is the result of a competitive acquisition. Two companies were solicited, one offer was received. Contract will use current year working capital funds. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8251-14-D-0007).

Department of the ArmyARMY

Exelis Systems Corp., Colorado Springs, Colorado, was awarded a $445,107,802 modification (P00083) to contract W52P1J-10-C-0062 for base operations at Camp Arifjan, Camp Buehring, Udairi Range and Camp Patriot in Kuwait and the aerial port of debarkation, and sea port of debarkation in Kuwait. Fiscal 2014 other funds in the amount of $445,107,802 were obligated at the time of the award. Estimated completion date is Sept. 28, 2015. Work will be performed in Kuwait. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

SAIC, McLean, Virginia, was awarded an $89,526,485 cost-plus-incentive fee, incrementally- funded contract with options, for management and technical support for high performance computing services, capabilities, infrastructure, and technologies. Work will be performed at Wright-Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; Stennis Space Center, Mississippi; Vicksburg, Mississippi; Kihei, Hawaii; Lorton, Virginia; and McLean, Virginia, with an estimated completion date of July 28, 2019. Bids were solicited via the Internet with four received. Research, development, testing and evaluation fiscal 2013 ($18,230,430) and fiscal 2014 ($5,770,000) funds are being obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-14-F-0103).

Jacobs Technology Inc., Tullahoma, Tennessee, was awarded a $63,375,000 time and materials contract with options for support services to the Aberdeen Test Center, Aberdeen Proving Ground, Maryland. Funding and work location will be determined with each order with an estimated completion date of July 31, 2015. One bid was solicited with one received. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-14-D-0017).

Northrop Grumman, Herndon, Virginia, was awarded an $11,410,533 modification (P00022) to contract W91WAW-12-C-0047 for the oversight of all information technology requirements for developing, administering, maintaining, and enhancing automated data and information systems. Fiscal 2014 operations and maintenance (Army) funds in the amount of $11,410,328 were obligated at the time of the award. Estimated completion date is July 28, 2015. Work will be performed in Washington, District of Columbia. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Accenture Federal Services, Reston, Virginia, was awarded an $11,112,066 modification (D00353) to contract N00104-04-A-ZF12 for general fund enterprise business systems onsite support and change requests. Fiscal 2014 other procurement (Army) funds in the amount of $1,200,000 were obligated at the time of the award. Estimated completion date is June 26, 2015. Work will be performed in Alexandria, Virginia. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

FLIR Systems, Inc., Wilsonville, Oregon, was awarded a $7,171,955 firm-fixed-price, foreign military sales (Austria) contract for seven Star Safire 380-High Definition Thermal Imaging Systems, with accessories, training and extended warranty. Work will be performed in Wilsonville, Oregon, with an estimated completion date of Aug. 1, 2016. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $7,151,174 are being obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-14-C-D058).

AIR FORCE

Herman Construction Group, Inc., San Diego, California (FA4887-14-D-0002); Rore, Inc., San Diego, California (FA4887-14-D-0003); M & M, Tempe, Arizona (FA4887-14-D-0004); and Premier Civil Construction, Chandler, Arizona (FA4887-14-D-0005), have been awarded a ceiling356px-Seal_of_the_US_Air_Force.svg $95,000,000 multiple-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a minimum guarantee of $2,000. This contracting vehicle will be used to award multi-discipline construction requirements (i.e. civil, mechanical, electrical, demolition, etc.), with additional capability to perform large scale design build projects necessary to support larger requirements at Luke Air Force Base, Arizona. Contractors shall furnish all plant, labor, material, equipment, transportation, and supervision necessary to accomplish each task order in accordance with the contract, specifications, and additional terms and conditions. The location of performance is to be determined per each task order, but will be limited to Luke Air Force Base, Arizona; Fort Tuthill, Arizona; and Gila Bend Air Force Auxiliary Field, Arizona, and work is expected to be completed by July 31, 2015, for the base year, and a maximum time period to fulfill orders by July 31, 2019. These awards are the result of an 8(a) competitive acquisition and 25 offers were received. Fiscal 2014 operations and maintenance funds for task orders will be used during the base year. 56 Contracting Squadron/LGCB, Luke Air Force Base, Arizona, is the contracting activity.

Arcadis U.S., Inc., Highlands Ranch, Colorado, has been awarded a $27,055,427 firm-fixed-price contract for performance-based remediation (PBR). The work includes a full range of construction and engineering activities necessary for investigation, design, remedial action, remedial construction, and environmental remediation activities to achieve minimum performance objectives and stretch goals and support progress to site closeout at 107 Installation Restoration Program sites under this PBR effort. Work will be performed at Vandenberg Air Force Base, California, and is expected to be completed July 28, 2024. This award is a result of a competitive acquisition on FedBizOpps and three proposals were received. Fiscal 2014 Air Force defense environmental restoration account funds in the amount of $27,055,427 are being obligated at time of award. 772d Enterprise Sourcing Squadron/PKB, Joint Base San Antonio, Lackland, San Antonio, Texas, is the contracting activity (FA8903-14-C-0010).

Edaptive Computing Inc.,* Dayton, Ohio, has been awarded a ceiling $20,000,000, indefinite-delivery/indefinite-quantity contract for the Large Aircraft Infrared Countermeasures (LAIRCM) Program Office in evaluating and analyzing its acquisition, logistics, and sustainment operations to optimize their performance. The effort will encompass traditional study and analysis techniques as well as quantitative and model-based techniques for improving analysis and decision support. Work will be performed at Dayton, Ohio, and is expected to be completed by July 2019. This award is the result of a successful, competitive technology advancement effort; it is the third phase of a Small Business Innovative Research (SBIR) effort. Fiscal 2014 research and development funds in the amount of $496,000 will be obligated at time of award and $2,600,000 will be obligated incrementally during performance of delivery order 0001. Air Force Life Cycle Management Center, Aircraft Survivability Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-14-D-6456).

600px-US-DeptOfNavy-Seal.svgNAVY

EJB Facilities Services, Arlington, Virginia, is being awarded a $12,122,891 modification under a previously awarded firm-fixed-price, indefinite-delivery indefinite-quantity contract (N44255-05-D-5103) to exercise option 8c for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for, but is not limited to, all management and administration, visual services, security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services. The total contract amount after exercise of this modification will be $583,089,713. Work will be performed at various installations in the NAVFAC Northwest AOR including but not limited to: Washington (95 percent); Alaska (1 percent); Idaho (1 percent); Montana (1 percent); Oregon (1 percent); and Wyoming (1 percent). Work for this option period is expected to be completed September 2014. Fiscal 2014 operation and maintenance (Navy); fiscal 2014 Navy working capital funds; fiscal 2014 defense health program funds; and fiscal 2014 non-appropriated funds in the amount of $7,645,688 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Science Applications International Corp., McLean, Virginia, is being awarded a $10,437,025 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-10-D-6506) with firm-fixed-price and/or firm, fixed-price, level-of-effort task orders for information technology ashore operations support services in support of Military Sealift Command’s Command, Control, Communications and Computer Systems directorate. Work will be performed in Washington, District of Columbia (74.7 percent); Norfolk, Virginia (16.9 percent); San Diego, California (5.9 percent); Pensacola, Florida (2.4 percent); Scott Air Force Base, Illinois (less than 1 percent); Yokohama, Japan (less than 1 percent); and Naples, Italy (less than 1 percent), and is expected to be completed by July 2015. Fiscal 2015 working capital funds in the amount of $10,437,025 will be obligated on individual task orders subject to the availability of fiscal 2015 funds, and will not expire at the end of that fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-10-D-6506).

DEFENSE LOGISTICS AGENCY

The Boeing Company, St. Louis, Missouri, has been awarded a maximum $6,969,157 firm-fixed-price contract for Radome (structural, weatherproof enclosures for radar antenna protection). This contract was a sole-source acquisition. This is a three-year base contract with noDefense_Logistics_Agency option periods. Location of performance is Missouri with an Aug. 28, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2014 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4A1-14-G-0007-THBJ).

Golden State Medical Supply,* Camarillo, California, has been awarded a maximum $6,590,033 firm-fixed-price contract for medical supplies. This contract was a competitive acquisition with three offers received. This is a four-year base contract with four one-year option periods. Locations of performance are California and West Virginia, with a July 27, 2015, performance completion date. Using services are eligible military and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-14-D-0005).

Department of the ArmyARMY

Newt Marine Service,* Dubuque, Iowa (W9128F-14-D-0025); Western Contracting Corp.,* Sioux City, Iowa (W9128F-14-D-0026); Commercial Contractors Equipment, Inc.,* Lincoln, Nebraska (W9128F-14-D-0027); and Arrowhead Contracting Inc.,* Lenexa, Kansas (W9128F-14-D-0028), were awarded a $49,000,000 firm-fixed-price, multiple award task order contract for the Missouri River recovery program from Fort Peck Dam, Montana, to Kansas City, Kansas. Funding and work location will be determined with each order, with a completion date of July 25, 2019. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Persistent Systems, LLC, New York, New York, was awarded a $49,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, incrementally funded contract for the Program Manager for Special Programs program office for analysis and support, research and development, procurement and production, sustainment and training. Funding and work location will be determined with each order, with a completion date of July 25, 2019. One bid was solicited with one received. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0016).

Navistar Defense, Lisle, Illinois, was awarded a $27,597,040 modification (P0001) to contract W56HZV-12-G-0006 to acquire mine-resistant, ambush-protected hardware kits to upgrade MaxxPro Dash and long-wheel base ambulances to their final configuration. Other procurement funds (Army) for fiscal 2012($14,551,571) and fiscal 2014 ($7,191,511) were obligated at the time of the award. Estimated completion date is May 30, 2015. Work will be performed at Lisle, Illinois. Army Contracting Command, Warren, Michigan, is the contracting activity.

Lakeview Center Inc., Pensacola, Florida was awarded a $10,280,538 modification (P00015) to contract W9124D-10-D-0031 for dining facility/cook support. Funding and work location will be determined with each order. Estimated completion date is Aug. 31, 2015. Army Contracting Command, Joint Base Lewis-McChord, Ft. Lewis, Washington is the contracting activity.

UPDATE: Bay Electric Co., Inc.,* Newport News, Virginia (W912DY-14-D-0035); BITHENERGY, Inc.,* Baltimore, Maryland (W912DY-14-D-0064); Bright Light Federal LLC,* Littleton, Colorado (W912DY-14-D-0065); Ecoplexus,* San Francisco, California (W912DY-14-D-0066); Essex Construction, LLC,* Upper Marlboro, Maryland (W912DY-14-D-0067); Indian Energy LLC,* Newport Beach, California (W912DY-14-D-0068); Infinity Development Partners, LLC,* New Braunfels, Texas (W912DY-14-D-0069); Legatus6 LLC,* Chevy Chase, Maryland (W912DY-14-D-0070); Scatec Solar North America,* Inc., Sausalito, California (W912DY-14-D-0072); SunLight General Capital LLC,* New York, New York (W912DY-14-D-0073); and Third Sun Solar, LLC,* Athens, Ohio (W912DY-14-D-0074), are being added as awardees the Solar technology category of power awards under solicitation W912DY-11-R-0036. These companies, as well as those previously announced will share a maximum $7,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for use in competing and awarding power purchase agreements for solar technology. Funding and work location will be determined with each order. Bids were solicited via the Internet with 114 received. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

NAVY

AMSEC LLC, Virginia Beach, Virginia (N00024-14-D-4402); CDI Marine Co. LLC, Virginia Beach, Virginia (N00024-14-D-4416); and Q.E.D. Systems Inc., Virginia Beach, Virginia (N00024-14-D-4417) are each being awarded a cost-plus-fixed-fee/cost-only, indefinite-delivery/indefinite-quantity, multiple award contract for the procurement of material kitting and technical and logistical support services required to support modernization requirements for USS Blue Ridge (LCC 19) and USS Mount Whitney (LCC 20) under the LCC 19 Class Extended Service Life Program.600px-US-DeptOfNavy-Seal.svg Contractors will provide advance planning efforts associated with shipchecks, drawings, and engineering; and marine maintenance and installation. The maximum dollar amount that may be awarded under all three contracts combined is $96,800,000. At time of award, AMSEC LLC will be awarded a $1,219,966 delivery order; and CDI and Q.E.D. will each be awarded a $10,000 delivery order. Work is anticipated to be performed in Virginia Beach, Virginia (55 percent); Yokosuka, Japan (19.5 percent); Puget Sound, Washington (15 percent); and Gaeta, Italy (10.5 percent), and is expected to be completed by July 2019. Fiscal 2014 operations and maintenance (Navy) in the amount of $1,239,966 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Camber Corp., Huntsville, Alabama (N00244-13-D-0015); Deloitte Consulting LLP, Alexandria, Virginia (N00244-13-D-0016); General Dynamics Information Technology, Inc., Needham, Massachusetts (N00244-13-D-0017); Mission Essential Personnel, LLC, Columbus, Ohio (N00244-13-D-0018); and Vose Technical Systems General, Tacoma, Washington (N00244-13-D-0019), are being awarded modifications under previously awarded multiple award contracts to exercise option year one to provide technical/professional support, and related tailored administrative services for the Center for Civil Military Relations inside and outside the continental United States. The maximum contract value for option year one for all five contracts combined is $56,384,558. These five contractors will compete for task orders under the terms and conditions of the awarded contracts. The required work will be performed at multiple locations as specified in the contract, including Army Active, Reserve and National Guard posts in the United States (10 percent); Monterey, California (8 percent); Kailua, Hawaii (1 percent); Tampa, Florida (1 percent), and various locations outside the continental United States equaling 1 percent or lower (80 percent). Work is expected to be completed by July 31, 2015. This announcement identifies potential contract Foreign Military Sale efforts. The only known potential countries where performance may occur are Egypt, Indonesia, Lebanon, Singapore, and Saudi Arabia, and combined, would equate to less than two percent of the total effort. No funding will be obligated with the exercise of the option, and therefore none of the funding will expire before the end of the current fiscal year. Funding will be provided on individual task orders issued against the contracts during the period of the option. The contracts were competitively procured via the Navy Electronic Commerce Online and the Federal Business Opportunities websites, with five offers received in response to these solicitations. NAVSUP, Fleet Logistics Center, San Diego, California, is the contracting activity.

L-3 Chesapeake Sciences Corp.,* Millersville, Maryland, is being awarded a $17,772,601 cost-plus-fixed-fee, firm-fixed-price contract for the design, development, production and test of two thin line compact towed arrays, 10 test assets, engineering service hours and provisioning item order spares. This effort is the result of Small Business Innovation Research topic number N05-125, Compact Towed Sonar Array. Thin line compact towed array provides the U.S. Naval Fleet with the next generation of array technology to address reliability and maintain mission operational capability. The thin line compact towed array is a reliability improvement array that incorporates compact towed array telemetry while maintaining TB-29A acoustic performance. Work will be performed in Millersville, Maryland (50 percent); Ashaway, Rhode Island (25 percent); and Liverpool, New York (25 percent), and is expected to be completed by January 2016. Fiscal 2011 and 2012 shipbuilding and conversion (Navy) funding in the amount of $12,201,219 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with of FAR 6.302-5. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-6233).

Sonalysts, Inc., Waterford, Massachusetts (N66604-14-D-231A); AMSEC, LLC, Virginia Beach, Virginia (N66604-14-D-231B); Delex Systems, Inc., Herndon, Virginia (N66604-14-D-231C); and URS Federal Services, Inc., Arlington, Virginia (N66604-14-D-231D), are being awarded a 60-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract; aggregate not-to-exceed amount for these multiple award contracts combined is $8,997,500, to produce interactive multimedia instruction courseware modules for the Naval Sea Systems Command’s on-board and schoolhouse training programs for all subject matter areas of submarine operations and procedures. The four contractors will have the opportunity to bid on each individual task order. Work will be performed at the following locations: Virginia Beach, Virginia (24 percent); Herndon, Virginia (24 percent); Arlington, Virginia (24 percent): Waterford, Massachusetts (24 percent); and Groton, Connecticut (4 percent). Work is expected to be completed by July 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $334,950 will be obligated at the time of award and will expire at the end of the current fiscal year. These contracts were solicited unrestricted via the Federal Business Opportunities website, with eight offers received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $32,000,000 firm-fixed-price, prime vendor bridge contract for maintenance, repair and operations for the Southeast Zone 1 region. This contract was a sole-source acquisition. Location of performance is New Jersey, with an Oct. 31, 2014, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0900).

SupplyCore Inc., Rockford, Illinois, has been awarded a maximum $8,000,000 firm-fixed-price, prime vendor bridge contract for maintenance, repair and operations for the Southeast Zone 2 region. This contract was a sole-source acquisition. Location of performance is Illinois, with an Oct. 31, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0901).

AIR FORCE

White Mountain Construction, LLC, Palmer, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0005 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.356px-Seal_of_the_US_Air_Force.svg

SBH Services, Inc., Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0006 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

ASRC Civil Construction, LLC, Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0007 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Bristol Design Build Services, LLC, Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0008 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Frawner Corp., Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0009 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Alutiiq Diversified Services, LLC, Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0010 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $19,802,305 delivery order (0245) on the SENSIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole-source (HC1047-05-D-4000) for NAVAIR Engineering and Analysis Support. SENSIAC will work to improve and enhance airborne, ground and naval electronic detection, protection and guidance devices. The work will be performed at Atlanta, Georgia, and various naval facilities, and is expected to be completed by Dec. 6, 2015. Fiscal 2014 Navy research, development, test and evaluation funds in the amount of $550,000 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.

Exelis, Inc., Colorado Springs, Colorado, has been awarded a $13,143,582 modification (P00520) to Fl9628-02-C-0010 for Systems Engineering and Sustainment Integrator (SENSOR) fiscal year 2014 system sustainment contract line number 1022 extension project. The total cumulative face value of the contract is $1,446,978,935. The contract modification is for product line management, system engineering, system repairs (including emergency site visits for immediate repairs); acquisition, repair and qualification of spare parts; preventative maintenance inspections; radome maintenance, supply management, plans, roadmaps and sustainability assessments; program management reviews; reports, vendor maintenance agreements/software licenses and logistic support review brochures; requirements definition, analysis and modeling/software modeling/risk reduction; software integration lab operations/maintenance, mission assurance, configuration/data management, technical order management, proposal development, engineering studies and analysis, system performance metrics collection, and obsolescence/sustainability analysis reports. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Dec. 31, 2014. Fiscal 2014 operations and maintenance funds in the amount of $13,143,582 are being obligated at time of award. Air Force Life Cycle Management Center/HBQK, Peterson Air Force Base, Colorado, is the contracting activity.

General Atomics Aeronautical Systems, Inc. Poway, California, has been awarded a $12,648,312 firm-fixed-price contract for the United Kingdom MQ-9 spare parts and support equipment effort. Work will be performed in Poway, California, and is expected to be completed March 31, 2015. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales for the United Kingdom and $12,648,312 in foreign military sales funds will be obligated at time of awards. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038 0096).

B3H Corp., Shalimar, Florida, has been awarded a $7,069,922 modification (0003) to FA4890-12-D-0014-SK02 for English language instructors and an English language training program using Defense Language Institute English Language Center courseware, methodology and processes. The total cumulative face value of the contract is $20,326,840. This modification provides for the exercise of the second option year; no option years remain. Work will be performed in Saudi Arabia, and at King Abdul Aziz Air Base, Dhahran, and is expected to be completed by Jan. 31, 2016. This contract is 100 percent foreign military sales for the Saudi Arabia. Foreign military sales funds in the amount of $7,069,922 are being obligated at time of award. The 338 Specialized Contracting Squadron/PKB, Joint Base San Antonio, Randolph Air Force Base, Texas, is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

 


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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 the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave Barksdale AFB LA 71110-2271

R — Contemporary Service Musician FA4608-14-Q-S075_CSM 082014 Paul R. Morales, Contracting Specialist,356px-Seal_of_the_US_Air_Force.svg Phone 3184563493, Fax 318 456 1246, Email paul.morales.3@us.af.mil – James Moore, Phone 318 456 1102, Email james.moore.45@us.af.mil See attached combined synopsis/ solicitation for Chapel Contemporary Service Musician.
Place of Performance: Barksdale AFB Barksdale AFB, LA 71110 US URL: https://www.fbo.gov/notices/7cfa26ba79d4c002517f62633839a6a5

OutreachSystems Article Number: 140801/PROCURE/0109 Matching Key Words: naics!711510;

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

U–Master Resilience Training Courses Levels 3 & 4 W9124D14R0025 081514 Leslie Vessels, 502-624-3127 MICC Center – Fort Knox This requirement is to provide support to the Headquarters Department of the Army (HQDA) G1 Comprehensive Soldier & Family Fitness (CSF2) Master Resilience Training Levels 3 and 4 courses during the period 25 August 2014 through 24 August 2015 with a one-year option period. The contract shall provide all labor, material, supplies, facilities, and supervision necessary to provide the services. This solicitation is unrestricted. NAICS 611430 ($10.0M) applies to this procurement. All responsible sources may submit an offer. The solicitation will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about 4 August 2014 with offers due on or about 15 August 2014. These dates are subject to change. All amendments to the solicitation will be likewise posted to these websites. Contractors are cautioned to check website periodically for amendments. A solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in System for Awards Management (SAM) to be eligible for award of a contract. Faxed or emailed offers and amendments will not be accepted. All questions must be submitted in writing to the Contracting Officer and may be faxed to MICC Knox, ATTN: Leslie (Lucy) Vessels at (502) 624-7165, or emailed to leslie.m.vessels.civ@mail.mil.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/30d59a4398e37d7bc9bf53bab079286a

OutreachSystems Article Number: 140801/PROCURE/0135 Matching Key Words: age:state!ky; state!ky;

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

R–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to thisDepartment of the Army announcement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020′.

URL: https://www.fbo.gov/notices/c8b3fb31bad4a5e810cafa7681905e38

OutreachSystems Article Number: 140801/PROCURE/0888 Matching Key Words: age:state!ky; state!ky;

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

R–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020′.

URL: https://www.fbo.gov/notices/1eee5b88f6d1b376533ad20a2b1a90cf

OutreachSystems Article Number: 140801/PROCURE/0889 Matching Key Words: age:state!ky; state!ky;

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

R–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to thisDepartment of the Army announcement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020′.

URL: https://www.fbo.gov/notices/f55a675f6fd8a75e1ee6321ac71fe0c6

OutreachSystems Article Number: 140801/PROCURE/0890 Matching Key Words: age:state!ky; state!ky;

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

Department of the ArmyR–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020′.

URL: https://www.fbo.gov/notices/34f76e76ccfaaa559f6de7b6de25309d

OutreachSystems Article Number: 140801/PROCURE/0891 Matching Key Words: age:state!ky; state!ky;

Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave Barksdale AFB LA 71110-2271

R — Contemporary Service Music Director FA4608-14-Q-S076_CSMD 082014 James Moore, Phone356px-Seal_of_the_US_Air_Force.svg 3184563493, Email james.moore.45@us.af.mil Please see attached combined synopsis/solicitation for Chapel Contemporary Service Music Director.
Place of Performance: Barkdale AFB, LA Barksdale AFB, LA 71110 US URL: https://www.fbo.gov/notices/df227609ea402ef150c05568f9df2dd5

OutreachSystems Article Number: 140731/PROCURE/0113 Matching Key Words: naics!711510;

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

R — Ukrainian Non-Personal Services Blanket Purchase Agreements BBG5014IQ00399 080814 ADRIENNE R. WASHINGTON, Contracting Officer, Phone 202-382-7867, Email awashington@bbg.gov Request for Quote #: BBG50-RFQ-14-IQ-00399
(I) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 , AND SUBPART 13 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; REQUEST FOR QUOTES IS BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Request for Quote No BBG50-RFQ-14-IQ-00399 is issued as a Request for Quote (RFQ) and Multiple Blanket Purchase Agreement(s) will be awarded using simplified acquisition procedures in FAR Part 13 Subpart 13.303.
(iii) This request for quote document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-074, dated effective July 1, 2014
(iv) This is 100% total small business set-aside.
The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.0M.
(v) Contract Line item number(s) and items, (SEE SOW FOR CLIN
CLIN 001 Ukrainian Service (399) Assignment Rate
Qty – No Minimum or Maximum working assignments are guaranteed @ per assignment @______ assignment rate
Multiple Award(s) will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C., anticipates establishing Non-Personal Services Blanket Purchase Agreements with Independent Contractors for Multimedia reporting, as described in the Statement of Work(s). (SOW) for The Voice of America’s Eurasia Division, Washington, DC.
(vii) The period of performance is August 15, 2014 through August 14, 2015. Delivery, and Acceptance shall be at the IBB Voice of America Headquarters Building (330 Independence Avenue, SW, Cohen Building) unless otherwise mutually agreed to be the Contracting Officer.
a. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.0M. This is 100% total small business set-aside.
b. Submission of Offers: Submit signed and dated offers to the office specified in this Request For Quote at or before the exact time specified in this Request for Quote. Offers may be submitted on letterhead stationery, or as otherwise specified in the Request for Quote. As a minimum, offers must show-
(1) The Request for Quote number;
(2) The time specified in the Request for Quote for receipt of offers
(3) The name, address, and telephone number of the offeror
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the Request for Quote. This may include product literature, or other documents, if necessary:
(viii) Instruction to Offerors
The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this Request for Quote.
FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/farlindexhtml. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Submit signed and dated offers/quotes to the office specified in this Combined Synopsis/Solicitation at or before the exact time specified in this solicitation. Offers/quotes may be submitted on the SF18, letterhead stationery, Offerors/ quote(s) shall include but not be limited to:
(a). Contractors shall submit their price quotes for base year. Hour(s) will be equivalent to either four (4) or eight (8) hours of work. Price quotes should include pricing for both time frames. Hours will be on an as-needed basis, subject to availability of funds and mission consideration. (see Attachment ASSIGNMENT RATE(s) SERVICES AND PRICE)
(b). A Price(separate )quote showing a breakdown of the price by the following price factors:
1) 8 hour rate;
2) 4 hour rate;
and other costs, if applicable to the requirement. Prices for all of the listed CLIN shall be noted in English and United States dollars.
(c). Contractor Qualifications (Technical)
Technical: (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 VOA. Dates (months/years) and locations for all field experience must also be detailed.
The Offeror shall provide their resume that includes work experience, education and specialized training
(d) 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.
Offers shall provide the three (3) references with the following information:
reference’s name and address, email and telephone number of contact person;
(i) dollar amount of the contract;
(ii) term of the contract; and
(iii) 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
When combined, technical evaluation factors are significantly more important than cost/price.
(ix) 52.212-2 Evaluation – Commercial Items,
Evaluation — Commercial Items (Jan 1999)
(a) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal Services Blanket Purchase Agreement 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 the quote. When combined, technical evaluation factors are significantly more important than cost/price. The following factors shall be used to evaluate offers:
(ix) 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.
The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services Blanket Purchase Agreement(s) resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on :
The evaluation factors that will be used to determine award will be (1) technical capability, to include a resume that meets the qualifications listed in the Statement of Work (SOW) Requirements paragraph, (2) price, and (3) past performance. For past performance Vendors shall provide at least two – three (2-3) relevant past performance references with their quote(s). Reference information shall include agency or business name, contract number, dollar amount, point of contact (include phone number and email address), for which your firm has provided the same or similar relevant services. Firms without a record of relevant past performance shall affirmatively state that no relevant past performance is available. Such firms will receive a neutral rating that will be evaluated neither positively nor negatively. Relevant past performance is defined as performance of contracts of similar size scope and complexity as this requirement performed within the past three (3) years. The Government reserves the right to obtain and use past performance information from sources other than those listed in the quote, to include prior dealing with the government and personal knowledge of the company. All evaluation factors other than price, when combined, will be evaluated as significantly more important than price.
Offers will not be accepted from agents; from principals only.
The following factors shall be used to evaluate offers:
1. Technical ability to include work experience, education and specialized training
2. price,
3. pasts performance
Basis for Award:
The procurement is being conducted under FAR Subpart 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.
(x) Offeror Representations and Certifications – Commercial Items
FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) shall include a completed copy of the provisions 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.
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 htips://www.sam.gov/portal/public./SAM. Quotes must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.
(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 purchase order. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO.THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES.
(End of Clause)
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation 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; 52219-6 – Notice of Total Small Business Set (15 U.S.C. 644); 52219-8 – 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; 52222-21 – Prohibition of Segregated Facilities; 52222-26 – Equal Opportunity (E.O. 11246); 52222-35 – 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-Central Contractor Registration (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;
52.237-3 – Continuity of Services; and, 52.242-17 – Government Delay of Work.
(xiv)A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xiv) Failure to provide any of the above-required Request for Quote may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.ametgovffar). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
(xv)ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY TO awashington@bbg.gov BEFORE THE CLOSING DEADLINE BELOW. Request for Quotes are due to Adrienne R. Washington, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Washington, D.C., 20237, 8:00 am. Eastern Standard Time (Washington, D.C. Time) on August 8, 2014.
(xiv) Contact Adrienne R. Washington, Contracting Officer, email: awashington@bbg.gov, 202 382 -7867.
All responsible sources may submit an offer that will be considered by the Agency.
Questions must be submitted in writing and only via Adrienne R. Washington at awashington@bbg.gov. Written questions must be submitted before 09:00 a.m.. Eastern Standard Time (Washington, D.C. Time) on August 4, 2014.
52.252-1 — Solicitation Provisions Incorporated by Reference. 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 address(es):http://acquisition.gov/farlindexhtml
52.252-2 — Clauses Incorporated by Reference.
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):https://www.acquisition.gov/Far/

Principles only, no agents

Set-Aside: Total Small Business Place of Performance: Ukraine UA URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG5014IQ00399/listing.html

OutreachSystems Article Number: 140731/PROCURE/0117 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 — VOA Indonesian Service Contractors BBG50-R-14-00908AM 081214 Alisa Martine, Contract Specialist,Broadcasting Board of Governors Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov BBG50-R-14-00908-AM
Broadcasting Board of Governors

VOA Indonesian Service – Non-Personal Service
1.) Multimedia TV-Video Combination Services (Full Time)
2.) Digital Media (Web) – Combination Services (Full Time)
3.) Multimedia TV-Video Combination Services (Part Time)

Synopsis:
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION 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; 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 Blank 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 make awards for these requirements as outlined below:

A. Multimedia TV-Video Combination Services (Full Time – 3)
B. Digital Media (Web) Combination Services (Full Time – 1)
C. Multimedia TV-Video Combination Services (Part Time -1)

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Non-Personal Services with Independent Contractors for Multimedia TV-Video Combination Services and Digital Media (Web) Combination Services as described in the attached Statements of Work (SOW) for the Voice of America’s East Asia and Pacific Division -Indonesia Service, in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated July 25, 2014.
(iv) 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 $29.5M.
(v) The period of performance is September 1, 2014 through August 31, 2015. The Contractor shall submit a bi-monthly invoice electronically for services provided.
(vi) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. 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 proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
(vii) The Government will award a Commercial Item, Firm-Fixed-Price, Blank Purchase Agreement(s) resulting from this RFP to the responsible offeror(s)whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume/CV that includes work experience, education and specialized training along with two (2) production samples . The Offeror must be able to demonstrate proficiency in writing and speaking Indonesian and English.

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;
(iii) term of the contract; 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

3) A separate Price Proposal showing a breakdown of the price that will be negotiated with the BBG. Prices for all of the listed CLIN shall be noted in English and United States dollars.
(a) Multimedia TV-Video Combination Services – 2,080 hours per annum (Full Time)
(b) Digital (Web) Combination Services – 2,080 hours per annum (Full Time)
(c) Multimedia TV-Video Combination Services – 1,040 hours per annum (Part Time)

Proposal Submission:

Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG. Please be sure to clearly identify which position you are submitting a proposal for.

1. Technical Proposal
• (Resume/CV) 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.

• Two production samples of work
• Copy of US Citizenship, work permit, photo ID and/or visa.
• References (three)
• Copy of active Registration in SAM.gov. https://www.sam.gov

2. Price Proposal
• that states the Offeror’s proposed annual Total Price based on a 2,080 hours per annum for Full Time or 1,040 hours for Part -Time. This rate may be negotiated with the BBG.

(viii) 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/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(ix) 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. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)

(x) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation 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-Central Contractor Registration (31 U.S.C. 3332)

(xi) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.203-10 Contractor Code of Business Ethics and Conduct (Apr 2010); 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.

(xii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xiii) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.

Questions must be submitted in writing and only via email to Alisa Martine at amartine@bbg.gov . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on Tuesday, August 5, 2014.

ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE BELOW to: Alisa Martine at amartine@bbg.gov . Proposals are due to Alisa Martine, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237 before 4:00 p.m. Eastern Daylight Time on Tuesday, August 12, 2014.
(xiv) Contact: Alisa Martine, Contracting Officer, email: amartine@bbg.gov . All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: Voice of America 330 Independence Avenue, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-00908AM/listing.html

OutreachSystems Article Number: 140731/PROCURE/0118 Matching Key Words: naics!711510;

dept of health and human servicesDepartment of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive Room 1B59 Bethesda MD 20892

R — Linking function and structure: the relationship between brain activity and white matter integrity HHS-NIH-NIDA(SSSA)-SBSS-14-307 080614 Hunter A. Tjugum, Phone 301 435 8780, Email hunter.tjugum@nih.gov – , Email NIDASSSAPurchaseRequ@mail.nih.gov INTRODUCTION
This is a Small Business Sources Sought (SBSS) notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

This notice is issued to help determine the availability and type of qualified Small Business companies technically capable of meeting this potential government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. The notice is strictly for research and information purposes only.
The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government’s potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice.

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE
The NAICS code applicable to this requirement is 541990 All Other Professional, Scientific and Technical Services with associated small business size standard $14.0 million.

Background
The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Laboratory of Behavioral Neuroscience (LBN) enhances understanding of age associated physical and biological changes in health and disease. The LBN investigates structural and functional brain changes and how they relate to age-associated changes in cognition, and factors that modify cognitive and brain aging.

The Baltimore Longitudinal Study of Aging (BLSA) at the NIA studies age-related changes in medical, physiological, cognitive and physical functioning across the adult life span. The LBN studies age-related changes, including development of a variety of medical conditions and the effects of these comorbidities on physical and psychological health and resilience. Data from the BLSA is used by many of the NIA laboratories in the preparation of analyses, presentations and manuscripts.

Purpose and Objectives
This Small Business Sources Sought notice seeks to determine eligible sources with the capability and expertise to provide the required services stated in this announcement. The purpose of this potential requirement is to provide the knowledge and expertise necessary to perform the functions as stated in this notice. The LBN has a potential requirement for a contractor to provide the government with state-of-the art statistical approaches and analysis of white matter correlates of alterations in functional connectivity as well as functional connectivity correlates of white matter alterations. This project will use resting state fMRI and diffusion tensor imaging (DTI) acquired by the government. Together, these imaging sequences provide new avenues for mapping human brain activity, including investigation of the functional connectivity and white matter integrity to better understand how networks of brain activity underlying cognitive processing change with aging and disease. The Contractor will develop new statistical approaches, including massively univariate analyses, for the combined rsfMRI and DTI data. The Contractor will provide the government with results of statistical analyses of the combined rs-fMRI and DTI data.
The LBN has established a database and image processing pipeline to perform customized processing of structural and functional brain images of participants in the BLSA, which utilize 3T MRI data acquired on the NIA 3T scanner. Customized script was developed for analysis of BLSA images and for further investigation of structure-function associations that will allow mapping of functional connections in the human brain. Project requirements consist of analysis and development of methods for statistical analysis of structure function relationships of longitudinal NIA BLSA images. The LBN continues collecting longitudinal BLSA MRI data on an ongoing basis, with approximately 300 sets of imaging data annually. In addition, tools for analysis of structure-function relationships including both temporal and spatial analysis are limited and require customization for longitudinal analysis. Such tools will continue to be developed and validated under any potential requirement resulting from this announcement.

Project Requirements
This Small Business Sources Sought notice seeks to determine eligible sources with the capacity, capability and experience to perform the work cited in this notice. Such innovative methods include model II regression and regression calibration, for use in massively univariate inference with imaging data and the design matrix paradigm accounting for both random and non-random imaging regressors. Any potential requirement may utilize customized scripts previously developed in the pre-processing and statistical analysis of the multi-modal longitudinal imaging data, as well as other customized scripts written for BLSA data, and continuing work on BLSA multi-modal longitudinal image analysis. Work will consist of processing longitudinal multi-modal images for investigation of structure-function relations that are critical to the mapping of human brain activity and networks. The anticipated period of performance of any resulting contract is one base year, including four (4) option years, to be effective on or around September 30, 2014.

Capability statements sought
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk.

Respondents must provide clear and convincing evidence of published manuscripts of research conducted in the area described in this notice as part of their responses. Respondents must provide clear and convincing documentation of their capability in providing the other requirements and services specified in this notice. Respondents must provide a general overview of the respondents’ opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.

The Respondent must also provide information in sufficient details of the respondents’ (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information.

The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.

All responses to this small business sources sought notice must reference solicitation number HHS-NIH-NIDA(SSSA)-SBSS-14-307 and be submitted electronically (via email) to Hunter Tjugum, Contract Specialist at hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov on or before the closing date specified in this announcement. Facsimile responses will be accepted at 301-480-1358.

Responses must not exceed 15 pages in total length in a Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2″ x 11″ paper size, with 1″ top, bottom, left and right margins, and with single or double spacing.

CONCLUDING STATEMENTS
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technicalinformation in any resultant solicitation(s).

URL: https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-SBSS-14-307/listing.html

OutreachSystems Article Number: 140731/PROCURE/0686 Matching Key Words: writ*; script?; technical; standard;

United States Postal Service, Supplies and Services Purchasing, Headquarters Purchasing, 475 L’Enfant Plaza SW Room 1021 Washington DC 20260-6258

R — Intellectual Property Rights Research and Clearance CPFCMC-Research 080514 Jeremy B. Hancock, Purchasing & SM Specialist, Phone (303) 743-1387, Fax (651) 456-6299, Email jeremy.b.hancock@usps.gov ; sp;

Request For Information/Sources Sought Notice
Intellectual Property Rights Research and ClearanceUnited_States_Postal_Service_Logo.svg
Requesting Organization
United States Postal Service
Customer Products & Fulfillment CMC
Printing and Fulfillment Purchasing Team

Purpose of This Notice
This is a Sources Sought Notice and Request for Information. This is not a formal solicitation – respondents to this notice may be invited to one or more future solicitations for the specified services. Any such solicitations will be separately announced and posted. The information provided to the U.S. Postal Service as a result of this posting is strictly voluntary and given with no expectation of compensation, and is at no cost to the U.S. Postal Service.

Sources Sought
USPS is seeking to locate experienced suppliers capable of and interested in providing rights and permission research support services. Suppliers must have extensive and demonstrable experience in major projects requiring photo, text, and rights/permissions research and verification including but not limited to: stamps, textbooks, documentary films, and commercial products through an extensive, accessible, secure database of consultants and experts in a variety of disciplines.

Req uired Expertise and Experience
1. Research and identification of quality visual reference and material from both a content and creative standpoint.
2. Established research standards relative to subject, visual, estate and licensing issues.
3. Sustained management of multiple projects over a period of time.
4. Negotiating and paying rights permissions and fees for intellectual and other property rights.
5. Superior communications skills and working relationships with art directors; high profile and/or celebrity clients.
6. Analyzing and identifying elements, content and proofing a variety of visuals and materials.
7. Documenting, organizing (for access and ready retrieval) and maintaining information relative to multiple projects assigned spanning over several years.
8. Writing and editing copy from historical research for a variety of mediums to commercial product and advertising.
9. Standard office management procedures with regard to trafficking material, invoicing and billing.
10. Social Media messaging, including but not limited to the use of Facebook, Google+, Pinterest, Instagram, and Twitter, and other social media platforms
11. Ability to meet the requirements for a sensitive security clearance

Responses
Responses should be submitted to the Point of Contact listed below. Your responses must include:
• Contact name and title
• Company name
• Address, phone number, email address, and web site address
• Basic information about your company’s experience and capabilities. This should be brief – detailed capability information will be reviewed only during specific solicitations.

Point of Contact
Jeremy B. Hancock, Purchasing & SM Specialist
USPS – Customer Products & Fulfillment CMC
3300 S Parker Rd, #400
Aurora CO 80014-3520
Jeremy.B.Hancock@USPS.gov 

FedBizOpps – Awards

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Pacific, 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001

76 — SSC Pacific Command Reference Document N66001-14-R-0011 Point of Contact – Cassi J Newman, Contract Specialist, 619-553-7504; Andrea L Eckenrode, Contracting Officer, 619-553-5283 Contract Specialist N66001-14-C-0011 $210,000.00 080114 StratComm, Inc., 24 Prime Park Way Suite 103, Natick, MA 01760 US No Description Provided
URL: https://www.fbo.gov/notices/2e55a7965baf8d91d36cc539d53697b2

OutreachSystems Article Number: 140801/AWARDS/1482 Matching Key Words: naics!711510;

FedBizOpps – Special Notes

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

R–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to this Department of the Armyannouncement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020′.

URL: https://www.fbo.gov/notices/9b460439525cb1e566f741991d8f8c76

OutreachSystems Article Number: 140801/SPECIAL/1545 Matching Key Words: age:state!ky; state!ky;

VADepartment of Veterans Affairs, VA Center for Acquisition Innovation (Washington), VA CAI Washington, Department of Veterans Affairs;Acquisition Service DC; Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420

99–FY 2015 VA OAO Non-Information Technology Advanced Planning Briefing for Industry (Non-IT APBI) VA10115I0191 Iris Hall Email Address: Iris.Hall@va.gov Phone: 202-461-6906 Daniel Centeno Email Address for Registrat: Daniel.Centeno@va.gov Phone:202-461-6809 Iris.Hall@va.gov FY 2015 VA Office of Acquisition Operations
Non-Information Technology Advanced Planning Briefing for Industry (Non-IT APBI)
October 22, 2014
Solicitation Number VA101-15-I-0191 Agency US Department of
Veterans Affairs
Notice Type Special Notice Office Office of Acquisition Operations
Synopsis
Date August 01, 2014 Agency Location 810 Vermont Ave NW Washington, DC 20420
This announcement is released by the Department of Veterans Affairs (VA), Office of Acquisition Operations (OAO), to notify Industry of a Non-Information Technology Advanced Planning Briefing for Industry (Non-IT APBI) on October 22, 2014, between 08:00 AM to 05:00 PM. The briefing will be held at the Fredericksburg Hospitality House & Event Center, 2801 Plank Road, Fredericksburg, VA 22401. The objective of the Non-IT APBI is to brief Industry on acquisition opportunities from the various offices within the VA and to brief other relevant topics.
In addition, the Office of Small and Disadvantaged Business Utilization (OSDBU) will be holding a Networking Roundtable event on October 21, 2014, from 05:00 PM to 07:00 PM. Thisevent will take place at the Fredericksburg Hospitality House, Fredericksburg Room. There is no fee to attend either event. The finalized agenda can be accessed online under the ‘Non-IT APBI Library FY15′ at https://www.voa.va.gov. Updates will be posted accordingly.
Registration for the Non-IT APBI event and Networking Roundtable is required and must be completed no later than September 15, 2014. To register online, click the ‘Non-IT APBI Registration Form’ link below. Registration issues or inquiries may be sent to VA-OAO-APBI@va.gov.
Attendance is limited to two (2) persons per company. Registration is accepted on a first-come, first-served basis, until capacity. Presentation of registration confirmation/acknowledgement will be required at check-in.
The Networking Roundtable and early check-in for the event will be held on October 21, 2014 from 05:00 PM to 07:00 PM. On October 22, 2014, doors will open at 07:00 AM for check-in and networking prior to the event starting at 08:00 AM.
A block of hotel rooms has been reserved at the Fredericksburg Hospitality House until October 10, 2014. For hotel reservations, contact the hotel at (540) 736-1006 and identify yourself as a Non-IT APBI attendee or reserve online at Frederick Hospitality House.
OAO has assigned a reference number of VA101-15-I-0191 to be utilized for informational purposes only and is not associated with a solicitation. Updates will be posted accordingly.
This event will be videotaped by the Department of Veterans Affairs. Registration and attendance constitutes your consent and release for public and/or online viewing.
Online
Registration Non-IT APBI
Registration Form
Event
Website
Non-IT APBI Library FY15
https://www.voa.va.gov
Registration
E-mail VA-OAO-APBI@va.gov
Points of Contact Iris Hall
Daniel Centeno
Registration
Phone (202) 632-5497
URL: https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10115I0191/listing.html

OutreachSystems Article Number: 140801/SPECIAL/1592 Matching Key Words: video*; website; business*; event?;

USABID State and Local Purchases

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 – PERSONNEL – DEFERRED COMP FIDUCIARY LIABILITY INSURANCE RFB : 1 SOL PERSONNEL – DEFERRED COMP FIDUCIARY LIABILITY INSURANCE RFB : 1500000067 Office Of The Controller Michael Gustafson Published On : 7/30/14 Amended On : Closing On : 8/14/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140801/BID/0001 Matching Key Words: age:state!ky; state!ky;

Iowa – Department of Transportation http://www.iowadot.gov/purchasing/lettingschedule.htm Iowa Department of Transportation; 800 Lincoln Way; Ames, IA 50010 Phone 515-239-1414

T – Young Driver Video Production SOL 12663 Young Driver Video Production Due Date: 9/3/2014 Contact: Laurie Hoing For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140801/BID/0228 Matching Key Words: video*; produc*; production?;

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

99 – Police Predictive Analytics Solution SOL RFP-3266-0-2015/KBM Police Predictive Analytics Solution Due Date: 8/13/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140801/BID/0272 Matching Key Words: age:state!ky; state!ky;

State of Connecticut http://www.biznet.ct.gov/SCP_Search/Default.aspx?AccLast=2 State of Connecticut Procurement, DAS State Contracting Portal, 165 Capitol Avenue, Hartford, CT 06106. (860) 713-5095, (860) 713-7484 (fax).

T – Charter Oak State College (COSC) is seeking quotations for Video Production Services SOL COSC-072814 Charter Oak State College (COSC) is seeking quotations for a supplier to assist in the creation of a series of videos to help expand awareness of Prior Learning Assessment opportunities in the fields of Health and Life Sciences. Due Date: 08/18/2014 Contact: David Emerick, C.P.M. For more information about this opportunity please contact the buyer directly.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Golden Manufacturing Company Inc.,* Golden, Mississippi, has been awarded a maximum $36,716,648 modification (P00104) exercising the first option period on a one-year base contractDefense_Logistics_Agency (SPM1C1-13-D-1063) with four one-year option periods. This is a firm-fixed-price contract for various types of Permethrin Army combat uniform coats. Locations of performance are Mississippi and Georgia, with an Aug. 14, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Puerto Rico Apparel Manufacturing Corp.(PRAMA),* Mayaguez, Puerto Rico, has been awarded a maximum $15,938,573 modification (P00104) exercising the first option period on a one-year base contract (SPM1C1-13-D-1065) with four one-year option periods. This is a firm-fixed-price contract for various types of Permethrin Army combat uniform coats. Locations of performance are Puerto Rico and Mississippi, with an Aug. 14, 2015, performance completion date. Using service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

CORRECTION: The contract announced on Aug. 5, 2014, for Parker Hannifin Corp., Irvine, California (SPE4AX-14-D-9413), for a $238,050,000 firm-fixed-price contract in support of multiple aviation weapon systems, was announced with an incorrect award date. The correct award date is Aug. 11, 2014.

600px-US-DefenseThreatReductionAgency-Seal.svgDEFENSE THREAT REDUCTION AGENCY

Quanterion Solutions Inc.,* Utica, New York, is being awarded a $25,370,000 indefinite-delivery/indefinite-quantity contract to provide services for the operations of the Defense Threat Reduction Information Analysis Center (DTRIAC), located at Kirtland Air Force Base, New Mexico, and the support office at Fort Belvoir, Virginia. Services include conducting analytical activities, preserving and expanding the knowledge base, providing research related to DTRA mission areas, conducting outreach to the chemical, biological, radiological, nuclear and explosive community on combating weapons of mass destruction topics, and maintaining the information technology readiness and innovation potential to further advance information sharing. The DTRIAC manages a vast collection of unclassified and classified knowledge bases. The DTRIAC acquires digests, analyzes, evaluates, synthesizes stores, publishes, and disseminates scientific and technical information related to all DTRA mission areas. This procurement was posted on the Federal Business Opportunities website and five offers were received. Funding and work location will be determined with each order, with an estimated completion date of Aug. 11, 2019.Work will be performed at Kirtland Air Force Base, New Mexico; Fort Belvoir, Virginia; and Utica, New York. The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Virginia (HDTRA1-14-D-0009).

ARMY

Fraser Volpe*, Warminster, Pennsylvania, was awarded a $16,000,000 modification (P00003) to contract W15QKN-13-D-0041 to acquire 1,306 M25E1 stabilized binoculars. Funding and workDepartment of the Army location will be determined with each order. Estimated completion date is Feb. 26, 2018. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

NI Industries Inc., Rock Island, Illinois, was awarded a $6,711,000 firm-fixed-price contract for ammunition cartridge case manufacturing intellectual property, tooling, gages, miscellaneous inventory items and cartridge cases. Work will be performed in Rock Island, Illinois, with an
estimated completion date of Aug. 31, 2014. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $6,711,000 are being obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity
(W52P1J-14-C-0059). (NOTE: This contract was awarded on July 31, 2014; it was not announced until now due to extenuating circumstances.)

600px-US-DeptOfNavy-Seal.svgNAVY

Watts Constructors, LLC, Honolulu, Hawaii, is being awarded $14,500,000 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N44255-10-D-5021) to construct a railcar complex at Dry Dock Five, Puget Sound Naval Shipyard and Intermediate Maintenance Facility. The work to be performed provides for all labor, materials and equipment to demolish existing structures, utilities, and paving; construction of a concrete foundation slab supported on drilled shafts and includes replacement/redirection of existing utilities, re-grading/paving around the foundation slab; construction of the Dry Dock Five railcar complex which includes two railcar enclosures, one storage enclosure, three weather enclosures, two stair towers, one vent platform and one vent skid roof. This is a design-bid-build contract. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2015. Fiscal 2013 other procurement (Navy) contract funds in the amount of $14,500,000 are being obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Bremerton, Washington, is the contracting activity.

United States Technologies Inc.*, Fair Lawn, New Jersey, is being awarded a $13,825,350 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to 5,270 of the various types of AN/ULQ-21technique control modulator circuit card assemblies in support of the Airborne Threat Simulation Organization (ATSO). ATSO develops, integrates, and operationally supports countermeasures and emitter threat simulation systems. Work will be performed in Fair Lawn, New Jersey, and is expected to be completed in August 2019. Fiscal 2014 weapons procurement (Navy); fiscal 2013 research, development, test and evaluation (Air Force and Navy); and fiscal 2013 aircraft procurement (Navy) funds in the amount of $109,935 are being obligated at time of award, $19,960 of which will expire at the end of the current fiscal year. This contract was competitively procured via 100 percent Small Business set-aside electronic request for proposals; two offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-14-D-0023).

DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply Company, San Antonio, Texas, has been awarded a maximum $491,703,924 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel and naval fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Texas and California, with a Sept. 30,Defense_Logistics_Agency 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0507). (Note: This contract was awarded Aug. 8, 2014.)

ExxonMobile Fuels Lubricants & Specialties Marketing Co., Fairfax, Virginia, has been awarded a maximum $373,923,333 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel and naval fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Virginia and California, with an Oct. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0489). (Note: This contract was awarded Aug. 8, 2014.)

Equilon Enterprises, doing business as Shell Oil Products US, Houston, Texas, has been awarded a maximum $349,749,657 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Texas and California, with an Oct. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0490). (Note: This contract was awarded Aug. 8, 2014.)

Petro Star Inc.,* Anchorage, Alaska, has been awarded a maximum $168,337,222 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Alaska and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0501). (Note: This contract was awarded Aug. 8, 2014.)

Hawaii Independent Energy,* Kapolei, Hawaii, has been awarded a maximum $163,945,596 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Hawaii, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0493). (Note: This contract was awarded Aug. 8, 2014.)

Western Refining Company, L.P., El Paso, Texas, has been awarded a maximum $141,583,656 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Texas, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0499). (Note: This contract was awarded Aug. 8, 2014.)

Chevron USA Inc., San Ramon, California, has been awarded a maximum $104,455,466 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are California and Utah, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0506). (Note: This contract was awarded Aug. 8, 2014.)

BP West Coast Products, Blaine, Washington, has been awarded a maximum $59,079,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Washington, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0508). (Note: This contract was awarded Aug. 8, 2014.)

Phillips 66 Company, Bartlesville, Oklahoma, has been awarded a maximum $33,490,878 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Oklahoma, Texas, and New Mexico, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0492). (Note: This contract was awarded Aug. 8, 2014.)

Epic Aviation LLC,* Salem, Oregon, has been awarded a maximum $12,002,258 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Oregon and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0502). (Note: This contract was awarded Aug. 8, 2014.)

Calumet Montana Refining LLC, Great Falls, Montana, has been awarded a maximum $9,474,317 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Montana, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0497). (Note: This contract was awarded Aug. 8, 2014.)

600px-US-DeptOfNavy-Seal.svgNAVY

General Electric Co., Lynn, Massachusetts, is being awarded a $311,491,670 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) for the procurement of 75 Lot 14 F/A-18E/F F414-GE-400 engines and associated devices for U.S. Navy (48 install) and for the government of Australia (24 install and three spare engines). In addition, this modification provides for the procurement of after burner modules, fan modules, high pressure combustor modules, combustor modules, and high and low pressure turbine modules for the U.S. Navy and the government of Australia. Work will be performed in Lynn, Massachusetts (59 percent); Hooksett, New Hampshire (18 percent); Rutland, Vermont (12 percent); and Madisonville, Kentucky (11 percent), and is expected to be completed in September 2016. Fiscal 2013 and fiscal 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $311,491,642 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($194,856,028; 63 percent) and the government of Australia ($116,635,642; 37 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $69,783,348 cost-plus-fixed-fee contract to procure range engineering, and operations and maintenance services in support of the Naval Air Warfare Center Aircraft Division’s Atlantic Test Range and Atlantic Targets and Marine Operations Division. These support services include system operations, laboratory and field testing, marine operations and target support services, engineering, range sustainability, maintenance, data reduction and analysis. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2015. Fiscal 2014 Navy working capital funds in the amount of $5,417,240 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, and two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-14-C-0038).

G4S Parsons Pacific LLC, Palm Beach Gardens, Florida, is being awarded a $63,561,125 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62742-12-D-3601) to exercise 12 months of the second option period for base operations support services at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for general management and administration services; command and staff; public safety; air operations; port operations; supply; morale, welfare and recreation support; galley; bachelor quarters; facilities support; utilities; base support vehicles and equipment; and environmental to provide integrated Base Operating Services. The total contract amount after award of this modification will be $175,643,963. Work will be performed in Diego Garcia, British Indian Ocean Territory, and work for this option period is expected to be competed August 2015. Fiscal 2014 operation and maintenance (Navy and Air Force), fiscal 2014 non-appropriated funds and fiscal 2015 (subject to availability) funds in the amount of $45,903,435 are obligated on this award; $23,508,201 will expire at the end of the current fiscal year; $22,395,234 is subject to the availability of funds for the next fiscal year. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a not-to-exceed $59,728,305 modification to a previously awarded contract (N00024-13-C-5225) for the Navy’s fiscal 2014 AN/SQQ-89A(V)15 Surface Ship Undersea Warfare (USW) System and shore site development systems. The AN/SQQ-89A(V)15 is a USW combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. The contract is for development and production of the Technical Insertion 14 baseline of the AN/SQQ-89A(V)15 USW systems. This contract combines purchases for the U.S. Navy and the government of Japan (25.4 percent) under the Foreign Military Sales Program. Work will be performed in Lemont Furnace, Pennsylvania (56 percent); Syracuse, New York (23 percent); Clearwater, Florida (14 percent); and Owego, New York (7 percent), and is expected to be completed by August 2016. Fiscal 2014 other procurement (Navy);foreign military sales; fiscal 2013, 2014 shipbuilding and conversion (Navy); and fiscal 2014 research and development contract funds in the amount of $29,864,153 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

G4S Government Solutions Inc., Palm Beach Gardens, Florida, is being awarded a $24,435,969 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating services at Naval Base Guantanamo Bay. Base operating support services will include family housing, facility management, facility investment, other (swimming pools), custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, base support vehicles and equipment, electrical, wastewater, water, and limited facilities support functions. The maximum dollar value, including the base period and four option years, is $117,844,933. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2015. No funds will be obligated at time of award and no funds will expire at the end of the current fiscal year. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-D-7999).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $46,197,710 cost-plus-fixed-fee, fixed-price-incentive firm modification to a previously awarded advance acquisition contract (N00019-13-C-0008) for production non-recurring technical assistance in support of F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Marine Corps, U.S. Air Force, U.S. Navy, and international partners. Work will be performed in El Segundo, California (38 percent); Fort Worth, Texas (24 percent); Samlesbury, United Kingdom (16.5 percent); San Diego, California (14 percent); Orlando, Florida (3.4 percent); Nashua, New Hampshire (2.3 percent); Palmdale, California (1.2 percent); Marietta, Georgia (0.3 percent); Amityville, New York (0.2 percent); Laval, Canada (0.1 percent), and is expected to be completed in May 2017. Fiscal 2012 aircraft procurement (Air Force); fiscal 2013 aircraft procurement (Navy and Marine Corps); and international partner funds in the amount of $46,197,710 are being obligated at time of award, $18,185,731 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($18,185,731; 39.3 percent); U.S. Navy ($9,092,864; 19.7 percent); U.S. Marine Corps ($9,092,864; 19.7 percent), and international partners ($9,826,251; 21.3 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.

ARMY

Bristol General Contractors LLC,* Anchorage, Alaska (W912PP-14-D-0021); Grancor Enterprises Inc., Albuquerque, New Mexico (W912PP-14-D-0022); JWC CMS JV, Alamogordo, NewDepartment of the Army Mexico (W912PP-14-D-0023); Rocky Mountain Excavating Inc., Albuquerque, New Mexico (W912PP-14-D-00240); and Sheffield Korte Joint Venture, Lawton, Oklahoma (W912PP-14-D-0025), were awarded a $49,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity multiple award task order contract to design/build and design-bid-build vertical construction for the Albuquerque District, U.S. Army Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of Aug. 8, 2016. Bids were solicited via the Internet with 28 received. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

AIR FORCE356px-Seal_of_the_US_Air_Force.svg

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $12,597,184 cost-plus-incentive-fee modification (P04014) to F42610-98-C-0001 for the ICBM Operational Software Sustainment Program (IOSSP). The total cumulative face value of the contract is $9,892,257,714. The contract modification provides for the exercise of option CLIN 7885 for the sustainment of the IOSSP of the ICBM weapon system under the ICBM partial bridge contract. Work will be performed at Hill Air Force Base, Utah, and work is expected to be completed by Sept. 30, 2015. Fiscal 2014 operations and maintenance funds in the amount of $12,030,311 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBE, Hill Air Force Base, Utah, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $193,610,317 modification (P00150) to previously awarded contract number HQ0276-10-C-0001 for procurement of necessary material, equipment, and supplies to conduct600px-US-MissileDefenseAgency-Seal.svg the technical engineering to define, develop, integrate and test Aegis Ballistic Missile Defense 4.1 and 5.0 Capability Upgrade baselines through their respective certifications. This modification brings the total cumulative face value of the contract to $2,002,542,722 from $1,808,932,405. Work will be performed at Moorestown, New Jersey, with an expected completion date of May 31, 2016. fiscal 2014 research, development, test and evaluation funds in the amount of $19,500,000 are being obligated at time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

J.K. Hill & Associates Inc.,* Virginia Beach, Virginia (FA8224-14-D-5001); Sunrise Beach Corp.,* doing business as: M2 Services, McKinney, Texas (FA8224-14-D-5002); Affordable Engineering Services LLC,* Coronado, California (FA8224-14-D-5003); Aerospace Engineering & Support Inc.,* Ogden, Utah (FA8224-14-D-5004); M1 Support Services LP,* Denton, Texas (FA8224-14-D-5005); Precision Turbines Inc.,* Boca Raton, Florida (FA8224-14-D-5006); and Zenetex LLC,* Herndon, Virginia (FA8224-14-D-5007), have each been awarded a $96,500,000 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for depot on-site contractor augmentee teams (DOCAT). DOCATs are needed to augment government personnel who perform maintenance and related tasks, including modification, maintenance, inspection, corrosion control, overhaul, and repair of various weapon systems to include, but not limited to F-16, A-10, F-22, C-130, F-35, F-4, related components, missiles, ground support equipment and vehicles. Work will be performed at the Ogden Air Logistics Complex, Utah, and satellite operating locations to include Aerospace Maintenance and Regeneration Group, Arizona; Aircraft Maintenance Group, Randolph Air Force Base, Texas; Missile Maintenance Group, F.E. Warren Air Force Base, Wyoming; Malmstrom Air Force Base, Montana; and Minot Air Force Base, North Dakota. The work is expected to be completed by Aug. 8, 2019. This award is the result of a 100 percent small business set-aside competitive acquisition. An unlimited number of small business offers were solicited and eight offers were received. Depot Maintenance Activity Group, no-year, non-expiring funds in the amount of $2,500 are being obligated for each contractor at time of award. Air Force Sustainment Center/OL:H/PZIEB, Hill Air Force Base, Utah, is the contracting activity.

Jacobs Technology Inc., Bedford, Massachusetts, has been awarded a $21,143,345 cost-plus-fixed-fee and cost-reimbursable contract modification (P00009) for FA8721-14-C-0018 to provide engineering and technology acquisition support services which consist of disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; Washington, District of Columbia; Tinker Air Force Base, Oklahoma; Langley Air Force Base, Virginia; Wright-Patterson Air Force Base, Ohio; Robins Air Force Base, Georgia; Peterson Air Force Base, Colorado; and Offutt Air Force Base, Nebraska, and is expected to be completed by April 30, 2015. This award is the result of a sole source acquisition. Fiscal 2013 and fiscal 2014 procurement, aircraft procurement, research and development, and operations and maintenance funds (including both Air Force and Department of Defense) in the amount of $2,464,559 are being obligated at time of award. Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Massachusetts, is the contracting activity.

ARMY

AGEISS Inc.,* Evergreen, Colorado (W9128F14-D-0018); Cti-Urs Environmental Services LLC,* Wixom, Michigan (W9128F14-D-0019); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W9128F14-D-0020); Trieco Environmental JV,* Louisville, Kentucky (W9128F14-D-0021); Trinity Analysis and Development Corp.,* Shalimar, Florida (W9128F-14-D-0022); and PB&A/ECATS/Dial Cordy Joint Venture LLC,* Austin, Texas (W9128F-14-D-0029), were awarded aDepartment of the Army $60,000,000 firm-fixed-price contract for environmental consulting services. These contracts include providing assistance to the government on environmental issues, such as the control of environmental contamination from pollutants, toxic substances and hazardous materials; identifying problems (e.g., inspect buildings for hazardous materials); measuring and evaluating risks; and recommending solutions. Funding and work location will be determined with each order with an estimated completion date of Aug. 7, 2019. Bids were solicited via the Internet with 22 received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $13,202,364 modification (P00069) to contract W15QKN-12-C-0103 for post-production conversion of Common Remotely Operated Weapons Systems M153A1 to Common Remotely Operated Weapons Systems M153. Other procurement funds for fiscal 2012 ($1,363,962), fiscal 2013 ($6,391,164) and fiscal 2014 ($5,447,238) were obligated at the time of the award. Estimated completion date is Aug. 16, 2017. Work will be performed at Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

CACI Inc., Chantilly, Virginia, is being awarded a $7,399,219 indefinite-delivery/indefinite-quantity multiple award contract with firm-fixed-price task orders for worldwide logistics service. Work will include support requirements for fleet logistics operations; enterprise-wide facilities and Global Shore Infrastructure Plan management; acquisition logistics; sustainment logistics; logistics systems and data management; Combat Logistics Force load management; ordnance management; and supply chain management. This contract includes four one-year options which, if exercised, would bring the cumulative value of this contract to $36,996,096. Work will be performed worldwide, and is expected to be completed by August 2015. If all options are exercised, work will continue through August 2019. Working capital contract funds in the amount of $7,500 will be obligated to cover the minimum guarantee of the contract, and will not expire at the end of the fiscal year. Contract funds will be obligated as future task orders are awarded. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-14-D-6506).

Professional Analysis Inc., Washington, District of Columbia, is being awarded a $6,740,525 indefinite-delivery/indefinite-quantity multiple award contract with firm-fixed-price task orders for worldwide logistics service. Work will include support requirements for fleet logistics operations; enterprise-wide facilities and Global Shore Infrastructure Plan management; acquisition logistics; sustainment logistics; logistics systems and data management; Combat Logistics Force load management; ordnance management; and supply chain management. This contract includes four one-year options which, if exercised, would bring the cumulative value of this contract to $33,702,624. Work will be performed worldwide, and is expected to be completed by August 2015. If all options are exercised, work will continue through August 2019. Working capital contract funds in the amount of $7,500 will be obligated to cover the minimum guarantee of the contract, and will not expire at the end of the fiscal year. Contract funds will be obligated as future task orders are awarded. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-14-D-6505).

DEFENSE LOGISTICS AGENCY

BioUrja Trading LLC,* Houston, Texas, has been awarded a maximum $72,705,120 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with eight offers received. This is a one-year base contract with a 30-day carryover and no option periods. Location of performance is Texas with an Oct. 30, 2015, performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contractingDefense_Logistics_Agency activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0500).

DNO Inc.,* Columbus, Ohio, has been awarded a maximum $18,974,716 modification (P00203) exercising the second option period on an 18-month base contract (SPM300-11-D-S101) with two 18-month option periods. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract to provide fresh fruit and vegetable support. Location of performance is Ohio with a Feb. 9, 2016, performance completion date. Using service is Department of Agriculture school customers. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

US Foods Inc., Salem Division, Salem, Missouri, has been awarded a maximum $16,450,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full-line food distribution. This contract was a sole-source acquisition. This is a bridge contract and will be in effect from Aug. 10, 2014, through Nov. 29, 2014. Locations of performance are Missouri and Kansas with a Nov. 29, 2014, performance completion date. Using services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3032).

US Foods Inc., North Dakota, Grand Forks, North Dakota, has been awarded a maximum $9,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full-line food distribution. This contract was a competitive acquisition with two offers received. This is a two-year base contract with one one-year option and one two-year option periods. Location of performance is North Dakota with an Aug. 3, 2019, performance completion date. Using service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3027).

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Lockheed Martin Corporation Missiles and Fire Control, Dallas, Texas, was awarded a $124,600,000 fixed-price contract for the manufacturing and delivery of U. S. government Terminal High Altitude Area Defense (THAAD) ground components. This contract provides for the delivery of U.S. government THAAD launchers, peculiar support equipment, THAAD fire control and communication spares, and launcher spares. Work will be performed at Dallas, Texas; Lufkin, Texas; Huntsville, Alabama; Sunnyvale, California; and Camden, Arkansas, with an expected completion date of Aug. 7, 2017. Fiscal 2014 procurement funds in the amount of $124,600,000 are being obligated at time of award. This contract was a sole-source acquisition and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-14-C-0011).

NAVY

Concurrent Technologies Corp., Johnstown, Pennsylvania (N00189-14-D-Z035); Consolidated Safety Service Inc., Fairfax, Virginia (N00189-14-D-Z036); and URS Group Inc., Washington, District of Columbia (N00189-14-D-Z037), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide industrial hygiene support services for the Bureau of Medicine and Surgery (BUMED). The maximum contract value for all three contracts combined is $78,554,443. These services will focus on industrial hygiene testing and monitoring services for the Navy and Marine Corps commands/activities in direct support of BUMED’s comprehensive Industrial Hygiene Program. The services include conducting periodic surveys, workplace monitoring and ventilation surveys, exposure monitoring surveys, conducting600px-US-DeptOfNavy-Seal.svg exposure claim investigations and occupational illness investigations conduct workplace assessments, and reviewing hazardous materials. These three contractors will compete for task orders under the terms and conditions of the awarded contracts. Work will be performed at shore-based Navy and Marine Corps locations throughout the United States (85 percent) and various contractor facilities (15 percent); work is expected to be completed by Sept 14, 2017. Fiscal 2014 Navy Defense Health Program operations and maintenance funds in the amount of $250,000 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. This requirement was competitively procured via the Federal Business Opportunities website, with nine offers received in response to this solicitation. The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.

General Dynamics Advanced Information Systems Inc., Fairfax, Virginia, was awarded a $34,185,625 cost-plus-incentive-fee modification to a previously awarded contract (N00024-09-C-6250) to migrate the AN/BYG-1 Tactical Control System from a Technology Insertion (TI-12) baseline to a TI-14, integrate Advanced Processing Build (APB-13 and APB-15) and deliver this capability to multiple submarine platforms. This contract combines purchases for the U.S. Navy (91.22 percent) and Royal Australian Navy (8.78 percent). Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2015. Fiscal 2013 and 2014 research, development, test and evaluation; fiscal 2014 other procurement (Navy); fiscal 2009, 2011 and 2012 shipbuilding and conversion (Navy); and Royal Australian Navy funding (non-Foreign Military Sales) contract funds in the amount of $7,582,405 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity. (Note: This contract was awarded Aug. 5, 2014.)

Department of the ArmyARMY

Swinerton Builders, Arvada, Colorado was awarded a $57,611,751 firm-fixed-price contract with options for construction of the 4th Infantry Division, Combat Aviation Brigade, General Support Aviation Battalion maintenance hangar. Work will be performed at Fort Carson, Colorado, with an estimated completion date of Aug. 10, 2016. Bids were solicited via the Internet with 14 received. Fiscal 2014 military construction funds in the amount of $57,611,751 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9123F-14-C-0031).

Swinerton Builders, Arvada, Colorado was awarded a $53,699,643 firm-fixed-price contract with options to design-bid-build a distributed common ground support operations facility. Work will be performed at Beale Air Force Base, California, with an estimated completion date of Oct. 26, 2016. Bids were solicited via the Internet with six received. Fiscal 2014 military construction funds in the amount of $53,699,643 are being obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-14-C-0046).

Clover Leaf Solutions, Inc.,* Albuquerque, New Mexico (W9126G-14-D-0052); Gulf South Research Corp.,* Baton Rouge, Louisiana (W9126G-14-D-0053); JESCO Environmental & Geotechnical Services, Inc.,* Jennings, Louisiana (W9126G-14-D-0054); and Quaternary Resource Investigations, L.L.C.,* Baton Rouge, Louisiana (W9126G-14-D-0055), were awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award task order contract for environmental consulting services for projects within the Southwest Division or projects assigned to the Southwest Division. Funding and work location will be determined with each order with an estimated completion date of Aug. 6, 2019. Bids were solicited via the Internet with 26 received. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

L-3 Communications Corporation, SFS, Madison, Mississippi, was awarded a $15,832,848 modification (P00124) to contract W58RGZ-10-C-0107 to add eight C-12s to the life cycle contractor support maintenance contract for the Army’s fleet of C-12/RC-12/UC-35 aircraft. Fiscal 2014 operations and maintenance (Army) funds in the amount of $15,832,848 were obligated at the time of the award. Estimated completion date is Jan. 31, 2015. Work will be performed in Madison, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Odyssey International Inc.,* Lancaster, Pennsylvania, was awarded a $15,000,000 modification (P00003) to contract W911N2-12-D-0040 for construction, renovation, maintenance and repair at Letterkenny Army Depot, Chambersburg, Pennsylvania. Funding will be determined with each order. Estimated completion date is Aug. 26, 2015. Army Contracting Command – Letterkenny Army Depot, Chambersburg, Pennsylvania is the contracting activity.

Vali Cooper International, LLC, Covington, Louisiana, was awarded a $7,000,000 firm-fixed-price, indefinite-delivery contract for architectural and engineering services for construction management in the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers, with an estimated completion date of Aug. 6, 2019. Funding and exact work location will be determined with each order. Bids were solicited via the Internet with 98 received. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-14-D-0074).

AIR FORCE

Innovative Scientific Solutions, Inc., Dayton, Ohio, has been awarded a $45,005,000 indefinite-delivery/indefinite-quantity contract for fundamental and applied combustion and component research. Contractor will establish and conduct basic, applied, and advanced combustion experiments using both independent and collaborative approaches to push the state-of-the-art in combustion sciences. The goal is to design, fabricate, assemble, instrument and develop apparatus to perform research experiments in the areas of basic flame chemistry, emissions formation, heat transfer-fluid mechanics-combustion interaction, and related fields, as well as develop and test new combustion technologies and components that are of interest to the Air Force. Collaboration with multiple entities from government, industry, and academia is expected. Work will be performed at the experimental laboratories and test facilities located within356px-Seal_of_the_US_Air_Force.svg the Air Force Research Laboratories Aerospace Systems Directorate research complex at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 6, 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2013 research, development, test and evaluation funds in the amount of $40,000 for task order 0001 are being obligated at time of award. Air Force Research Laboratories Wright Research Site Aerospace Systems Contracting Branch for Turbine Engines, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2414 and task order 0001).

Honeywell Technology Solutions Inc., Colorado Springs, Colorado, has been awarded an $11,929,705 cost-plus-award-fee delivery order modification (DO 021501). This non-competitive delivery order modification is being issued under previously awarded contract F04701-02-D-0006 for the Unified S-Band Development Phase II at Transportable Remote Tracking Station Block Change. Work will be performed at Colorado Springs, Colorado, and is expected to be completed Sept. 30, 2016. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $6,450,678 are being obligated at time of award. Space and Missile Systems Center/Range Network Systems Directorate, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Parker Hannifin Corp., Irvine, California, has been awarded a maximum $238,050,000 firm-fixed-price contract in support of multiple aviation weapon systems. This is a sole-source contract. This is a five-year base contract with one five-year option period. Locations of performance are California, Florida, Georgia, Massachusetts, Michigan, New York, Ohio and South Carolina, with a July 31, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and the Defense Logistics Agency. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation Huntsville, Redstone Arsenal, Alabama (SPE4AX-14-D-9413).

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $43,991,627 modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-2002) for the design, development, and engineering analysis of the AIM-9X Block II Missile System for the U.S. Navy, U.S. Air Force, and the governments of Turkey, Oman, Belgium, Netherlands, Singapore, Malaysia, and Morocco. This modification includes the necessary replacements for the AIM-9X Control Actuation System, inertial measurement unit, electronics unit processor and improvements in insensitive munitions performance in the hardware development and Operational Flight Software versions 9.4X, 9.15X and 10.X. Work will be performed in Tucson, Arizona (91.6 percent); Minneapolis, Minnesota (6.5 percent); Pinellas Park, Florida (1.3 percent); and Andover, Massachusetts (0.6 percent), and is expected to be completed in July 2015. Fiscal 2014 research, development, test and evaluation (Navy and Air Force) funds and Foreign Military Sales funds in the amount of $22,092,354, will be obligated at time of award, none of which will expire at the end600px-US-DeptOfNavy-Seal.svg of the current fiscal year. This contract combines purchases for the U.S. Air Force ($23,620,000; 53.7 percent); U.S. Navy ($8,155,233; 18.5 percent); and the governments of Turkey ($4,095,000; 9.3 percent); Oman ($2,590,000; 5.9 percent); Belgium ($2,100,000; 4.8 percent); Netherlands ($1,680,000; 3.8 percent); Singapore ($980,000; 2.2 percent); Malaysia ($701,394; 1.6 percent); and Morocco ($70,000; 0.2 percent) under the Foreign Military Sales Act. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $25,648,075 modification to a previously awarded contract (N00024-08-C-2110) for the detailed design and construction efforts to support the Gerald R. Ford (CVN 78) construction. Huntington Ingalls Inc. will complete the detailed design and construction efforts of 40 headquarters modification requisition changes to CVN 78. These efforts include: structure and outfitting construction, installation and integration of government furnished material, non-recurring engineering, drawing and work package development, advanced planning, design weight estimate, production planning, test and evaluation, and other efforts necessary to support construction. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2015. Fiscal 2008, 2009, 2010, 2011 shipbuilding and conversion (Navy) contract funds in the amount of $9,038,931 will be obligated at contract award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.

Triton Marine Construction Corp., Bremerton, Washington, is being awarded a $17,866,411 firm-fixed-price contract for structural repairs to Piers 2 and 15 at Naval Submarine Base New London. The work to be performed provides for repairs to above and below deck deterioration, structural jacketing of steel piles, repair/replacement of pier fendering systems, repair of double bitts and bases, repair of longitudinal concrete beams and pile caps, coating of mooring hardware and seal coating of the pier decks. Work will be performed in Groton, Connecticut, and is expected to be completed by February 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $17,866,411 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5204).

Department of the ArmyARMY

Mike Hooks, Inc., Westlake, Louisiana, was awarded a $19,530,000 firm-fixed-price contract for maintenance dredging Calcasieu River and pass, mile 5.0 to mile 15.0, and Sabine Unit 1A and Devil’s Elbow, in Calcasieu and Cameron Parishes, Louisiana. Work will be performed in Lake Charles, Louisiana, with an estimated completion date of May 25, 2015. Bids were solicited via the Internet with three received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,789,316, and fiscal 2014 other funds in the amount of $4,740,682, are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0047).

SPECIAL OPERATIONS COMMAND

Exelis, Inc., Clifton, New Jersey, is being awarded a $190,000,000 indefinite-delivery/indefinite-quantity contract to provide Suite of Integrated Radio Frequency Countermeasure components and related services for the Technology Applications program office and CV-22 program offices. The majority of the work will be performed in Clifton, New Jersey. This160px-Special_Operations_Specops_Army.svg contract has a five-year base period and a three-year incentive award period. Ordering periods will end on July 30, 2019. Individual task orders will be funded with operations and maintenance or procurement appropriations under the appropriate fiscal year. Fiscal 2014 operations and maintenance funds in the amount of $8,618,657 are being obligated at time of award on the first task order. This contract was a not competitively procured in accordance with FAR 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92241-14-D-0006).

600px-US-DeptOfNavy-Seal.svgNAVY

Baldi Bros., Inc.*, Beaumont, California (N62473-14-D-0064); CJW Construction, Inc.*, Santa Ana, California (N62473-14-D-0065); Granite Construction Company, Watsonville, California (N62473-14-D-0066); Marathon Construction Corporation*, Lakeside, California (N62473-14-D-0067); and Reyes Construction, Inc., Pomona, California (N62473-14-D-0068), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair and renovation of heavy horizontal and civil engineering construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). Types of projects may include, but are not limited to: outdoor shooting and combat training ranges and terrains, canals and channels, dams and embankments, bridges, erosion control and stormwater management, landfills, ammunition/weapons magazines, irrigation and landscaping, recreational fields and parks, and tunneling and horizontal directional drilling. The combined maximum dollar value for all five contracts, including the base period and four option years, is $99,000,000. No task orders are being issued at this time. All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent); Arizona (16 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with FAR 52.219-4, and a reserve to two or more small businesses, via the Federal Business Opportunities website with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $49,646,289 cost-plus-fixed-fee contract for fiscal 2014 advance planning to prepare and make ready for the defueling work on USS George Washington (CVN 73). This effort will provide for advanced planning, ship checks, design, documentation, engineering, procurement, fabrication and preliminary shipyard or support facility work to prepare for the defueling work. Work will be performed in Newport News, Virginia, and is expected to completed by July 2015. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $49,646,289 will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-2111).

MicroPact, Inc.,* Herndon, Virginia, is being awarded a $12,989,520 indefinite-delivery/indefinite-quantity contract for the Naval Justice Information System (NJIS). The NJIS will provide enterprise support for the United States Navy and Marine Corps criminal justice community’s case management and reporting requirements. The NJIS program will enable end-to-end case management and incident reporting capabilities for the law enforcement, investigations, command actions, corrections and judicial actions communities, with implementation and configuration of the program in a two-phase approach. This program includes the replacement and retirement of the Consolidated Law Enforcement Operations Center, Corrections Management Information and Case Management systems, as well as the migration of all legacy data from those systems into the NJIS database. Work will be performed in Quantico, Virginia, and is expected to be completed by Feb. 2, 2019. No funds will be obligated at the time of award. Funds will be obligated as individual task orders are issued. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with full and open competition proposals solicited via the Commerce Business Daily’s Federal Business Opportunities and SPAWAR e-Commerce Central websites, with 11 offers received. The Space and Naval Warfare System Command, San Diego, California, awarded the contract on behalf of its organizational partner, the Program Executive Office for Enterprise Information Systems (N00039-14-D-0004).

Airborne Tactical Advantage Co., Newport News, Virginia, is being awarded a $12,798,915 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract for services in support of the Contracted Air Services program, which provides contractor-owned and operated Type III high subsonic and Type IV supersonic aircraft to U.S. Navy fleet customers for a wide variety of airborne threat simulation capabilities. This provides for training shipboard and aircraft squadron weapon systems operators and aircrew. Work will be performed in Newport News, Virginia (45 percent); Point Mugu, California (35 percent); and various locations outside the continental United States (20 percent), and is expected to be completed in November 2014. Fiscal year 2014 operations and maintenance (Navy) funds in the amount of $7,856,845 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0010).

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $7,467,820 modification to a previously awarded contract (N00024 13 C-5407) for Standard Missile-6 lifetime buy of obsolete material components. This contract modification will incorporate requirements for lifetime buys of SM-6 obsolete components and will mitigate the risk of redesign efforts. Work will be performed in Malaga, Spain (67 percent); Melville, New York (19 percent); Camden, Arkansas (5 percent); Dallas, Texas (4 percent); Sandy Hook, Connecticut (2 percent); Los Alamitos, California (2 percent); Wilmington, Massachusetts (less than 1 percent); Austin, Texas (less than 1 percent); and is expected to be completed by December 2014. Fiscal 2012, 2013and 2014 weapons procurement (Navy) funding in the amount of $7,467,820 will be obligated at the time of award. Contract funds in the amount of $5,992,165 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

ARMY

Oshkosh Corp., Oshkosh, Wisconsin, was awarded a $45,037,719 cost-plus-fixed-fee contract to reset and upgrade up to 800 Mine Resistant Ambush Protected (MRAP) All-Terrain Vehicles (M-ATV). Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2015. Bids were solicited via the Internet with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $38,727,860, and fiscal 2014 other procurement funds in the amount of $6,309,859, are being obligated at the time of the award. Army ContractingDepartment of the Army Command, Warren, Michigan is the contracting activity (W56HZV-14-C-0094).

The Atlantic Group,* Huntsville, Alabama, was awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity single award task order contract for engineer surveying and mapping of shallow water habitat, floodplain changes and vegetation cover at various nationwide locations. Funding and work location will be determined with each order with an estimated completion date of July 31, 2019. Bids were solicited via the Internet with 27 received. U.S. Army Corps of Engineers, Omaha, Nebraska is the contracting activity (W9128F-14-D-0003).

Kutta Technologies, Inc.,* Phoenix, Arizona, was awarded a $9,000,000 cost-plus-fixed-fee contract for the Synergistic Unmanned Manned Intelligent Teaming Mission Tasking System. Funding and work location will be determined with each order with a completion date of Sept. 1, 2017. One bid was solicited with one received. Army Contracting Command, Fort Eustis, Virginia is the contracting activity (W911W6-14-D-0001).

Hesco Bastion, Inc.,* North Charleston, South Carolina, was awarded a $8,792,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options, for partially textile-lined gabion baskets, refurbishment of partially textile-lined gabion baskets, and technical advisory services for the National Flood Fight Center, Rock Island, Illinois. Funding and work location will be determined with each order with a completion date of Dec. 31, 2017. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Rock Island, Illinois is the contracting activity (W912EK-14-D-0001).

Ichor Medical Systems, Inc.,* San Diego, California, was awarded a $8,640,535 cost-plus-fixed- fee multiyear contract for the development and clinical assessment of a DNA-based antibody delivery platform for passive immunoprophylaxis. Work will be performed in San Diego, California, with an estimated completion date of July 30, 2018. Bids were solicited via the Internet with 100 received. Fiscal 2014 research, development, test and evaluation funds in the amount of $2,824,961 are being obligated at the time of the award. Army Contracting Command, Research Triangle Park, North Carolina is the contracting activity (W911NF-14-C-0001).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Alion Science and Technology Corp., Burr Ridge, Illinois, has been awarded a $10,027,721 cost-plus-fixed-fee delivery order (0067) on the AMMTIAC indefinite-delivery/indefinite-quantity cost-plus-fixed-fee sole-source (FA4600-06-D-0003) for nanotechnology development and technology transfer. AMMTIAC will provide technical, engineering, and expertise in nanotechnology applications in materials, manufacturing and testing of interest to the military. The work will be performed at Rome, New York, and Crane, Indiana, and is expected to be completed by Dec. 29, 2016. Department of Defense working capital funds in the amount of $20,000 are being obligated at time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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 Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301 Room B130 Gaithersburg MD 20899-1410

R – Technical writer/editor – Smart Grid and Cyber-Physical Systems SB1341-14-RQ-0553 082614 Divya Soni, Phone 3019756394, Email divya.soni@nist.gov The National Institute of Standards and Technology (NIST) has a requirement for a technical writer/editor to be used in600px-US-DeptOfCommerce-Seal.svg the Smart Grid and Cyber-Physical Systems Program Office at NIST, Gaithersburg, MD.
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION
FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PART 13.

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76

The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $15 million.

This acquisition is 100% set-aside for small business.

See attached solicitation.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0553/listing.html

OutreachSystems Article Number: 140813/PROCURE/0137 Matching Key Words: writ*; technical; standard;

600px-US-DeptOfHUD-Seal.svgDepartment of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756 Kansas City MO 64106

R — EVALUATE EFFECTIVENESS OF MARINE OUTREACH AND EDUCATION WC-133F-14-RQ-0909SLW 082214 Sharon L. Walker, Phone (816)426-7470, Fax 757-664-3845, Email sharon.walker@noaa.gov The U.S. Department of Commerce (USDOC), National Oceanic and Atmospheric and Administration (NOAA’s) National Marine Fisheries intends to award a purchase order for develop and implement an evaluation tool as a mechanism to assess the effectiveness of the annual Marine Outreach and Education Virgin Island Style (MOES-VI) Improving Fishing Community Awareness and compliance Project (IFCACP fisher registration workshops. MOES-VI aims to increase community awareness and compliance with fishery regulations while fostering effective dialog concerning sustainable use of Territorial fishery resources and marine resource management in general. IFCACP is a collaboration between NOAA’s Coral Reef Conservation Program (CRCP), NOAA’s National Marine Fisheries Service (NMFS or NOAA Fisheries Service), U.S. Virgin Islands (USVI) Department of Planning and Natural Resources (DPNR), and the Caribbean Fisheries Management Council (CFMC) aimed at building fishing community awareness of the fisheries management process and the roles of management agencies, and compliance with the most recent fisheries rules and regulations. The fisher registration workshops occur annually in St. Croix, USVI, during the second week of July and in St. Thomas, USVI, during the third week of July; the workshops are offered over a three-day period and fishers make an appointment to register for a specific time slot to attend a workshop. The selected contractor will have proven experience in environmental workshop planning, coordination and implementation (preferably in USVI); possess the skills, equipment and software (e.g. IBM SPSS, Microsoft Office [specifically Access and Excel], and/or Survey Monkey, etc.) to collect, analyze, and interpret evaluation data, as well as the technical writing skills to synthesize workshop outcomes and evaluation data in a final report. Bilingual skills (English/Spanish) are preferred but not required. The contractor is responsible for making all travel arrangements associated with project planning and coordination and implementation, as necessary.

This is a 100 small business set-aside. The NAICS code for this action is 541990. Size standard not to exceed $15M. This support service is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures and Part 12 Commercial Items. The Eastern Region Acquisition Division (ERAD) requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in please access the following website: http://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The Government now requires all contractors submit their Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Interested parties can provide a quote using the attached solicitation by the closing date, Attn: Sharon Walker by fax (757-664-3845) or via email, referencing the RFQ No. by the closing date on the solicitation.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NOAA/CASC/WC-133F-14-RQ-0909SLW/listing.html

OutreachSystems Article Number: 140813/PROCURE/0142 Matching Key Words: writ*; technical; standard;

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA

T--Technical writer/editor for Ethical Leadership at U.S. Naval Academy N0018914T0349 082514 Candace Reid 757-443-1347 Candace Reid 757-443-1347 757-443-1424 (Fax) candace.reid@navy.mil The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA, 23511-3392 intends to negotiate a 100% Small Business Set-Aside, Firm-Fixed Price contract that will utilize procedures under FAR Part 13. The Contractor shall provide Technical writing/editing support for Ethical Leadership for the U.S. Naval Academy. The NAICS code applicable to this procurement is 711510 with a size standard is $7.0M.
The period of performance for the resulting contract will be for 01 October 2014 through 30 September 2015 to include a base year with a two, one year option periods along with FAR Clause600px-US-DeptOfNavy-Seal.svg 52.217-8 “Option to Extend Services.” All options will be evaluated in accordance with FAR 17.206(a).

The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. The RFQ will be available on or around 14 August 2014. When the Request for Quote (RFQ) is issued, it may be downloaded by accessing http://www.neco.navy.mil. This office no longer issues hardcopy solicitations.
By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.
Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.sam.gov.
Do not use the “Submit Bid” button on NECO to submit your quote. Please direct all questions regarding this requirement via e-mail to Candace Reid at candace.reid@navy.mil.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018914T0349/listing.html

OutreachSystems Article Number: 140813/PROCURE/0161 Matching Key Words: naics!711510; writ*; technical; standard;

Department of Veterans Affairs, VA Rocky Mountain Consolidated Contracting Center, Department of Veterans Affairs, Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246

Department_of_Veterans_Affairs_LogoU–Lean Six Sigma & Business Intelligence VA25914Q0664 082014 Cynthia Reese Contract Specialist cynthia.reese@va.gov cynthia.dixon2@va.gov 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is VA259-14-Q-0664 and is hereby issued as a Request for Quote (RFQ).
The SAO West, Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the VA Medical Center and Ambulatory Care Clinic, 3687 Veterans Drive, Fort Harrison, MT 59636 has a requirement for the following services: Business Intelligence and Lean Six Sigma Training Services as per the attached Performance Work Statement.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective January 30, 2014. The North American Industry Classification System (NAICS) code is 611430 – Professional and Management Development Training and the Small Business Size Standard is $11.0 million. This procurement will be a 100% Small Business Set-Aside. The Government intends to issue a firm fixed price contract to the responsible Offeror whose quote is technically acceptable and conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from seeking clarifications if it is in the best interest of the Government. All interested parties must bid on all CLINS.
The closing date for receipt of proposals is August 20, 2014 at 3:00 PM Mountain Standard Time. Quotes from all qualified, capable and responsible sources will be considered. Questions shall be submitted in writing via email no later than August 15, 2014 at 2:00 PM Mountain Standard Time to Cynthia Reese, Cynthia.reese@va.gov. Vendors offering a response to this notice should ensure registration in the System for Acquisition Management (SAM) http://www.sam.gov prior to submission of offers for consideration.
?
Provide a price quote for the following CLIN and total price (fill in the blanks).
PRICING FOR:
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1 Six Sigma Training as follows: (3 students) Lean Six Sigma Green Belt Training AND Lean Six Sigma Healthcare Training (2 students)Masters Certificate in Lean Six Sigma Health Care Training 1.00 EA __________________ __________________
2 (7 students) Essentials of Business Intelligence- Healthcare 1.00 EA __________________ __________________
3 (7 students) Essentials of Project Management – Healthcare (8 week course) 1.00 EA __________________ __________________
GRAND TOTAL __________________
ITEM NUMBER QUANTITY DELIVERY DATE
1 SHIP TO: VA Medical Center and Ambulatory Carec Clinic
3687 Veterans Drive
Fort Harrison ,MT 59636 1.00 10-01-2014 – 09-30-2015
MARK FOR:
Christopher Smith
christopher.smith19dc01@va.gov
406-447-7310
2 1.00 10-01-2014 – 09-30-2015
3 1.00 10-01-2014 – 09-30-2015

PERFORMANCE WORK STATEMENT
VA Montana Health Care System
Business
Intelligence and Lean Six Sigma Training Services
1. INTRODUCTION
The VA Montana Health Care System (VAMTHCS), VA Rocky Mountain Healthcare Network, is within the largest Veteran’s Integrated Service Network in terms of geographic area in the 48 contiguous states. Montana’s population density is considered rural and frontier. The State of Montana has one of the largest percentages of population who have served in the military. VA Montana Health Care System seeks to continually improve health care services to our Veterans.
2. BACKGROUND
VA Montana Healthcare System is being challenged as never before with the growing demands of its diverse veteran community spread over the large, rural State of Montana, the constant pursuit of ever-higher quality of care and patient satisfaction, and increasing budget pressures. Key components of VAMTHCS strategic goals were determined by a 50-person leadership strategic planning group. Our strategic priorities are focused on continuously improving our organization and creating a Veteran-centered culture of satisfaction and pride for our Veterans and employees. One of the initiatives involves starting a Business Intelligence Department to provide facility direction based on accurate, thorough data gathering and analysis. At VAMTHCS, we are dedicated toward a common goal–to honor America’s Veterans by providing exceptional health care that improves their health and well-being. This solicitation is for services to support the strategy, governance, program management, delivery, training and mentoring of VAMTHCS transformational journey.
3. GENERAL INFORMATION
3.1 Contract Period of Performance
The period of performance for the base period is one year, starting October 1, 2014 to September 30, 2015.
3.2 Place of Performance
This work can be performed anywhere there is a computer, and will primarily be done on VA Montana Health Care System computers. This work does not include any travel.
3.3 Hours of Contractor Operations (Government Provided Work Site)
Contractor personnel will be working off site providing telephone/online training, support, and assistance and will not be present at VAMTHCS. The online course description describes the specific course day and hour requirements, including the support provided. This training does not have a face-to-face requirement and no VA paid travel will be authorized. VA student work will be performed at irregular hours because this is a distance learning online program.
3.4 GOVERNMENT FURNISHED INFORMATION, EQUIPMENT, AND FACILITIES
The Government will furnish government-site office space for all VA employees enrolled in these courses, equipped with telephone, computer hardware, and basic office automation software as required to complete the training.
4. SCOPE OF WORK
The services within the scope of this requirement are task areas, as defined in Section 5. Non-project-related information technology development and administrative or clerical tasks are outside the scope of this requirement.
5. SERVICE REQUIREMENTS
5.1. General Requirements
In order to provide the quality of training needed to meet the need, the academic institution must provide online training with instructor support for Lean Six Sigma-Healthcare course(s) and provide a certificate. Instructor support must be provided. Completion of the course will result in nationally approved certification for Essentials of Business Intelligence-Healthcare, and Essentials of Project Management-Healthcare Certification. The courses must include a specialization in healthcare. Contractor requirements include:
5.1 Comprehensive training through an institution of higher learning that has a proven positive record of experience in providing online distance academic education for business applications.
5.2 Each individual class will last at least eight (8) weeks. Advanced courses will last at least sixteen (16) weeks of online training contact time.
5.3 Versatile scheduling options (class start dates) will be provided.
5.4 Classes will be online, distance learning and be led by an instructor.
5.5 Class supplements such as video DVDs of training sessions will be provided for review in conjunction with instructor lead online classes.
5.6 Each class will have a healthcare-specific emphasis.
5.7 Online testing and certification will be available without required travel for instructor(s) or participants.
5.8 All classes will offer American Council on Education (ACE) credit, Professional Development Units (PDU) credit, and Continuing Education Unit (CEU) credit.
5.9 Different levels of Six Sigma training will be provided to include at a minimum:
5.9.1 Six Sigma Green Belt in Healthcare training certification
5.9.2 Lean Six Sigma in Healthcare Training certification
5.9.3 Lean Six Sigma Black Belt Training, resulting in a “Master Certificate” when all three Six Sigma classes are completed
5.10 Business Intelligence in Healthcare training with certification
5.11 Project Management in Healthcare training with certification
5.2. Task Areas and Services
5.2.1. Training Courses to be provided utilizing distance learning through online training with instructor support include:
5.2.1.1 Six Sigma Green Belt – Health care (certificate program) (5 VMTHCS employees)
5.2.1.2 Lean Six Sigma – Healthcare (5 VAMTHCS employees)
5.2.1.3 Lean Six Sigma Black Belt – Healthcare with “Masters Certificate” for completing all three Six Sigma courses (2 employees)
5.2.1.4 Essentials of Business Intelligence – Healthcare (8 VMTHCS employees)
5.2.1.5 Essentials of Project Management – Healthcare (8 VAMTHCS employees)
6. MANDATORY TASKS AND DELIVERABLES
The contractor shall perform the tasks and provide the specific deliverables described below at the specified place of performance stated in 3.2.
6.1. Management of the Delivery Order

The contractor shall provide these standardized courses to individual VAMTHCS employees. Registration and payment will be made for each individual employee through standard VMATHCS Learning Service and Fiscal Procedures. The progress and completion of the courses will be tracked by VAMTHCS Learning Service, adhering to VA and VHA directives and regulations.
6.2. Training Status Report
The contractor shall provide Certificate of Certification to the individual employee as they complete the course. VAMTHCS Learning Service will track certificates; assuring one course is completed before the next is started.
VAMTHCS Learning Service will report quarterly to the VAMTHCS Workforce Development Committee:
6.2.1 Significant issues (e.g., delays, project budget overruns), suggested resolutions, and implementation status;
6.2.2 Costs during the reporting period;
6.2.3 Activities completed during the reporting period;
6.2.4 Activities planned for the next reporting period;
6.2.5 Spreadsheet of over-all employees, courses and progress.
7. DELIVERABLES
The Contractor shall provide all deliverables in Microsoft Office compatible formats. All deliverables must be compliant with Section 5019 of the Rehabilitation Act of 1973, 1991 Amendments according to the particular requirements for each such deliverable.
8. KEY SERVICES
All courses included in this contract will be provided by the contractor during the time frame described in 3.1. If courses are deleted from availability during this time, the contractor shall provide an alternate course that meets requirements listed above. Any changes must be provided to the Contracting Officer Representative before the substitution occurs and must be approved by the COR before initiating. The COR will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing.
?
9. PERFORMANCE MEASURES
This Training Initiative is performance based. Contractor performance under this program will be assessed annually, using the following performance metrics:
1. Timeliness: Courses will be provided as described 100% of the time.
2. Quality of service: VAMTHCS employee students will be provided regular feedback regarding coursework. If not passing the course, VAMTHCS employee student will receive assistance as stated in the course description. VAMTHCS employee students will receive Certificates of Certification within 1 month of completion of the specific course.
Performance Requirements Summary (PRS)
Desired
Outcome Performance
Standard Monitoring
Method Incentives/Disincentives
for Meeting or not Meeting the Performance Standards
Conforming Services The services shall meet the performance requirements as outlined above 100% inspection Past performance evaluation.
The Contractor shall be given an opportunity to correct non-conforming services at no cost to the government if the services are non-conforming or the contract requirement is unacceptable.
The vendor typically requires payment at time of registration rather than at the end of the class. Learning Service will track individual employee completion of training.
All Deliverables All courses will be delivered as described in the course description, based on the designated employee-student registration process. 100% inspection
The COR will record the receipt date of all deliverables.
Past performance evaluation.
These academic institution courses will be paid before each course starts. Completion for each individual employee will be documented.
52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2014)
(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights-
(1) Within a reasonable time after the defect was discovered or should have been discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Government wide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.
(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.
(d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.
(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.
(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.
(g) Invoice.
(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include-
(i) Name and address of the Contractor;
(ii) Invoice date and number;
(iii) Contract number, contract line item number and, if applicable, the order number;
(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;
(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;
(vi) Terms of any discount for prompt payment offered;
(vii) Name and address of official to whom payment is to be sent;
(viii) Name, title, and phone number of person to notify in event of defective invoice; and
(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.
(x) Electronic funds transfer (EFT) banking information.
(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.
(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management), or applicable agency procedures.
(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.
(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.
(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.
(i) Payment.-
(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.
(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.
(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.
(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.
(5) Over payments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall-
(i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the-
(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);
(B) Affected contract number and delivery order number, if applicable;
(C) Affected contract line item or subline item, if applicable; and
(D) Contractor point of contact.
(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.
(6) Interest.
(i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.
(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.
(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if-
(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days;
(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or
(C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).
(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.
(v) Amounts shall be due at the earliest of the following dates:
(A) The date fixed under this contract.
(B) The date of the first written demand for payment, including any demand for payment resulting from a default termination.
(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on-
(A) The date on which the designated office receives payment from the Contractor;
(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or
(C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.
(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.
(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:
(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or
(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.
(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.
(l) Termination for the Government’s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.
(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.
(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.
(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.
(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.
(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.
(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistle blower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity.
(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order:
(1) The schedule of supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause;
(3) The clause at 52.212-5.
(4) Addenda to this solicitation or contract, including any license agreements for computer software.
(5) Solicitation provisions if this is a solicitation.
(6) Other paragraphs of this clause.
(7) The Standard Form 1449.
(8) Other documents, exhibits, and attachments
(9) The specification.
(t) System for Award Management (SAM).
(1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract 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.
(2)(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 FAR 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; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(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.
(3) 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 Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. 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.
(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov.
(u) Unauthorized Obligations.
(1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern:
(i) Any such clause is unenforceable against the Government.
(ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an “I agree” click box or other comparable mechanism (e.g., “click-wrap” or “browse-wrap” agreements), execution does not bind the Government or any Government authorized end user to such clause.
(iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement.
(2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.
(End of Clause)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract:
(End of Addendum to 52.212-4)
852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of . Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100 470 East L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
(i) ASSIST (https://assist.dla.mil/online/start/);
(ii) Quick Search (http://quicksearch.dla.mil/);
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by?
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4″ followed by the DUNS or DUNS +4 number that identifies the offeror’s name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
(End of Addendum to 52.212-1)
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:
Lowest Price Technically Acceptable (LPTA) in accordance
with the requirements specified in the Performance Work
Statement (PWS). Quotes will be acceptable or unacceptable.

Technical and past performance, when combined, are not equal. Technical is more important..
(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.
(End of Provision)
852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)
(a) Any protest filed by an interested party shall:
(1) Include the name, address, fax number, and telephone number of the protester;
(2) Identify the solicitation and/or contract number;
(3) Include an original signed by the protester or the protester’s representative and at least one copy;
(4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents;
(5) Specifically request a ruling of the individual upon whom the protest is served;
(6) State the form of relief requested; and
(7) Provide all information establishing the timeliness of the protest.
(b) Failure to comply with the above may result in dismissal of the protest without further consideration.
(c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.
(End of Provision)
VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)
As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.
(End of Provision)
Place of Performance: VA Medical Center and Ambulatory Care Clinic;3687 Veterans Drive;Fort harrison, MT 59636 USA URL: https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914Q0664/listing.html

OutreachSystems Article Number: 140813/PROCURE/0175 Matching Key Words: video*; duplicat*; produc*; train*; site?; page?; education*; business*; documentation; event?; instruct*; commercial?; documentar*;

Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Bld 903, N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL

R–Contractor Support Services within the NAVFAC SE Region including but not limited to: TX, OK, KS, MO, AR, LA, TN, MS, AL, SC, GA, FL, and Guantanamo Bay, Cuba. N6945014R7579 082714 Dawn Bradshaw (904) 542-8815 This modification notice incorporates the following changes:
This is a Synopsis Notice for Contractor Support Services within the NAVFAC SE Region including but not limited to: TX, OK, KS, MO, AR, LA, TN, MS, AL, SC, GA, FL, and Guantanamo Bay, Cuba.
This acquisition is for Contractor Support Services through performance of various positions including Construction Managers, Construction Engineering Technicians, Waste Water Treatment600px-US-DeptOfNavy-Seal.svg Plant Operators, Maximo Management Analysts and Management Assistants, Cost Engineers, Material Expediters, Power Support Systems Mechanics, Forestry Technicians, Environmental Protection Specialists, Appraisers, Installation Restoration Program Manager, Environmental Technical Writers, Hazardous Waste Disposers, Environmental Protection Specialists, Environmental Protection Assistants, Environmental Managers, Administrative Officers, and Budget Coordinators, Recycling Laborers, and Geographic Information Systems Analysts and Geographic Information Systems Technicians.
These requirements are performance based.
Offerors can view and/or download the solicitation at https://www.neco.navy.mil when it becomes available. The anticipated date of Request for Proposal (RFP) issuance is on or about 12 August 2014.
The RFP will be issued as 100% Small Business set-aside in accordance with FAR Subpart 6.2, Full and Open Competition after Exclusion of Sources. The Government will only accept offers from Small Business firms.

Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/44a783b11d15f6231871ae9b3243333d

OutreachSystems Article Number: 140813/PROCURE/0878 Matching Key Words: writ*; technical;

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

R — Combination of Services (9) Position BBG50-QS-14-0009 082214 Michelle S. Mathis, Contract Specialist, Phone 2023827848, Fax 2023827854, Email mimathis@bbg.gov The Broadcasting Board of Governors Urdu Service Division is seeking to fulfill (9) Position as Contractors.  This will be done as a Firm Fixed Price Blanket Purchase Agreement, Not to Exceed $150,000.00 per year, for (1yr).

Each Position will be done on a Separate BPA, therefore I will need you to respond to whichever Position you are interested in.  Some Positions will be paid on an hourly basis and some on an assignment basis.  Please look over each Statement of Work carefully.  Some Position will be in other states while some will be in Washington, D.C.

Period of Performance for the BPA is: 09/01/2014 – 08/31/2015.  There is a variety of NAIC codes:  515120 Television; 515111 Radio; etc.  For the Shooter-videographer-editor-TV line Producer we will need (3ea), all the other Positions are for 1ea.  (See SOW for more details).

This Combined Synopsis/Solicitation is issued as a Request for Proposals for interested Indeptendent Contractors.  The contractors most be register in http://www.SAM.gov system.

Contractors must submit their Price Proposal, Capability Statement/Resume w/three References.  Please provide documents by e-mail or fax, if faxing please call first.  Selected Contractor must provide: Copy of US Citizenship, work permit, poto ID and/or Visa prior to starting work.  Contractor also will have to be able to pass a Security clearance before starting to work.

Evaluation Factors:

Factor #1 – Technical ability to include work experience, education and specialized training

Factor #2 – Price

Factor #3 – Past Performance

Proposal shall be submitted electronically to Michelle Mathis @ mimathis@bbg.gov or fax to 202-382-7854 (call first) by the closing date of: 08/22/2014 @ 5:00pm

Set-Aside: Total Small Business Place of Performance: Various Location – See SOW for details US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-QS-14-0009/listing.html

OutreachSystems Article Number: 140812/PROCURE/0113 Matching Key Words: video*; edit*; produc*; train*; you; education*; business*; produce?;

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

R — VOA Africa Investment BBG50-R-14-00759AM 082014 Alisa Martine, ContractBroadcasting Board of Governors Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov BBG50-R-14-00759AM
Broadcasting Board of Governors
VOA Africa Investment – Non-Personal Service Contractors (multiple languages)
Synopsis:

(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION 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; 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 Blank 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 make awards for these requirements as outlined below:
A. Digital Editor/Producer -French Service (Full Time – 2)
B. Multimedia Producer – French Service (Full Time – 1)
C. Multimedia Anchors/Reporters – Swahili Service (Full Time – 3)
D. Radio Producer – Swahili Service (Full Time -1)
E. Radio Producer – Hausa Service (Full Time -1)
F. Multimedia Anchor/Reporters – Hausa Service (Full Time- 3)
G. Multimedia Producer – Africa Digital Service (Full Time -1)
H. Social Media Video/ Editor – Africa Digital Service (Full Time -1)
I. Training Organizer – Hausa Service (1)
J. Trainer – Hausa Service (1)
(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Non-Personal Services with Independent Contractors for Multimedia Radio; TV-Video services; Digital Media (Web) Combination Services and Training Representatives as described in the attached Statements of Work (SOW) for the Voice of America’s Africa Division, in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated July 25, 2014.
(iv) 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 $29.5M.

(v) The period of performance of the BPA is September 1, 2014 through August 31, 2015; however, the authorized call orders are effective September 1, 2014 – October 31, 2014. Subsequent call orders are subject to the availability of funds per FAR 52.232-19. The Contractor shall submit a bi-monthly invoice electronically for services provided.
(vi) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. 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 proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
(vii) The Government will award a Commercial Item, Firm-Fixed-Price, Blank Purchase Agreement(s) resulting from this RFP to the responsible offeror(s)whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume/CV that includes work experience, education and specialized training along with two (2) production samples (if applicable). The Offeror must be able to demonstrate proficiency in writing and speaking the language required for the designated service and English.

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;
(iii) term of the contract; 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 3) A separate Price Proposal (at an hourly rate for positions A-H) and (per assignment rate for position I-J) showing a breakdown of the price that will be negotiated with the BBG. Prices for all of the listed CLIN shall be noted in English and United States dollars.

A. Digital Editor/Producer -French Service (2,080 hours)
B. Multimedia Producer – French Service (2,080 hours)
C. Multimedia Anchors/Reporters – Swahili Service (2,080 hours)
D. Radio Producer – Swahili Service (2, 080 hours)
E. Radio Producer – Hausa Service (2,080 hours)
F. Multimedia Anchor/Reporters – Hausa Service (2,080 hours)
G. Multimedia Producer – Africa Digital Service (2,080 hours)
H. Social Media Video/ Editor – Africa Digital Service (2,080 hours)
I. Training Organizer – Hausa Service (per assignment rate)
J. Trainer – Hausa Service (per assignment rate)

Proposal Submission:

Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG. Please be sure to clearly identify which position you are submitting a proposal for. You may also apply for more than one position but a proposal must be separately submitted for each position considered.

1. Technical Proposal
• (Resume/CV) 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.
• Two production samples of work
• Copy of US Citizenship, work permit, photo ID and/or visa.
• References (three)
• Copy of active Registration in SAM.gov. https://www.sam.gov

2. Price Proposal
• that states the Offeror’s proposed annual Total Price based on a 2,080 hours per annum for Full Time position descriptions A-H or per assignment rate for positions I-J. This rate may be negotiated with the BBG.

(viii) 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/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(ix) 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. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)

(x) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation 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-Central Contractor Registration (31 U.S.C. 3332)
52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond October 31, 2014. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond October 31, 2014 until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
(xi) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.203-10 Contractor Code of Business Ethics and Conduct (Apr 2010); 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.

(xii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xiii) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
Questions must be submitted in writing and only via email to Alisa Martine at amartine@bbg.gov . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on Wednesday, August 13, 2014.

ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE BELOW to: Alisa Martine at amartine@bbg.gov . Proposals are due to Alisa Martine, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237 before 4:00 p.m. Eastern Daylight Time on Wednesday, August 20, 2014.
(xiv) Contact: Alisa Martine, Contracting Officer, email: amartine@bbg.gov . All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: Voice of America 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-00759AM/listing.html

OutreachSystems Article Number: 140811/PROCURE/0009 Matching Key Words: video*; edit*; produc*; train*; you; website; web; education*; business*; produce?; production?; instruct*; commercial?; naics!711510;

FedBizOpps – Awards

140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Mary Beth Hudson 817-850-8129 ; Drue Norman 817-850-8387 GS07F273BA $500,000 081214 541 1000,541 4B JUNGLE MEDIA, INC. 307 E 2ND ST STE 200 NEWBERG OR USA 97132-3076 No Description Provided
URL: https://www.fbo.gov/notices/cb6b16618c9c6af690ac7499a7f339da

Outreach Systems Article Number: 140813/AWARDS/1031 Matching Key Words: naics!512110;

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Mary140px-US-GeneralServicesAdministration-Logo.svg Beth Hudson 817-850-8129 ; Daniel Stafford 817-850-8278 GS07F272BA $500,000 081114 541 1000,541 4B SILVER FIR MEDIA INC. 4146 RAYMOND BROOKFIELD IL USA 60513-1822 No Description Provided
URL: https://www.fbo.gov/notices/ad9a50b53b0279536eadffc0f5979b92

Outreach Systems Article Number: 140812/AWARDS/0902 Matching Key Words: naics!512110;

USABID State and Local Purchases

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 – Investigate CPAs for violations of the statues & regulation RFP SOL Investigate CPAs for violations of the statues & regulation RFP : 1500000013 Board Of Accountancy Pro Services Published On : 8/11/14 Amended On : Closing On : 8/18/14 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140813/BID/0004 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 – Investigator RFP : 1500000014 Board Of Accountancy SOL Investigator RFP : 1500000014 Board Of Accountancy Pro Services Published On : 8/11/14 Amended On : Closing On : 8/18/14 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140813/BID/0005 Matching Key Words: age:state!Ky; state!Ky;

Iowa – Department of Transportation http://www.iowadot.gov/purchasing/lettingschedule.htm Iowa Department of Transportation; 800 Lincoln Way; Ames, IA 50010 Phone 515-239-1414

T – Young Driver Video Production Questions and Responses Set SOL 12663 Young Driver Video Production Questions and Responses Set 1 Due Date: 9/3/2014 Contact: Laurie Hoing For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140813/BID/0211 Matching Key Words: video*; produce*; production?;

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

R – RFP for hearing officers. Multiple contracts will be issued RFP SOL RFP for hearing officers. Multiple contracts will be issued RFP : 1500000042 CHFS – Office Of The Secretary Legal Services Published On : 8/8/14 Amended On : Closing On : 8/25/14 3:30 PM EDT For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140812/BID/0005 Matching Key Words: age:state!Ky; state!Ky;

Massachusetts Central Register http://www.sec.state.ma.us/PublicationSubscriptionPublic/Subscriber/SubsSearch.aspx For further information, contact the awarding agency listed in the article.

T – Technology FF&E equipment for the River Mills COA Center: Camera SOL 14/26 Technology FF&E equipment for the River Mills COA Center: Camera system; PA system; projectors, TV/monitors; video distribution system; audio equipment. Due Date: 8/25/14 Address: 413-594-1557 Contact: Brian Salamon For more information about this opportunity please contact the buyer directly.

Outreach Systems Article Number: 140812/BID/0263 Matching Key Words: video*; distribution*;

PREVIOUS BUSINESS AND OPPORTUNITIES BIDS AND PURCHASES


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

Department of the ArmyARMY

Northview Enterprises, Inc.,* Louisville, Kentucky (W912QR14-D-0022); Semper Tek, Inc.,* Lexington, Kentucky (W912QR-14-D-0023); Leebcor Services, LLC,* Williamsburg, Virginia (W912QR-14-D-0024); AAECON General Contracting, LLC,* Louisville, Kentucky (W912QR-14-D-0025); and Starlight-ENET JV, LLC,* Honolulu, Hawaii (W912QR-14-D-0026), were awarded a maximum $160,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for construction services within the Louisville district mission boundaries. Work and funding will be determined with each order, with an estimated completion date of Aug. 26, 2019. Bids were solicited via the Internet with 21 received. U.S. Army Corps of Engineers, Louisville, Kentucky is the contracting activity.

Ellwood National Forge Company, Irvine, Pennsylvania, was awarded a $68,648,430 modification (P00008) to contract W52P1J-12-C-0036 to exercise third option requirement for Bomb Live Unit 109 empty case assembly and container/pallet consisting of Bomb Live Unit-109/B Bomb Body (604 each), Bomb Live Unit-109 A/B Bomb Body (52 each), Bomb Live Unit-109 C/B Bomb Body (3,864 each), CNU-417/E container (2,224 each) and MHU-212 B/E pallet (26 each). Work will be performed in Pennsylvania with an estimated completion date of May 31, 2018. This contract involves foreign military sales to Denmark. Fiscal 2013 and 2014 other funds in the amount of $68,648,430 were obligated at the time of the award. Army Contracting Command Rock Island Arsenal, Illinois, is the contracting activity.

Robertsons Fuels Systems, Tempe, Arizona, (W58RGZ-14-D-0116) was awarded a $47,916,209 indefinite-delivery/indefinite-quantity contract for auxiliary fuel systems including reduced size crashworthy external fuel systems and internal auxiliary fuel system combo packs for the Apache AH-64 helicopter for domestic and foreign military sales. Performance location and funding will be determined with each order, with an estimated completion date of May 5, 2017. Bids were solicited via the Internet with one received. This contract involves foreign military sales to Saudi Arabia, Indonesia, and the Republic of Korea. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Navistar Defense, LLC, Lisle, Illinois, (W56HZV-14-C-0102) was awarded a $38,423,006 contract for vehicle reset, which will include replacement of mandatory parts and labor for maintenance repairs to bring the vehicles to a condition code-A standard. The upgrades consist of bringing the vehicles to a common configuration of low rate initial production as outlined as incoming configuration of M1235 Maxx Pro Dash, M1235 A1 Maxx Pro Dash with Independent Suspension System, M1235 A2 Maxx Pro dash Ambulance will be converted to a final configuration of M1235A4. Work will be performed in West Point, Mississippi, with an estimated completion date of June 30, 2016. Bids were solicited with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $25,832,822 and fiscal 2014 procurement funds in the amount of $12,590,184 are being obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Accenture, Reston, Virginia, was awarded a $7,265,958 modification (D00354) to contract N00104-04-A-ZF12 for onsite support and change requests for General Fund Enterprise Systems. Fiscal 2014 operations and maintenance (Army) funds in the amount of $981,243 were obligated at the time of the award. Work will be performed in Alexandria, Virginia, with an estimated completion date of June 27, 2015. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $122,217,252 modification to a previously awarded F-35 Lightning II Low Rate Initial Production (LRIP) Lot VI cost-plus incentive fee contract (N00019-11-C-0083) for the procurement of support equipment for the F-35 aircraft such as sensor covers, tool sets, vacuum600px-US-DeptOfNavy-Seal.svg clamp sets, and heat gun assemblies. Work will be performed in Orlando, Florida (73 percent); Redondo Beach, California (25 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in November 2016. Fiscal 2012 aircraft procurement (Air Force) funds in the amount of $122,217,252 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Alloy Surfaces Co., Chester Township, Pennsylvania, is being awarded a $49,980,000 indefinite-delivery/indefinite-quantity contract for the manufacture of 375,000 decoy infrared, countermeasure MJU-66/B flares. Work will be performed in Chester Township, Pennsylvania, and is expected to be completed by August 2017. Fiscal 2014 procurement of ammunition (Navy and Marine Corps) funding in the amount of $4,932,945, and fiscal 2013 aircraft procurement (Air Force) funding in the amount of $17,322,574, will be obligated on the first delivery order running concurrent with contract award. Contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(l). The NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-14-D-K104).

Textron Inc., New Orleans, Louisiana, is being awarded a $21,904,620 modification to a previously awarded contract (N00024-12-C-2401) for the construction of Landing Craft, Air Cushion (LCAC) 101 of the ship-to-shore connector (SSC) program. The SSC program is the functional replacement for the existing fleet of LCAC vehicles, which are nearing the end of their service life. It is an air cushion vehicle designed for a 30-year service life. The SSC mission is to land surface assault elements in support of operational maneuver from the sea, at over-the-horizon distances, while operating from amphibious ships and mobile landing platforms. SSC provides increased performance to handle current and future missions, as well as improvements which will increase craft availability and reduce total ownership cost. Work will be performed in New Orleans, Louisiana (93.5 percent); Huntington Beach, California (2 percent); Chanhassen, Minnesota (2 percent); Coronado, California (1.5 percent); and Minneapolis, Minnesota (1 percent), and is expected to be completed by August 2017. Fiscal 2014 research, development, test and evaluation contract funds in the amount of $2,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Solpac Construction Inc., dba Soltek Pacific Construction, San Diego, California, is being awarded $6,779,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62473-10-D-5411) for design and construction to the Restore Ophthalmology Department at Naval Medical Center San Diego. The work to be performed includes restoration, modernization, and reconfiguration of interior finishes, plumbing, heating, ventilation, air conditioning, fire protection systems, electrical power, lighting, and electrical systems. The task order also contains two planned modifications, which if exercised, would increase cumulative task order value to $7,809,000. Work will be performed in San Diego, California, and is expected to be completed by October 2016. Fiscal 2014 Defense Health Program operations and maintenance (Navy) contract funds in the amount of $6,779,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

M1 Support Services, Denton, Texas, has been awarded a $17,723,476 modification (P00075), exercising option year three to the fixed-price-plus-award-fee contract FA4890-11-C-0005 to continue T-38 program management, organizational and intermediate maintenance services support for Air Combat Command’s T-38 Companion Trainer program. Work will be performed at Beale Air Force Base, California; Holloman Air Force Base, New Mexico; Langley Air Force Base, Virginia; Tyndall Air Force Base, Florida; and Whiteman Air Force Base, Missouri, and will be completed Sept. 30, 2015. Fiscal 2015 operations and maintenance funds will be awarded subject to availability of funds. Air Combat Command/Acquisition Management and Integration Center, Newport News, Virginia, is the contracting activity.

Moorhead Brothers, Inc., Blacksburg, South Carolina, has been awarded a not to exceed $9,800,000 indefinite-delivery/indefinite-quantity contract for Joint Base Charleston paving maintenance. Contractor will furnish all labor, equipment, materials, transportation, supervision and testing to accomplish repairs of streets, parking lots, open storage areas, jogging trails and airfield pavements. Work will be performed at Joint Base Charleston, which consists of Joint Base Charleston – Air Base, North Charleston, South Carolina; Joint Base Charleston – Weapons Station, Goose Creek, South Carolina; Short Stay Recreation Center, Monks Corner, South Carolina; and North Auxiliary Field, Orangeburg County, South Carolina. Work is expected to be completed by Aug. 31, 2019. This award is the result of a competitive acquisition and two offers were received. No dollars are being obligated at time of award. Current year operations and maintenance funds will be used for each task order awarded during the life of the contract. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-14-D-0005).

The Aerospace Corp., El Segundo, California, was awarded a $6,589,859 modification (P00012) to cost-plus-fixed-fee contract FA8802-14-C-0001, for general life cycle systems engineering and integration for the National Security Space Community. The contractor will provide planning, systems definition and technical specification support. They will also analyze user needs, design and design alternatives, interoperability, manufacturing and quality control. They will assist with test and evaluation, launch support, flight tests, orbital operations and integration of space systems into effective systems of systems. This contract modification increases the value of the existing contract to equitably adjust for impacts resulting from the stop-work order issued due to the government shutdown in the first quarter of fiscal 2014. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2014. No funds are being obligated at time of award. Space and Missile Systems Center/PKE, Los Angeles Air Force Base, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Shelby Group International, Inc., Collierville, Tennessee, has been awarded a maximum $7,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for distribution of various optical frames. This contract was a competitive acquisition andDefense_Logistics_Agency one offer was received. This is a three-year base contract, with two one-year option periods. Location of performance is Tennessee, with an Aug. 26, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-14-D-0006).

UPDATE: Wausau Equipment Company, Inc.,* New Berlin, Wisconsin has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0005 for fire and emergency vehicles and other vehicles (SPE8EC-14-D-0018).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Aerospace Testing Alliance, Tullahoma, Tennessee, has been awarded a $224,044,944 cost-plus-award-fee modification (P00334), exercising the fiscal 2015 award option to contract F40600-03-C-0001 to continue operations, maintenance, information management and support of Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be completed by Sept. 30, 2015. This modification does not obligate funds at time of award. Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity.

Cassidian SAS, Elancourt, France, has been awarded a maximum $98,000,000 indefinite-delivery/indefinite-quantity contract, with firm-fixed-price, cost-plus-fixed-fee and cost-reimbursement contract line item numbers for support and sustainment of the Eagle Vision Data Acquisition Segment (DAS). The sustainment effort includes systems support, telephone support, software/hardware maintenance, on¬site/emergency support, security accreditation, configuration management, sustaining engineering, spare management, sustainment training and overall program management. The support effort includes sustaining engineering, technical refresh, and the procurement of additional DAS systems. Work will be performed at Elancourt, France, and is expected to be completed by Aug. 21, 2019. One firm was solicited and one firm submitted a proposal. Fiscal 2014 operations and maintenance funds in the amount of $25,983 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-14-D-0022).

lnDyne, Inc., Patrick Air Force Base, Florida, has been awarded a $30,663,645 modification (P00122) to a cost-plus-incentive-fee, cost-reimbursable for materials contract (FA2521-08-C-0006). The contract is for infrastructure operations and maintenance services for non-personal services involving operations and maintenance of the facilities, systems, equipment, utilities and infrastructure primarily for Cape Canaveral Air Force Station, Florida, and several Florida annexes in support of the 45th Space Wing and its mission partners. Work will be performed at Cape Canaveral Air Force Station and several Florida annexes, and is expected to be completed by Sept. 30, 2015. No funds are being obligated at time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

Delaware Resource Group of Oklahoma, LLC, Oklahoma City, has been awarded a $11,757,127 modification (P00036) for the third option year of a firm-fixed-price with cost-reimbursable contract (FA4890-12-C-0004) for the F-15C/E, F-16 and F-22A aircrew training and courseware development. Work will be performed at Shaw Air Force Base, South Carolina; Mountain Home Air Force Base, Idaho; Langley Air Force Base, Virginia; Nellis Air Force Base, Nevada; Seymour Johnson Air Force Base, North Carolina; and Hill Air Force Base, Utah, and is expected to be completed by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $11,757,127 are being obligated upon availability of funds. Air Combat Command Acquisition Management & Integration Center/PKB, Langley Air Force Base, Virginia, is the contracting activity.

BGI LLC., Akron, Ohio, has been awarded a $7,899,200 modification (P00011) for the first option year of the firm-fixed-price FA4890-13-C-0008 contract for EC-130H and A-10 aircrew training and courseware development training programs. Work will be performed at Davis-Monthan Air Force Base, Arizona, and Moody Air Force Base, Georgia, and is expected to be completed by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds will be obligated upon availability of funds. Headquarters Air Combat Command Acquisition Management & Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

ARMY

Layne Christensen Co., Ruther Glen, Virginia, was awarded a $132,504,348 contract for wall rehabilitation construction, East Branch cutoff, East Branch Clarion River Lake, Wilcox, Pennsylvania. Work will be performed in Wilcox, Pennsylvania, with an estimated completion dateDepartment of the Army of June 6, 2019. Bids were solicited via the Internet, with five received. Fiscal 2014 other procurement funds in the amount of $19,300,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania is the contracting activity (W911WN-14-C-0002).

Archer Western Federal JV, Chicago, Illinois, was awarded a $36,998,000 contract to design and construct an attack/assault/cavalry hangar for rotary-wing aircraft at Joint Base Lewis-McChord, Washington, with an estimated completion date of March 17, 2016. Bids were solicited via the Internet, with seven received. Fiscal 2014 military construction funds in the amount of $36,998,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington is the contracting activity (W912DW-14-C-0023).

Kiewit Infrastructure South Co., Omaha, Nebraska, was awarded a $26,977,306 firm-fixed-price contract to construct the Canton Dam auxiliary spillway at Canton Lake, Canton, Oklahoma, with an estimated completion date of March 9, 2016. Bids were solicited via the Internet, with six received. Fiscal 2014 other procurement funds in the amount of $26,977,306 are being obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-14-C-0027).

L-3, Cincinnati, Ohio, was awarded a $22,696,932 modification (P00028) to contract W15QKN-10-C-0015 to exercise option year four for an increased quantity of M783 fuses for the 60mm, 81mm and 120mm mortar cartridges. Fiscal 2014 and 2016 other procurement funds in the amount of $22,696,932 were obligated at the time of award. Estimated completion date is June 30, 2016. Work will be performed at Cincinnati, Ohio. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

International Enterprises Inc., Talladega, Alabama, has been awarded a maximum $28,905,257 firm-fixed-price contract for F-16 electric module assemblies. This contract was a sole-source acquisition. This is a five-year base contract with no option year periods. Location of performance is Alabama with an August 2019 performance completion date. Using service is Air Force. Type of appropriation is fiscal year 2014 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill AFB, Utah (SPRHA4-14-D-0001).

Dove Medical Supply LLC,** Summerfield, North Carolina, has been awarded a maximum $25,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various laboratory supplies. This contract was a competitive acquisition and five offers were received. This is a one-year base contract, with four one-year option periods. Location of performance is North Carolina, with an Aug. 25, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-14-D-0005).

Dental Health Products Inc.,* New Franken, Wisconsin, has been awarded a maximum $9,250,000 fixed-price with economic-price-adjustment contract for dental and medical equipment. This contract was a competitive acquisition, and 58 offers were received. This is a five-year base contract, with no option periods. Location of performance is Wisconsin, with an Aug. 25, 2019, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-14-D-0006).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $19,994,879 modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083). This modification provides site activation efforts required for the stand-up of the United Kingdom Joint Strike Fighter Academic Training Center at Royal Air Force Marham, United Kingdom. Work will be performed in Marham, United600px-US-DeptOfNavy-Seal.svg Kingdom (55 percent); Fort Worth, Texas (35 percent); and Orlando, Florida (10 percent), and is expected to be completed in December 2015. International partner funds in the amount of $19,994,879 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The Boeing Company, Ridley Park, Pennsylvania, has been awarded a $9,365,890 modification (P00003) exercising the option period on a seven-month base contract (HR0011-14-9-0002), with one 16-month option period. In Phase 1B, Boeing will continue to refine their design of the
Vertical Take-Off and Landing Experimental Aircraft bringing it to a preliminary design review level. Specifically, Boeing will complete the following milestones: system definition review, interim progress review and preliminary design review. This is an ‘other transaction.’ Locations of performance are Ridley Park, Pennsylvania (74 percent); Manassas, Virginia (8 percent); Torrance, California (7 percent); Israel (3 percent); Cincinnati, Ohio (2 percent); Atlanta, Georgia (2 percent); Pittsburgh, Pennsylvania (1 percent); Blacksburg, Virginia (1 percent); and Newport News, Virginia (1 percent), with a Nov. 30, 2015, performance completion date. Type of appropriation is fiscal 2014 through fiscal 2015 research, development, test and evaluation funds in the amount of $9,365,890. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Virginia.

Department of the ArmyARMY

Johnson Controls BAS, LLC, Huntsville, Alabama (W912DY-14-D-0050); Evergreen Fire Alarms LLC, Tacoma, Washington (W912DY-14-D-0051); and exp Federal Inc., Chicago, Illinois (W912DY-14-D-0052), were awarded a $2,500,000,000 combined firm-fixed-price contract for procurement and installation of utility monitoring and control and similar systems. Other contracts may be awarded under this solicitation. Funding and work location will be determined with each order. The estimated completion date is Aug. 21, 2019. Bids were solicited via the Internet, with 14 received. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Thompson Engineering, Mobile, Alabama, was awarded an $8,000,000 firm-fixed-price, indefinite-delivery contract for architectural and engineering services for construction management, Mobile District and South Atlantic Division, U.S. Army Corps of Engineers. Funding and work location will be determined with each order, with an estimated completion date of Aug. 24, 2019. Bids were solicited via the Internet, with 99 received. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-14-D-0054).

Aardvark, La Verne, California, was awarded a $7,600,000 firm-fixed-price contract for the components of the Launched Electric Stun Device (LESD) Program: TASER XP25 Cartridge, TASER X26 Conducted Electrical Weapon (CEW), Extended Digital Power Magazine (XDPM), and Holster for the CEW. Funding and work location will be determined with each order, with an estimated completion date of Aug. 25, 2019. Bids were solicited via the Internet, with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-14-D-0092).

NAVY

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded an undefinitized contract action with a not-to-exceed amount of $78,074,377 to a previously awarded cost-plus-award-fee, incentive-fee contract (N00024-11-C-4400) for USS Lake Erie (CG 70) fiscal 2014 extended dry-docking selected restricted availability (SRA). An extended dry-docking SRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by June 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $33,102,848 will be obligated at the time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Korte Construction Company, dba The Korte Company, St. Louis, Missouri, is being awarded a $23,800,000 firm-fixed-price contract for design and construction of the EA-18G Facility Upgrades at Naval Air Station Whidbey Island. The contract also contains three unexercised options, which if exercised, would increase cumulative contract value to $26,629,380. Work will be performed in Oak Harbor, Washington, and is expected to be completed600px-US-DeptOfNavy-Seal.svg by May 2017. Fiscal 2014 military construction (Navy) funds in the amount of $23,800,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 12 proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (contract number N44255-14-C-5004).

Glover Construction Co., Inc.*, Pleasant Hill, North Carolina, is being awarded a $12,680,000 firm-fixed-price contract for construction of a landfill, phase four, at Marine Corps’ Camp Lejeune. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2016. The work to be performed provides for the construction and extension of Camp Lejeune’s municipal solid waste landfill facility. Fiscal 2014 military construction (Navy) funds in the amount of $12,680,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (contract number N40085-14-C-8400).

Raytheon Missile Systems, Tucson, Arizona, is being awarded an $8,451,000 modification to apreviously awarded contract (N00024 13 C-5403) for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) engineering and technical services. This contract combines purchases for the U.S. Navy (84.5) and Japan (15.5 percent). Work will be performed in Tucson, Arizona (86 percent); Maizura, Japan (11 percent); Huntsville, Alabama (2 percent); and Camden, Arkansas (1 percent), and is expected to be completed by July 2015. Fiscal 2014 weapons procurement (Navy) contract funds in the amount of $4,638,000; fiscal 2014 research, development, test and evaluation contract funds in the amount of $2,500,000; and foreign military sales contract funds in the amount of $1,313,000, will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,167,322 modification to the previously awarded F-35 Lightning II Low Rate Initial Production (LRIP) Lot VI contract (N00019-11-C-0083). This modification provides for the maintenance and support for the F-16 chase aircraft supporting the F-35. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2015. Fiscal 2012 aircraft procurement (Air Force) funds in the amount of $8,167,322 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Sunnyvale, California, is being awarded a $7,627,500 modification to a previously awarded firm-fixed-price, cost-plus-incentive-fee, and cost-plus-fixed-fee contract (N00030-14-C-0011) for new procurement of hardware qualification and production required for the Strategic Systems Programs Shipboard Integration Increment 11 program; hardware and installation for the New START Treaty compliance program; hardware and installation for the Variable Energy Eject Actuator Strategic Systems Programs Alteration; development of the improved missile temperature monitoring capability; and hardware for the United Kingdom deep maintenance period. The work will be performed in Sunnyvale, California (39.89 percent); Miamisburg, Ohio (20.79 percent); St. Charles, Missouri (11.57 percent); Tacoma, California (10.69 percent); El Cajon, California (7.19 percent); Westminster, Massachusetts (5.74 percent); Roanoke, Virginia (1.29 percent); Ontario, California (1.13 percent); Modesto, California (0.86 percent); Weston Mills, New York (0.85 percent), and work is expected to be completed March 2018. Fiscal 2014 weapons procurement (Navy) contract funds in the amount of $1,644,500; fiscal 2014 United Kingdom contract funds in the amount of $385,000; and fiscal 2014 other procurement (Navy) contract funds in the amount of $5,598,000, are being obligated on this award, none of which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Modern Technology Solutions, Inc. (MTSI), Alexandria, Virginia, is being awarded a maximum $25,472,255 indefinite-delivery/indefinite-quantity contract for modeling, simulation, algorithms and analysis techniques for Missile Defense Concept and Technology Development. This contract provides for development of foundational models, algorithms and data sets in areas critical to high-fidelity, closed-loop (HFCL) simulations of future sensors and interceptors including flight sciences, sensors, communications, algorithms, phenomenology and lethality. MTSI will develop HFCL simulations for the broad portfolio of future sensor and interceptor concepts. New models, algorithms and data sets will be integrated into simulations of interceptors, electro optical/infrared and radio frequency sensors. An additional capability will be provided to integrate these into a system of systems construct to represent the Ballistic Missile Defense System. Work will be performed at Redstone Arsenal, Alabama, with an expected completion date of Aug. 21, 2019. The ordering period is from August 2014 through August 2019. Fiscal 2014 research, development, test and evaluation funds in the amount of $1,000,000 are being obligated at time of award. The award to MTSI is the result of a proposal submitted in response to a broad agency announcement; one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-14-D-0003).

AIR FORCE

Alaska Structures, Inc., Gold Canyon, Arizona, has been awarded a $12,207,742 firm-fixed-price “C” type contract for 307 Medium Shelter Systems. Work will be performed at Las Cruces, New Mexico, and is expected to be completed by July 21, 2015. This award is the result of a356px-Seal_of_the_US_Air_Force.svg limited source competitive acquisition. Two small business sources were solicited, and two offers were received. Fiscal 2014 operations and maintenance funds in the amount of $12,207,742 are being obligated at time of award. Air Force Life Cycle Management Center/WNKBBB, Robins Air Force Base, Georgia, is the contracting activity (FA8533-14-C-0001).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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 Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway – MC3 Boulder CO 80305-3328

T — Rockfish Recovery Outreach & Education Videos RA-133F-14-RQ-1146BS 090514 Brenda S. Summers, Purchasing Agent, Phone (303) 497-5588, Fax (303) 497-3163, Email brenda.s.summers@noaa.gov COMBINED SYNOPSIS/SOLICITATION
Rockfish Recovery Outreach & Education Videos
(I) 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 and in accordance with the simplified468px-NOAA_logo.svg acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number
RA-133F-14-RQ-1146BS.

(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76.

(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 512110. The small business size standard is $32.5M.

(V) This combined solicitation/synopsis is for purchase of the following commercial services:

Line Item 0001 – Base Year; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for development of two (2) videos on the history of rockfish, in accordance with the Statement of Work. Period of Performance: Date of Award through August 31, 2015.

(VI) Description of requirements is as follows:
See attached Statement of Work.

(VII) Period of performance shall be: Date of Award through August 31, 2015.

(VIII) FAR 52.212-1, Instructions to Offerors – Commercial Items (Apr 2014), applies to this acquisition.

IMPORTANT NOTES:
VENDOR SHALL HAVE AN ACTIVE REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM) FOUND AT SAM.GOV IN ORDER TO BE ELIGIBLE FOR CONTRACT AWARD. IN ADDITION, VENDOR SHALL ALSO COMPLETE REPRESENTATIONS AND CERTIFICATIONS ELECTRONICALLY IN SAM. REPS AND CERTS SHOULD INCLUDE THE NAICS CODE APPLICABLE TO THIS SOLICITATION.

NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30.
2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. E-mail quotes are acceptable and can be sent to Brenda.S.Summers@noaa.gov .
3. At a minimum the contractor shall provide the following information:
a) Point of contact name, telephone and E-mail address.
b) DUNS Number
4. Provide all evaluation criteria in accordance with 52.212-2 in this package.
5. Complete and return Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) with quote.

(IX) 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: Evaluation will be based on:

1) Technical Capability, Knowledge and Experience:
a. Demonstrate experience producing videos of marine life in the Puget Sound/Georgia Basin area, including bottomfish species such as rockfish.
b. Demonstrate ability to professionally film interviews, edit and produce films on marine life.
c. Demonstrate past experience filming deepwater areas where species such as yelloweye rockfish, canary rockfish or bocaccio typically live.
d. Demonstrate diving certification
e. Demonstrate knowledge and experience filming rockfish in their natural habitats of the Puget Sound/Georgia Basin.
f. Demonstrate excellent underwater filming skills
g. Demonstrate knowledge of where to film rockfish and their habitats in Puget Sound/Georgia Basin
h. Demonstrate ability to professionally edit film 
i. Demonstrate ability to professionally conduct or coordinate voice-overs & interviews
2) Past Performance – quote shall include at least two references for similar services including the phone number, full address and E-mail address (if available), and contractor’s past performance will be based on responsiveness, quality, and customer services, and
3) Price – The Government intends to award a best value, firm fixed-price purchase order on an all or none basis.

(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.
(End of provision)

(X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2014), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. SEE (X) IN ATTACHED CLAUSES.

The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/.

(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), applies to this acquisition.

(XII) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2014) applies to this acquisition. SEE (XII) IN ATTACHED CLAUSES.

(XIII) The following clauses are also applicable to this acquisition: SEE (XIII) IN ATTACHED CLAUSES.

(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.

(XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on September 5, 2014. All quotes must be E-mailed or faxed to the attention of Brenda Summers. The E-mail address is Brenda.S.Summers@noaa.gov and the fax number is (303) 497-3163.

(XVI) Any questions regarding this solicitation should be directed to Brenda Summers by E-mail to Brenda.S.Summers@noaa.gov or by fax at (303) 497-3163.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NOAA/MASC/RA-133F-14-RQ-1146BS/listing.html

OutreachSystems Article Number: 140830/PROCURE/0148 Matching Key Words: video*; film?; edit*; produc*; website; education*; business*; produce?; instruct*; commercial?; filming; naics!512110;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W. Washington DC 20535

U — The Hard Way 30 minute video RFQ14-3150-PR-0013428 091714 Deborah F. Chin, Contracting Officer, Phone 202-324-5723, Fax 202-324-3491, Email deborah.chin@ic.fbi.gov This is a combined synopsis/solicitation for commercial video production services prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation.  This is a “Bid to Budget” request for quote with a not to exceed budget of $150, 000.  All filming is to take place in the city of Chicago, Illinois.  Interested vendors are expected to provide their own space and equipment for production. Any travel expenses are to be included in the budget of $150,000.  This is firm fixed price contract type. No calls will be accepted.  Answers to any questions submitted will be posted by 2:00 p.m. September 10, 2014.

Set-Aside: Total Small Business Place of Performance: 2111 West Roosevelt Road Chicago, IL 60608 US URL: https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ14-3150-PR-0013428/listing.html

OutreachSystems Article Number: 140830/PROCURE/0155 Matching Key Words: video*; produc*; business*; production?; commercial?; filming; naics!512110;

Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division C, ACC-APG – Aberdeen Division C , 6001 COMBAT DRIVE 6001 COMBAT DRIVE 6001 COMBAT DRIVE , Aberdeen Proving Ground, MD 21005-1846

R–Request for Information for Central Technical Support Facility (CTSF) Site Support Operations W56KGYMRC0044 091214 Tyler Restrick, 443-861-5394 ACC-APG – Aberdeen Division CRequest for Information (RFI) for Central Technical Support Facility (CTSF) Site Support Operations.

Overview: The Army is conducting market research to determine the best acquisition strategy for this effort.

At present, the period of performance will be twelve (12) months from contract award with two (2) twelve (12) month options. This is subject to change. For the purposes of this RFI, the contractor should assume the work being conductedDepartment of the Army will occur at CONUS locations.

Description of services:

The Central Technical Support Facility (CTSF) is responsible for three (3) primary missions: Army Interoperability Certification (AIC) Testing, Configuration Management (CM) of the Army’s LandWarNet Mission Command software baselines, and providing technical engineering support to System of Systems Engineering, Information Awareness (IA) and Information Technology (IT) efforts as directed. The application of the processes and procedures needed to execute these roles on Army LWN systems are also used, as directed, on Joint systems, often within a Coalition Environment.

The requirements are as follows:

FACILITIES MANAGEMENT

The contractor shall perform plumbing, electrical, general carpentry, Heating, Ventilating, and Air Conditioning (HVAC) maintenance and repair support. Ensure safety and compliance with Occupational Safety & Health Administration (OSHA), environmental and other regulatory requirements. Respond to safety or health related issues immediately; respond to other maintenance issues within one duty day. Monthly status reports shall be delivered IAW CDRL B001.

The contractor shall establish, retain and/or maintain-in-force leases for infra structure support for modular buildings and government owned buildings, and the government has the right to terminate the lease agreements. Develop and execute plan to conduct turn-in and/or disposal to include leased modular buildings, office equipment (copiers, faxes, etc), unique support vehicles (forklifts, etc); establish and maintain purchase agreements for telephone service (land-line and cellular), and other materials, supplies, and services not available through government channels Government Furnished Equipment (GFE); provide analysis data for costs and expenditures; coordinate with Director of Logistics (DOL) for support and fuel; monitor installation support funded with Materials Expenditure Notification (MENs); verify execution of funds and timeliness of obligations; track execution and disbursements in Supply, Non-standard and manual systems for local transactions and all satellite location or overseas transactions annually (contractor will not require access to Planning, Programming and Budgeting System documentation or databases). Contractor shall comply with Army Records Information Management Criteria for official government documents. Monthly status reports shall be delivered IAW CDRL B001.

CUSTODIAL SERVICES

The custodial services to be performed by the contractor will include sweeping, vacuuming, stain removal and shampooing carpet, polishing floors, clean and restock restrooms, and emptying waste cans which are conducted during the normal Monday thru Friday work week. The Cleaning Team does not clean customer’s personal space, but does clean vacant desks, prepare rooms and furniture for new occupants. Frequency varies depending on the needs of the buildings and customers. The Government reserves the right to change the types of custodial services to be performed, and the frequency of the performance of such custodial services. Monthly status reports shall be delivered IAW CDRL B001.

PHYSICAL SECURITY

The contractor shall maintain one external access control point during duty day hours (0800-1600) during weekdays and one internal Security access control point 24 hours/7 days a week; maintain access data base and visitor access request information; produce and issue access badges; coordinate security clearances with installation, higher government echelons, and numerous contract companies/corporations. Contractor shall supervise the security force and coordinate security issues with installation provost marshal’s office and/or other agencies. Monthly status reports shall be delivered IAW CDRL B001

PROPERTY ACCOUNTABILITY/LOGISTICS SUPPORT

Provide property management, which includes support to the Property Book Office (PBO) with accountability for equipment; process turn-in or lateral transfer actions as needed; process additions/deletions to property book as needed; conduct annual 100% inventory for all CTSF, PM, and IPBO (Installation Property Book Office) items; maintain accountability for all items on hand receipt from Program Managers, CTSF and IPBO (Installation Property Book Office). The contractor shall assist in pack/wrap and ship all outbound shipments each month; receive and inventory all inbound shipments each month; pack/wrap, prepare pallets for shipment and deliver with appropriately prepared documentation to Central Receiving Point Second-Destination-Transport (SDT); maintain 100% tracking and accountability on outbound shipments. Plan/coordinate/ oversee preparation of assets for shipment to and from the PM’s. Monthly reports shall be delivered IAW CDRL A001, B001, and E001.

GENERATOR MANAGEMENT/MAINTENANCE SUPPORT

Maintain on-site backup power generators. Provide maintenance services for the repair of power interruption within two hours of notification.

TELECOMMUNICATIONS

The contractor shall provide Information Technology (IT) personnel to provide help desk services, server system administration, Voice over Internet Protocol (VOIP) services and CTSF campus network services.

The help desk will maintain desktop/laptop computers and peripherals for approximately 600 users, ensure connectivity for domain and group, email and VPN accounts and manage mobile devices for selected individuals. The help desk will interface with the Network Enterprise Center (NEC) to ensure compliance with Information Assurance Vulnerability Management (IAVM) scans and directed scans of network computers. The help desk will maintain Video Telephone Conference (VTC) suites, perform scheduling and connection for all on-site CTSFconferences and respond immediately to VTC outages/problems. The help desk will image and administer Non-Classified Internet Protocol Router Network (NIPRnet) and Secret Internet Protocol Router network (SIPRnet) IAW NEC policies.

The server systems administrator will provide enterprise application analysis and implementation, promptly respond to network/server outages, maintain the Common Access Card (CAC) Physical Server and CAC readers for entry to the facility, Printer Server, SharePoint Server, Web-based Servers, and off site backup servers and backup applications support. The VOIP services ensure the call manager is operational and maintain VOIP drop lines and connections. The network devices will be maintained to provide CTSF campus network connectivity. The offsite backup facility must be network operational and maintained and ensure daily data backups.

Status reports are to be delivered IAW CDRL B001 and C001 and should include information on equipment operational, non-operational and items out for repair or on order for replacement.

RFI Administrative Information: This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the above overview and requirements, interested capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received.

1. Please provide the following Point of Contact information:

Company:
Address:
Point of Contact:
Phone Number:
Fax Numbers:
Email Address:

2. Please identify your company’s small business size standard based on the applicable NAICS code of 561210 Facilities Support Services. The Small Business Size Standard for this NAICS code is 561210 $38,500,000.00. For more information refer to http://www.sba.gov/content/table-small-business-size-standards.

Large Business Concern
Small Business Concern
8(a)
Small Disadvantaged Business (SDB)
Woman-Owned Small Business
Historically Underutilized Business Zone (HUBZone)
Veteran-Owned Small Business
Service-Disabled Veteran-Owned Small Business

3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the above stated requirements?

4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under NAICS Code 561210 Facilities Support Services? If you are a SB answer questions 4A.through 4C. All others skip to Question #5.

A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house?
B. If you are a small business can you go without a payment for 90 days?

5. Does your company have experience as a prime contractor administering Multiple
Award Contracts (MACs)?

6. If you answered quote mark yes quote mark to Question # 5, please provide as much of the following information as possible;

A. MAC contract number(s);
B. aggregate dollar value of entire MAC contract;
C. aggregate dollar value of task orders you prime on each MAC;
D. number of task orders you prime on MAC;
E. Is the work on each MAC similar in scope to that of the description of requirement?

7. Does your company possess the capabilities to independently provide the entire range of hardware or services called for in the description of requirement?

______ YES _______ NO

8. If you answered YES to Question # 7, what hardware and/or services called for in the description of requirement can your company provide? Please provide specific examples.

9. If you answered NO to Question # 7, what hardware and/or services called for in the description of requirement can your company provide? Please provide specific examples.

10. Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award?

11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the entire description of requirement. Offerors are encouraged to identify teams, indicating each team member’s size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing.

12. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer’s identity, please address whether your company offers the same or similar services commercially

13. Describe any experience operating in hostile, contingency or combat environment, in support of military operations worldwide.

14. Does your company needs to have a TOP SECRET facility or access to one should it be required?

15. If you are planning on teaming with other companies, Please list the process used in selecting the members?

16. Does your company have a DCAA approved accounting system?

17. Does your company have habitual relationships with commercial IT industry leaders?

18. If you answered quote mark yes quote mark to Question # 18, please provide as much of the following information as possible;

A. Relational Industry Leader;
B. Aggregate dollar value of relationship;
C. Length of time your organization has been in this relationship;
D. How does the relationship you have identified impact the TSD effort;

19. Interested companies may also provide a quote mark White Paper quote mark (no more than 10 pages in length) describing how its products and technical expertise could produceand deliver such a capabilities as described in the description of requirement. Also, identify your company’s past and current customers to which you provided similar products, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted.

***All information should be provided via electronic mail to the Contracting Officer, Gregory Kaiser, email: Gregory.f.kaiser3.civ@mail.mil, and the Contracting Specialist, Tyler Restrick, email: tyler.j.restrick.civ@mail.mil at no later than close of business, 12 September 2014.

Place of Performance: ACC-APG – Aberdeen Division C 6001 COMBAT DRIVE6001 COMBAT DRIVE6001 COMBAT DRIVE, Aberdeen Proving Ground MD 21005-1846 US URL:https://www.fbo.gov/notices/8480cb6ef1d0e52d07a63a98efefb57c

OutreachSystems Article Number: 140830/PROCURE/0541 Matching Key Words: video*; produc*; conference?; you; web; site?; page?; business*; documentation; produce?; commercial?;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, MICC – Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100

U–Combined Synopsis/Solicitation for Special Forces Combatives Program W9124814T0054 090914 Brad Davis, 2707987833 MICC – Fort Campbell 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.

1. Combined Synopsis/Solicitation for Special Forces Combatives Program

2. Solicitation Number: W91248-14-T-0054

3. Classification Code: U099 – Education/Training-Other

4. Set-Side: 100% Set-aside for Small Business Concerns

5. Closing Response Date: 9 September 2014; 2:00 PM CST

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Solicitation number W91248-14-T-0054 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated 25 July 2014. This is a 100% small business set aside requirement. The NAICS Code is and 611620, quote mark Sports and Recreation Instruction, quote mark and the small business size standard is $7M. The complete Offer Schedule, Performance Work Statement, Wage Determination, and any other associated documents can be located at the end of this FedBizOpps announcement under Additional Documentation.

This solicitation is a request for quote for non-personnel services to provide Special Operations Combatives Program (SOCP), Modern Army Combatives Program (MACP), and knife and stick fighting training. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and services necessary to perform Special Operations Combatives Program (SOCP), Modern Army Combatives Program (MACP), and knife and stick fighting as defined in the attached Performance Work Statement.

The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), (h), and (i) are deleted. Paragraph (a), Inspection and Acceptance, is deleted and replaced with Contract Clause 52.246-4, Inspection of Services – Fixed Price. This provision is amended to incorporate the following: 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil); 52.204-7 System for Award Management; 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 52.216-1 Type of Contract (Fill-in information with Firm Fixed Price). The successful offer must be registered on the System For Award Management (SAM). Offerors shall include their CAGE Code, DUNS, and TIN with their quote.

The provision at 52.212-2 Evaluation – Commercial Items, is applicable; evaluation factors are Technical Acceptability, Past Performance, and Price. To be considered Technically Acceptable, the offeror must receive a quote mark Technically Acceptable quote mark rating for both Technical and Past Performance evaluation factors as defined herein. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror’s final option period price to the offeror’s total price. Offerors are required only to price the base and option periods. The Government may choose to exercise the Extension of Services at the end of any performance period (Base or Option Periods), utilizing the rates of that performance period. Specifics regarding the basis for Contract Award are at the end of this document.

The provision at FAR 52.212-3 with its Alternate I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror.

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is amended to incorporate the following clauses: 52.203-3 Gratuities; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-13 System for Award Management Maintenance; 52.209-7 Information Regarding Responsibility Matter; 52.228-5 Insurance — Work on a Government Installation; 52.232-23 Assignment of Claims; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.246-25 Limitation of Liability – Services; 52.252-2 Clauses Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil).

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited within are applicable: 52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.219-16 Liquidated Damages-Subcontracting Plan; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-41 Service Contract Act; 52.222-42 Statement of equivalent Rates for Federal Hires (Fill-in information with 15090, Technical Instructor, $18.54); 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards — Price Adjustment (Multiple Year and Option Contracts); 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.

The following FAR clauses are also applicable to this solicitation: 52.217-5 Evaluation of Options; 52.217-8 Option to Extended Services (Fill-in information with 30 days ); 52.217-9 Option to Extend the Term of the Contract (Fill-in information with 60 days, 30 days).

The following DFARS clauses are applicable to this solicitation: 252.201-7000 Contracting Officer’s Representative; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.209-7001 Disclose of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea.

The following provisions are applicable to this solicitation:

5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (LOCAL CLAUSE)

(a) Pursuant to Department of Defense Instruction Number 2000.16, quote mark DoD Antiterrorism (AT) Standards, quote mark dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer’s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system.

(b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract.

(c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections.

(End of clause);

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE)

If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.

HQ Army Material Command
Office of Command Counsel
9301 Chapek Rd, Room 2-1SE3401
Ft. Belvoir, VA 22060-5527
Facsimile number (703) 806-8866 or 8875

Packages sent by FedEx or UPS should be addressed to:
HQ Army Material Command
Office of Command Counsel
Room 2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527

The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp.

If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.

(End of Provision);

SCHEDULE OF INSURANCE:

a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below:

Workmen’s Compensation and Employer’s Liability Insurance $100,000.00
General Liability Insurance for Bodily Injury Liability:
Minimum Per Occurrence $500,000.00
Automobile Liability Insurance:
Minimum Per Person $200,000.00
Minimum Per Occurrence for Bodily Injury $500,000.00
Minimum Per Occurrence for Property Damage $ 20, 000.00

b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government’s interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed or prescribed (2) until 30 days after the insurer or the Contractor give written notice to the Contracting Officer, whichever period is longer.

c. The Contractor shall insert the substance of the clause entitled quote mark Insurance – Work on a Government Installation (FAR 52.228-5), quote mark in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above.;

Wage Determination 05-2187, Revision 14, dated 25 July 2014, is applicable to this procurement.

BASIS FOR CONTRACT AWARD:

Source selection for this procurement will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12.602, quote mark Streamlined Evaluation of Offers, quote mark and FAR Part 13.106-2, quote mark Evaluation of Quotations or offers. quote mark For an offer’s submission to be determined quote mark Technically Acceptable quote mark and receive consideration for award based upon lowest price submitted, the offer must receive a rating of quote mark Acceptable quote mark for both Technical Acceptability and Past Performance. The Government will award the contract to the offeror that meets all the evaluation criteria with an quote mark Acceptability quote mark rating, and has the lowest price. Trade-offs between cost/price and non-cost/price factors will not be permitted.

As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror’s final option period price to the offeror’s total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. Pricing must be provided for all line items in order for an offeror to be considered for award. Those offerors not providing pricing for all line items will be removed from consideration for award.

In the event of an unacceptable Past Performance evaluation rating for an otherwise Technically Acceptable low price offeror, the Small Business Administration (SBA) will be contacted for a Certificate of Competency (COC) determination in accordance with procedures in FAR 19.601. In the event an offeror receives a rating of quote mark Unacceptable quote mark for both the Technical Acceptability Factor and Past Performance Factor, a COC determination will not be requested as the offeror would remain quote mark Unacceptable quote mark based on the evaluation of the Technical Acceptability Factor.

Discussions or Negotiations: The offeror’s initial offer should contain its best terms from a price and technical standpoint. Discussions, if any, will be conducted in accordance with FAR 12.602 and final offers will be evaluated in accordance with factors as were initial offers.

Award for All of the Work: The Government intends to award one contract as a result of this solicitation. Offers received with less than the stated number of items listed in the Bid Schedule will be considered non- responsive and therefore, not considered for award.

Evaluation Criteria.

(1) Evaluation criteria consist of factors and elements as listed below. Offers will be evaluated under three (3) evaluation factors:

Factor I: Technical Acceptability
1. Acceptability Standard 1: Experience
2. Acceptability Standard 2: Capability

Factor II: Past Performance
Performance evaluation will assess the relative risks associated with an offeror’s likelihood of success in performing the solicitation’s requirements as indicated by that offeror’s record of past performance. In evaluating Past Performance, Quality of Services, Timeliness of Performance, and Business Relations will be evaluated.

Factor III: Price

(2) Factor I: Technical Acceptability: The Technical Acceptability Factor evaluation provides an assessment of the offeror’s capability to satisfy the Government’s minimum requirements.

Acceptability Standard 1: Experience: The offeror demonstrates experience in providing Combatives instruction. The offeror shall submit a list of recent (within the past 5 years) and relevant contracts/subcontracts that demonstrate an ability to perform the work described in the solicitation.

Acceptability Standard 2: Capability: Offeror shall provide evidence of their ability to provide personnel in accordance with paragraphs 1.4.3 and 1.4.4 of the attached PWS. Offeror shall provide requisite certifications for all proposed instructors to be utilized to meet the effort.

The Technical Acceptability Factor will receive one (1) of the adjectival ratings defined below. The individual standards will not receive an adjectival rating.

Table 1. Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable Offer clearly meets the minimum requirements of the solicitation.
Unacceptable Offer does not clearly meet the minimum requirements of the solicitation.

(3) Factor II: Past Performance: The offeror shall submit a list of recent and relevant past contracts/subcontracts as defined below. The past performance evaluation will assess the offeror’s probability of meeting the solicitation’s requirements as indicated by that offeror’s record of past performance. Past Performance is assessed at the factor level after evaluating aspects of the offeror’s recent past performance and focusing on past performance that is relevant to the services being procured under this solicitation. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror’s submission and data obtained from other sources, such as the Contractor Past Performance Reporting System (CPARS), Past Performance Information Retrieval System (PPIRS) or similar systems and State Department Watch Lists.

There is no minimum or maximum number of references required; however, the offeror shall submit sufficient past performance information to demonstrate the depth and breadth to successfully satisfy all areas of the proposed effort. It is incumbent upon the contractor to present the past performance information in such a manner and in sufficient detail to ensure the Government clearly understands the information provided.

Each offeror will receive a past performance rating of acceptable or unacceptable based on the Offeror’s recent past performance, focusing on performance that is relevant to the contract requirements.

Recency Assessment: An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past five (5) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated.

Relevancy Assessment: To be relevant, the effort must be similar in nature of work, size, and complexity. The Government will conduct an in depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services being procured under this solicitation. A relevancy determination of the offeror’s (including joint venture partner(s) and major and critical subcontractor(s)) past performance will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. In establishing what is relevant for the acquisition, consideration should be given to what aspects of an offeror’s contract history would give the most confidence that the offeror will satisfy the current procurement. The past performance information provided in the offer and obtained from other sources will be used to establish the relevancy of past performance.

The Past Performance Evaluation Team will review past performance information and determine the quality and usefulness as it applies to past performance rating.

The Past Performance Factor will receive one (1) of the adjectival ratings defined below.

Table 2: Past Performance Evaluation Ratings
Rating Description
Acceptable Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown.
Unacceptable Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.

Offerors without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, quote mark unknown quote mark shall be considered acceptable.

(4) Factor III: Price: The Price factor will not be scored or rated. Evaluation of price will be performed using one or more price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete and balanced.

Options. Pricing submitted for the Offeror Schedule, will be evaluated for price reasonableness. The Government will evaluate the Offeror’s total price, to include the base period, first option period, second option period, and one-half of the second option period, using price analysis techniques (See FAR Clause 52.217-8). Pricing must be provided for all line items in order for an offeror to be considered for award. Those offerors not providing pricing for all line items will be removed from consideration for award. The Government will award a single contract to the offeror whose offer represents the Lowest Price Technically Acceptable offer.

Unbalanced Pricing. Unbalanced pricing may be evaluated in accordance with FAR 15.404-1(g), as applicable, to assess potential performance risk which could result in unreasonably high prices.

Offers are due no later than 9 September 2014; 2:00 PM CST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to mark.b.bentley.mil@mail.mil or via mail to MICC – Fort Campbell, ATTN: SSG Mark Bentley, 6923 38th and Desert Storm Ave, Fort Campbell, KY 42223-5355. Point of contact for this solicitation is SSG Mark Bentley, 270-798-7833, mark.b.bentley.mil@mail.mil.
Set-Aside: Total Small Business Place of Performance: MICC – Fort Campbell 6923 38th and Desert Storm Ave Fort Campbell KY 42223-1100 US URL:https://www.fbo.gov/notices/c1c3732a1ccebe31882c538073809b27

OutreachSystems Article Number: 140829/PROCURE/0170 Matching Key Words: age:state!ky; state!ky;

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, USPFO for KY, Frankfort, KY 40601

69–Target Transceivers PR10582444 091514 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; 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.The solicitation number is PR10582444 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through FederalDepartment of the Army Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-15 11:30:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Frankfort, KY 40601 Place of Performance: Frankfort, KY 40601 40601-6192 US URL: https://www.fbo.gov/notices/627a63cf664ca96584557fcd12446164

OutreachSystems Article Number: 140829/PROCURE/0591 Matching Key Words: age:state!ky; state!ky;

600px-US-OfficeOfPersonnelManagement-Seal.svgOffice of Personnel Management, Facilities, Security and Contracting, Contracting, 1900 E Street, N.W., Room 1342 Washington DC 20415-7710

99 — Opportunity to Purchase a “Virtual” Booth at 2014 Virtual Federal Benefits Seminar OPM-BOTD-0001 091214 Clyde Bronson, Human Resources / OPM Contracting Officer, Phone 2026062529, Email Clyde.Bronson@opm.gov Synopsis:

The Office of Personnel Management’s (OPM), Retirement Services, Benefits Officers Training and Development (BOTD) is hosting a 1-day Virtual Federal Benefits Seminar on November 5, 2014, which will provide a day of plenaries and breakouts on Retirement, Insurance, Financial Education, and Thrift Savings Plan Administration. As an integral part of the online, seminar, there will be an opportunity for vendors to showcase their services with a “virtual exhibit booth”. The following information is for vendors who may wish to showcase their products and services on our web site for both the live viewing day and the one year period that the archived seminar will be available to all registered participants. That’s right; you’ll be buying space on a landing page along with up to 30 other vendors with links to your own webpages.
To purchase a virtual booth for your organization, please contact Brandon Mitchell of Power Train, at BMitchell@PowerTrain.com , or 301-731-0900 ext 110.
Subject: 2014 Virtual Federal Benefits Seminar Exhibits

The U.S. Office of Personnel Management, Retirement Services, Benefits Officers Training and Development (BOTD) will hold its 2014 Virtual Federal Benefits Seminar on November 5, 2014. The purpose of the seminar is to update the participants on initiatives in the benefits area, share information on best practices in the agencies, and to address crosscutting issues in retirement, insurance, and Thrift Savings Plan administration. The event will also feature information on OPMs Retirement Audit initiative and how to provide a healthy retirement case to OPM, as well as tips on developing an effective Financial Education program for Federal agency employees. The virtual seminar will be held online (parts of it live) on November 5, 2014.
This will be our first ever virtual event with online registration of up to 500 participants for the 1 day live seminar, and an anticipated 1,500 to 2,500 additional registrations for the achievedevent. The participants are Federal Human Resources professionals who administer the various Retirement and Benefits programs of the Federal government, to include DOD and the U.S. Post Office. This year we will offer up to 30 virtual exhibit booths to vendors, which is basically like buying ad space (with links to your web pages), not just for the day of the event, but for 364 days after the event, during which participants who view the event will be stopping by your virtual exhibit booth if properly enticed to do so. That’s right, you’ll be buying space on a landing page (your virtual space) along with up to 30 other vendors with links to your own webpages – this is you virtual exhibit booth.
Vendors can obtain further information and register for space directly from Power Train Inc., who is acting on OPM’s behalf to manage vendor registration and payment. The virtual vendor spaces will be allocated on a first come first served basis.
The registration deadline is September 12, 2014. The cost of a virtual vendor space is $750.00
This fee includes the following:
1. A virtual exhibit booth that can have graphics, text, links, animation, video, and audio. The vendors will provide the info for PowerTrain to setup their booth. Note the virtual seminar booth will have a relatively limited amount of info, but it can have links back to the vendor’s site that showcase anything the vendor wants to include on their own site.
2. There will be a chat function. During the live seminar day vendors can chat with the conference participants in real-time.
3. The vendor will have the ability to include a “link to a learn-more” form where a seminar participant asks for more info, a visit, call or materials.
4. The seminar schedule will have time allotted for the participants to visit the virtual exhibit booths before, during and after the seminar.
5. The virtual booth will be available and accessible online for one full year after the date of the event and participants may return to the booth as many times as they wish.
Participation as a virtual vendor does not mean that the U.S. Office of Personnel Management in any way endorses or approves the vendor or its products or services. Vendors may not represent in any way that their participation at this Virtual Seminar represents any endorsements or approval by the U.S. Office of Personnel Management.

To purchase a virtual booth for your organization, please contact Brandon Mitchell of Power Train, at BMitchell@PowerTrain.com , or 301-731-0900 ext 110.

Place of Performance: (Virtual Event Hosted by OPM) Broadcasted from OPM, 1900 E Street, N.W., Room SB427 Washington, DC 20415 US URL:https://www.fbo.gov/spg/OPM/OCAS/CD/OPM-BOTD-0001/listing.html

OutreachSystems Article Number: 140829/PROCURE/0735 Matching Key Words: broadcast*; event?; program?; education*; train*;

FedBizOpps – Awards

Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — electrical service 14-electric James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org B21480 $170,899.98 080114 Kentucky Utilities, PO Box9001954, louisville, KY 40290 USUS Dept Of Labor Award was made for a six month period only and will expire on 1-31-15.
URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/14-electric/listing.html

OutreachSystems Article Number: 140829/AWARDS/1517 Matching Key Words: age:state!ky; state!ky;

Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — solid waste service 14-trash James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org B21475 $21,600.00 080114 Republic Services of Ky., 100 Ellis Smeathers Road, Owensboro, KY 42303 US Award was made for a six month period only and will expire on 1-31-15.
URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/14-trash/listing.html

OutreachSystems Article Number: 140829/AWARDS/1518 Matching Key Words: age:state!ky; state!ky;

Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — potable water service 14-water James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org B21481 $24,665.99 080114 Muhlenberg County Water, PO Box 348, Greenville, KY 42345 US Award was made for six months only and will expire on 1-31-15.
URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/14-water/listing.html

OutreachSystems Article Number: 140829/AWARDS/1519 Matching Key Words: age:state!ky; state!ky;

Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — municipal sewer service 14-sewer James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org B21456 $22,370.04 080114 Utilities Commission, PO Box 283, Greenville, KY 42345 US Award was made for six months only and will expire on 1-31-15.
URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/14-sewer/listing.html

OutreachSystems Article Number: 140829/AWARDS/1520 Matching Key Words: age:state!ky; state!ky;

USABID State and Local Purchases

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 – Statewide Certification Program for Environmental Educators RFP SOL Statewide Certification Program for Environmental Educators RFP : 1500000057 Kentucky Environmental Education Council Pro Services Published On : 8/28/14 Amended On : Closing On : 9/22/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140830/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 – CDL Examiner Region 2(Somerset) RFB : 1500000151 Office SOL CDL Examiner Region 2(Somerset) RFB : 1500000151 Office Of The Controller Daniel Salvato Published On : 8/28/14 Amended On : Closing On : 9/8/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140830/BID/0007 Matching Key Words: age:state!ky; state!ky;

New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request f SOL Public Notice ID: 21688265.HTM CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request for Proposal for Marketing and Design Consultant Services Proposals for Marketing and Communications Services required by the Cumberland County Improvement Authority, 2 N. High Street, Millville, New Jersey 08332 are being sought through the fair and open process in accordance with the requirements of N.J.S.A 19:44A-20.4. Proposals will be received until 3 p.m. on Tuesday, September 16, 2014. Late submittals will be returned unopened. Cumberland County Improvement Authority invites your firm to submit a Proposal for Marketing and Design Consultant Services pertaining to Economic Development and Environmental Improvement in Cumberland County. This project consists of elements such as: Marketing, Brand Management, Copy Writing and Reporting, Graphic Design and Photography, Media Relations Management and Training, Social Media and Electronic Communication Management and Advertising Design and Placement. A copy of the RFP and detailed requirements may be obtained contacting James Watson at (856) 825-3700 ext. 1233 or by emailing your request to jwatson@ccia-net.com Please include your name, your company name, address, telephone number and email address. All firms submitting proposals must include with their proposal, a Business Registration Certificate as required by N.J.S.A 52:32-44. The Cumberland County Improvement Authority assumes no liability for the cost proposal preparation incurred by any firm submitting a proposal. Printer Fee: $30.60 #0090857285 Pub Date: August 29, 2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140830/BID/0198 Matching Key Words: writ*; copy;

New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – > PUBLIC NOTICE CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW SOL Public Notice ID: 21687429.HTM > PUBLIC NOTICE CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request for Proposal for Marketing and Design Consultant Services Proposals for Marketing and Communications Services required by the Cumberland County Improvement Authority, 2 N. High Street, Millville, New Jersey 08332 are being sought through the fair and open process in accordance with the requirements of N.J.S.A 19:44A-20.4. Proposals will be received until 3 p.m. on Tuesday, September 16, 2014. Late submittals will be returned unopened. Cumberland County Improvement Authority invites your firm to submit a Proposal for Marketing and Design Consultant Services pertaining to Economic Development and Environmental Improvement in Cumberland County. This project consists of elements such as: Marketing, Brand Management, Copy Writing and Reporting, Graphic Design and Photography, Media Relations Management and Training, Social Media and Electronic Communication Management and Advertising Design and Placement. A copy of the RFP and detailed requirements may be obtained contacting James Watson at (856) 825-3700 ext. 1233 or by emailing your request to jwatson@ccia-net.com Please include your name, your company name, address, telephone number and email address. All firms submitting proposals must include with their proposal, a Business Registration Certificate as required by N.J.S.A 52:32-44. The Cumberland County Improvement Authority assumes no liability for the cost proposal preparation incurred by any firm submitting a proposal. Cost $49.68 (2684744) 8/29/ 2014 1t For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140830/BID/0203 Matching Key Words: writ*; copy;

New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request f SOL Public Notice ID: 21689058.HTM CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request for Proposal for Marketing and Design Consultant Services Proposals for Marketing and Communications Services required by the Cumberland County Improvement Authority, 2 N. High Street, Millville, New Jersey 08332 are being sought through the fair and open process in accordance with the requirements of N.J.S.A 19:44A-20.4. Proposals will be received until 3 p.m. on Tuesday, September 16, 2014. Late submittals will be returned unopened. Cumberland County Improvement Authority invites your firm to submit a Proposal for Marketing and Design Consultant Services pertaining to Economic Development and Environmental Improvement in Cumberland County. This project consists of elements such as: Marketing, Brand Management, Copy Writing and Reporting, Graphic Design and Photography, Media Relations Management and Training, Social Media and Electronic Communication Management and Advertising Design and Placement. A copy of the RFP and detailed requirements may be obtained contacting James Watson at (856) 825-3700 ext. 1233 or by emailing your request to jwatson@ccia-net.com Please include your name, your company name, address, telephone number and email address. All firms submitting proposals must include with their proposal, a Business Registration Certificate as required by N.J.S.A 52:32-44. The Cumberland County Improvement Authority assumes no liability for the cost proposal preparation incurred by any firm submitting a proposal. ptr fee $45.96 #1667599 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140830/BID/0216 Matching Key Words: writ*; copy;

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 – Investigator RFP : 1500000056 Board Of Accountancy SOL Investigator RFP : 1500000056 Board Of Accountancy Pro Services Published On : 8/27/14 Amended On : Closing On : 9/10/14 4:30 PM ED For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140829/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 – Investigate CPAs for violations of the statues & regulation RFP SOL Investigate CPAs for violations of the statues & regulation RFP : 1500000055 Board Of Accountancy Pro Services Published On : 8/27/14 Amended On : Closing On : 9/10/14 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140829/BID/0007 Matching Key Words: age:state!ky; state!ky;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – REQUEST FOR PROPOSAL AGENDA MANAGEMENT TOWN OF PARADISE VALLEY SOL Public Notice ID: 21685557.HTM REQUEST FOR PROPOSAL AGENDA MANAGEMENT TOWN OF PARADISE VALLEY The Town of Paradise Valley requests proposals for a public meeting agenda / workflow management software system with live and on-demand website videointegration. The system should include an automated workflow process to prepare, track, modify, monitor, and approve individual agenda items for specific meeting dates. The system should also be able to accommodate multiple meeting types, i.e. council, planning commission, and board of adjustment. The Town’s preference is to implement a vendor-hosted solution. Full scope of work, submittal form, content and evaluation criteria are available for download at http://www.paradisevalleyaz.gov. The submittal deadline is 3:00 PM, September 24, 2014. Published August 28; September 4, 2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140829/BID/0089 Matching Key Words: video*; website;

Florida – Hillsborough Community College https://www.myvendorlink.com/common/searchsolicitations.aspx District Administration Center, Purchasing Department; 39 Columbia Drive, 6th Floor Tampa, FL 33606-3584

R – Marketing Services - Video Production SOL 2680-15 Due Date: 9/18/2014 10:00 AM Contact: Rebecca Morrison For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140829/BID/0233 Matching Key Words: video*; produc*; production?;

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

69 – Calculators SOL 37-14 Calculators Due Date: 09/25/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140829/BID/0313 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 133-2014 Temporary Labor for General Services-Facilities Management Due Date: 09/11/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140829/BID/0315 Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $48,459,676 delivery order (0065) to previously awarded contract FA4600-06-D-0003. Contractor will provide integrated tactical systems to identify and avoid using problematic materials, processes and assessment methods that can lead to unplanned and unbudgeted maintenance costs, shorter life-cycles, and reduced readiness. Work will be performed at several Navy bases and Rome, New York, and is expected to356px-Seal_of_the_US_Air_Force.svg be completed by Dec. 29, 2016. Fiscal 2014 operations and maintenance funds in the amount of $2,732,400 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $47,316,614 delivery order (0076) to previously awarded contract FA4600-06-D-0003. Contractor will support the Army Tank and Automotive Research, Development and Engineering Center by development of solutions for technical and engineering problems. This includes solutions for problems in the science of materials and processes, in engineering, and in testing and evaluation. Work will be performed at Detroit, Michigan, and is expected to be completed by Dec. 29, 2016.. Fiscal 2014 Army research, development, test and evaluation funds, and operations and maintenance funds, in the amount of $1,496,586 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Trident Systems Inc., Fairfax, Virginia, has been awarded a $24,900,000 small business innovation research (SBIR) Phase III cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Collaboration Gateway. Contractor will provide a focused but flexible contracting vehicle between the U.S. government, the military services and the intelligence community, and Trident Systems Inc. Under Public Law 106-554 SBIR Phase III authorization to enable the U.S. government to receive the benefits of the investments made with the contractor under the auspices of the SBIR program. These benefits will be accrued by continuing research and development in related areas not previously addressed, but required for successful product transition; transitioning and productizing technology to meet specific U.S. government customer requirements; testing, evaluating and supporting products in the customer’s operational environment, and providing a mechanism for customer acquisition of the limited product quantities required for operational introduction of products. Work will be performed at Fairfax, Virginia, or Raleigh, North Carolina, and is expected to be completed by Sept. 4, 2020. Fiscal 2014 operations and maintenance funds in the amount of $60,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-14-D-0037).

Integrated Solutions for Systems, Inc., Huntsville, Alabama, has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for enhanced lethality ordnance and modeling. Contractor will provide research and development in three research weapons core competencies: weapon effectiveness, damage mechanisms and energetic materials. Work will be performed at Huntsville, Alabama, and is expected to be completed by Sept. 3, 2019. This award is the result of a competitive acquisition with 48 offers received. Fiscal 2013 and 2014 research, development, test and evaluation funds in the combined amount of $348,000 are being obligated at the time of award. Air Force Research Laboratory Munitions Directorate, Eglin Air Force Base, Florida, is the contracting activity (FA8651-14-D-0094).

600px-US-DeptOfNavy-Seal.svgNAVY

Short Bark Industries, Inc.,* Vonore, Tennessee, is being awarded an estimated maximum $36,750,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for production of the Enhanced Flame Resistant Combat Ensemble (EFRCE) uniforms. Maximum order ceiling is not to exceed 375,000 individual EFRCE articles over the life of the contract. Contract consists of a base year and three ordering periods. The EFRCE contract will begin in September 2014, and remain active for potential future EFRCE orders until completion in September 2018, or until the 375,000 EFRCE article order ceiling is reached. Work will be performed in Guanica, Puerto Rico. No funds are being obligated at the time of award. Funds will be obligated on delivery orders as they are issued. Fiscal 2014 operations and maintenance (Marine Corps and Navy) contract funds in the amount of $12,825,698 for the first delivery order will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-D-1010).

Huntington Ingalls Inc., Coronado, California, is being awarded a $24,230,190 modification to a previously awarded cost-plus-award-fee contract (N00024-13-C-4315) for USS Ronald Reagan (CVN 76) fiscal 2014 planned incremental availability. A planned incremental availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in Coronado, California, and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $10,470,296 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

ARMY

U.S. Ordnance, Inc.,* McCarran, Nevada was awarded an $11,236,402 firm-fixed-price contract for M2 machine gun barrel assemblies. Work and funding will be determined with each order, with an estimated completion date of Dec. 30, 2017. Bids were solicited via the Internet, with five received. U.S. Army Contracting Command – Tank and Automotive, Warren, Michigan, is the contracting activity (W56HZV-14-D-0031).

Sundt Construction, Inc., Tempe, Arizona, was awarded a $107,899,999 firm-fixed-price, design, bid, and build contract forDepartment of the Army the replacement of a runway at Little Rock Air Force Base, Arkansas. Fiscal 2014 operations and maintenance (Army) funds in the amount of $107,899,999 were obligated at the time of the award, with an estimated completion date of April 4, 2017. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers Little Rock, Arkansas, is the contracting activity (W9127S-14-C-6003).

EMLS-Future Net Group JV,* Detroit, Michigan, (W912EK-14-D-0004); RB Construction Company,* Sterling Heights, Michigan, (W912EK-14-D-0006); and SAF, Inc.,* Akron, Ohio, (W912EK-14-D-0007), were awarded a $10,000,000 multiple-award, firm-fixed-price contract for maintenance, including general carpentry to doors, windows, roofing, and gutters. The work is also for moisture and thermal protection and masonry, to include rehabilitation of stone structures. The task order contract covers work in Illinois, Indiana, Iowa, Michigan, Minnesota, Missouri, Ohio and Wisconsin. Work and funding will be determined with each order, with an estimated completion date of Sept. 3, 2019. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity.

Facility Support Services, LLC*, Richmond, Virginia, was awarded a $9,949,500 firm-fixed-price contract to repair Reserve forces operations and training facilities. Fiscal 2014 operations and maintenance (Army) funds and fiscal 2014 other (Army) funds in the amount of $9,949,500 were obligated at the time of the award. Work will be performed in Joint Base Andrews, Maryland, with an estimated completion date of Sept. 19, 2016. Bids were solicited via the Internet with eight received. National Guard Bureau, Washington, District of Columbia, is the contracting activity (W912R1-14-C-0007).

L3 Global Communications Solutions, Inc., Victor, New York, was awarded an $8,402,031 undefinitized contract action for sustainment of the Army’s existing combat services support, for very small aperture terminal transmission systems and satellite communications terminals. Fiscal 2014 operations and maintenance (Army) funds in the amount of $4,200,000 were obligated at the time of the award. Work will be performed in Victor, New York, with estimated completion date of Aug. 28, 2016. Bids were solicited with one received. Army Contract Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-14-C-0057).

Johnson Machine Works,* Inc., Chariton, Iowa, was awarded a $7,875,953 firm-fixed-price contract for major maintenance of the Illinois Waterway Mississippi River and replacement of the La Grange Miter Gate and Tainter Gate. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,875,953 were obligated at the time of the award. Work will be performed in Morris, Illinois ($1,190,330; 15 percent); Versailles, Illinois ($3,548,803; 45 percent); and Dubuque, Iowa ($3,136,820; (40 percent), with an estimated completion date of Sept. 2, 2016. Bids were solicited via the Internet with three received. U.S. Army Corps of Engineers, Rock Island, Illinois is the contracting activity (W912EK-14-C-0084).

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $49,482,902 firm-fixed-price contract for the modification of 500 AGM-65A/B guidance control sections to an AGM-65E2 configuration. Work will be performed in Tucson, Arizona (53 percent); Williamsport, Pennsylvania (31 percent); Orlando, Florida (8 percent); Ontario, Canada (4 percent); Joplin, Missouri (3 percent); and Grass Valley, California (1 percent), and work is expected to be completed in January 2017. Fiscal 2014 weapons procurement (Navy) funding in the amount of $49,482,902 is being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0071).

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $10,055,878 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of MissionCareTM support for the AE1107C engine, including lower power engine removals and repairs for the V-22 aircraft. Work will be performed in Oakland, California (70 percent), and Indianapolis, Indiana (30 percent), and is expected to be completed in February 2015. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $10,055,878 are being obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Leidos, Inc., Reston, Virginia, is being awarded a $6,547,341 cost-plus-fixed-fee contract for innovative research and development in the area of Heterogeneous Networking and Advanced Communication Technologies Development and Demonstration. Work will be performed in Reston, Virginia, and is expected to be completed by February 2017. Fiscal 2014 research, development, test and evaluation (Defense Advanced Research Projects Agency) funds in the amount of $1,512,732 will be obligated at the time of award; these funds will not expire at the end of the current fiscal year. This award is the result of a competitive DARPA broad agency announcement, with 28 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-14-C-2821).

AIR FORCE

Boeing Co., Newark, Ohio, has been awarded a $46,882,260 delivery order on previously awarded contract F42610-99-D-0006-0081 to procure, repair and supply investment material for the Intercontinental Ballistic Missile NS-50 Missile Guidance Set under the Boeing Guidance Repair Center contract. Work will be performed at Newark, Ohio, and is expected to be complete by Sept. 27, 2015. Fiscal 2014 funds in the amount of $17,668,874 are being obligated at the time of award. Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity.

Space Coast Launch Services, Patrick Air Force Base, Florida, has been awarded a $36,328,456 modification (P00189) on356px-Seal_of_the_US_Air_Force.svg previously awarded contract FA2521-05-C-0008 to exercise an option. Contractor will provide operations, maintenance and engineering support to critical launch, spacecraft and ordnance facilities and support systems owned by the 45th Space Wing. These facilities and systems are vital to the support of Department of Defense, civil and commercial space launch processing at Cape Canaveral Air Force Station, Florida. The Launch Operations Support Contract contractor is responsible for planning and executing all preventive and corrective maintenance and performing configuration changes to LOSC facilities and systems necessary to achieve the greatest operational availability for mission support. Work will be performed at Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2015. No funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

Harris IT Services Corp., Dulles, Virginia, has been awarded an $8,207,316 modification (MG0620) to previously awarded contract FA8771-04-D-0003 for network support services. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by Aug. 31, 2015. This award is the result of a sole-source acquisition. Fiscal 2014 other procurement; missile procurement; operations and maintenance and research, development, test and evaluation funds in the amount of $2,045,133 are being obligated at the time of award. Space and Missile Systems Center Contracting Directorate, Los Angeles Air Force Base, California, is the contracting activity.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $10,330,015 cost-plus-fixed-fee modification to previously awarded contract HQ0276-10-C-0003 for test and engineering support for the Aegis Ashore program. This modification brings the total cumulative face value of the contract to $347,727,974 from $337,397,959. Work will be performed at Moorestown, New Jersey; San Diego, California; Kekaha, Hawaii; and Deveselu, Romania, with an expected completion date of Dec. 31, 2015. Fiscal 2014 and 2015 research, development, test and evaluation funds will be used to fund this effort. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Marine Terminals Corporation-East, Savannah, Georgia, was awarded an estimated $6,561,822 modification (P00013), extending the period of performance on previously awarded contract W81GYE-10-D-0002 for stevedoring and related terminal600px-US-TRANSCOM-Emblem.svg services. This is a fixed-price, indefinite-delivery/indefinite-quantity contract. Work will be performed at the Military Ocean Terminal Sunny Point, North Carolina, with a Feb. 28, 2015, performance completion date. The modification brings the total cumulative face value of the contract to $62,923,529 from $56,361,707. Fiscal 2014 funds will be obligated on individual task orders in the amount of $6,561,822. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

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

R — SOCIAL MEDIA REPORTER – VOA PERSIAN SERVICE – BASED IN WASHINGTON, DC BBG39-Q-14-PERSIAN-036 092014 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com i) THIS IS A COMBINED SYNOPSIS/SOLICITATION 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-036 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076 effective July 25, 2014.

(iv) This is 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 3:30Broadcasting Board of Governors 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 four(4) months from September 24, 2014 through January 24, 2015 with two (4) month options from January 25, 2015-September 23, 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 September 24, 2014 through
January 24, 2015 with options to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The 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 willl 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 immediately 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 September 10, 2014. Responses to questions will be posted to FedbizOps by COB September 12, 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 September 20, 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: VOA Persian Service 330 Independence Ave, S.W. Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-036/listing.html

OutreachSystems Article Number: 140906/PROCURE/0130 Matching Key Words: naics!711510;

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

R — Radio Music Programmer and Production Specialist BBG50-Q-14-00013_SB 091214 Seneca B. Belinfontie, Contract Specialist, Phone (202) 203-4944, Fax (202) 382-7854, Email sbelinfo@voanews.com – Rachel Johnson, Contracting Officer, Phone (202) 382-7847, Fax (202) 382-7854, Email rjohnson@bbg.gov ;
p;
Solicitation for Creative Services

Non Personal Services

Broadcasting Board of Governors

BBG50-Q-14-00013

Radio Music Programmer and Production Specialist

(i) This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) to establish a Blanket Purchase Agreement (BPA). 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 (1) Blanket Purchase Agreement for one year.

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts located in Washington, D.C. anticipates establishing a Blanket Purchase Agreement for Non-Personal Services with Independent Contractor for Radio Music Programmer and Production Specialist as described in further detail below for VOA Language Programming Office in Washington D.C., (see attached SOW.).

(iii) The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000 in average receipts for the past three (3) years. This is 100% total small business set-aside.

(iv) The period of performance is one year from the date of Award. The Contractor shall submit a monthly invoice electronically (email) for services provided the preceding month.

(v) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. 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 proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

(vi) The Government will award a Commercial, Firm-Fixed-Price, Blanket Purchase Agreement 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 the solicitation. When combined, technical evaluation factors are significantly more important than cost/price.

EVALUATION FACTORS
The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:
1) Contractor Qualifications – The Offeror shall provide their resume/CV that includes work experience, education and specialized training. Must be highly motivated, independent, self-starter to serve as a Radio Music Programmer and Production specialist in its new FM Programming Office.   Must have a minimum of 1-year experience as a Radio Music Programmer or Radio Show Host.   Experience with music scheduling software, specifically Powergold and/or RCS Selector, preferred.   Responsible for scheduling and editing music logs (In Powergold and Dalet).
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;
(iii) term of the contract; 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
3) A separate Price Proposal showing a breakdown of the price based on 2, 080 hours per annum that will be negotiated with the BBG. Prices shall be valid for 30 days.   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.
The contract labor categories are considered administrative and professional labor and generally exempt from the Service Contract Act.

BASIS FOR AWARD
The procurement is being conducted under the authority of Federal Acquisition Regulation (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 proposals submissions so the Offeror should submit its best terms in the initial proposal. The Government also reserves the right to consider multiple awards for this requirement.

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 2,080 hours per year that will be negotiated with the BBG.

2. Technical Proposal (Resume/CV) 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.
– Copy of US Citizenship, work permit, photo ID and/or visa.
– References (three)
– Copy of active Registration in SAM.gov. https://www.sam.gov

To ensure consideration for the intended position, please reference the solicitation number on your proposal.

(vii) 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/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(viii) 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. The resultant contractor is hereby forewarned that, absent the requisite authority of the COR to make any such changes, it may be held fully responsible for any changes not authorized in advance, in writing, by the contracting officer, may be denied compensation or other relief for any additional work performed that is not so authorized, and may also be required, at no additional cost to the government, to take all corrective action necessitated by reason of the unauthorized changes. (end of clause)

(ix) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation 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-Central Contractor Registration (31 U.S.C. 3332)
(x) 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.

Questions must be submitted in writing and only via email to Seneca Belinfontie at sbelinfo@voanews.com. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on Tuesday, Sept 9, 2014.
ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE BELOW to: Seneca Belinfontie at sbelinfo@voanews.com. Proposals are due to Seneca Belinfontie, Contract Specialist, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237 before 4:00 p.m. Eastern Daylight Time on Friday, Sept 12, 2014.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/VOA Headquarters Building 330 Independence Avenue, S.W., Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-00013_SB/listing.html

OutreachSystems Article Number: 140906/PROCURE/0131 Matching Key Words: naics!711510;

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Philadelphia Office, N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA

U–Visual Information Production Services N0018914TZ363 091014 Cathy Kelly Cathy.kely@navy.mil This announcement constitutes a Sources Sought Synopsis for information and planning purposes to identify the availability of potential small business sources capable of providing services to the Center for Personal and Professional Development (CPPD) Virginia600px-US-DeptOfNavy-Seal.svg Beach, VA in support of the Navy’s Sexual Assault Prevention and Response Program. Required services include Visual Information (VI) production services.
The Center for Personal and Professional Development (CPPD) requires Visual Information (VI) production services for development of a sustainment training video and accompanying facilitation materials in support of the Navy’s Sexual Assault Prevention and Response (SAPR) program.
This video requires high-end, broadcast-quality, high-definition video production to bring a sense of realism and Fleet relevance to the Navy message. The contractor shall provide VIproduction services and products to include on-site digital recording with broadcast-quality cameras and professional camera operators, production and direction services, audio support, lighting, technical direction, and digital sound and video recording media. Production shall consist of an edited, approximately 50-minute high-end, broadcast-quality, high-definition video, with a major story-telling component and shall include interviews, introductions, and potential pre and postscripts from Navy leaders.
A firm fixed price contractual vehicle is anticipated that will consist of an approximate 6 month period of performance.
The North American Industrial Classification System (NAICS) code for this acquisition is 512110 and the standard is $30 million. Small business firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this sources sought notice via the submission of an executive summary, no more than three (3) pages in length.
The submission should include the following information and reference N00189-14-T-Z363:
1. Company name, address, and point of contact with corresponding phone number and e-mail address
2. DUNS number, Cage Code, business size and classification
3. Capability statement displaying the contractor’s ability to provide the services to include past performance information.
If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the proposed CPPD requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references)
Standard brochures and/or paraphrasing of the Source Sought Notice will not be considered sufficient to demonstrate the capabilities of an interested party.
All submissions are required to be submitted via e-mail to cathy.kelly@navy.mil no later than 3:00pm (local time/Philadelphia, PA) on 10 Sept 2014.
Please direct any questions concerning this Sources Sought Notice to Cathy Kelly at cathy.kelly@navy.mil
This announcement constitutes a sources sought synopsis for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for quotes and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought synopsis will be updated and/or may change prior to issuance of an official Pre-Solicitation synopsis notice.
URL: https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914TZ363/listing.html

OutreachSystems Article Number: 140906/PROCURE/0678 Matching Key Words: video*; edit*; produc*; train*; site?; page?; business*; production?; naics!512110;

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

R — Combination Services and Video Journalism Reporter BBG50-Q-14-0100 091014 Adiatu Sahid-Karim, Contracting Officer, Phone 2022034022, Email askarim@bbg.gov Mandarin Service-Non Personal Service
Broadcasting Board of Governors
BBG50-Q-14-0100
Combination Services
Video Journalism Reporter

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 Combination Services and Video Journalism Reporter as described in further detail below for the East Asia and Pacific Division (Mandarin Service) in Washington D.C. see attachments. 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: 9/15/2014 – 9/14/2015

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 Wednesday, September 10, 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: September 5, 2014, 12 noon.
Responses to questions will be posted on September 5, 2014.

Set-Aside: Total Small Business Place of Performance: Voice of America – Chinese Branch 330 Independence Ave, SW, Cohen 2600A Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0100/listing.html

OutreachSystems Article Number: 140905/PROCURE/0126 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 — Editorial Writer Contractor BBG50-QS-14-0010 091614 Michelle S. Mathis, Contract Specialist, Phone 2023827848, Fax 2023827854, Email mimathis@bbg.gov The Broadcasting Board of Governors Office of Policy is seeking to fulfill (1) Editorial Writer Position as a Contractor.  This will be done as a Firm Fixed Price Blanket Purchase Agreement, Not to Exceed $150, 000.00 per year, for (1yr.).

This Position will be paid on Assignment bases with one to two Assignment per week, SOW attached.  Period of Performance: 09/22/2014 – 09/21/2015.

The combined Synopsis/Solicitation is issued as a Request for Proposals for interested Independent Contractor.  The Contractor Broadcasting Board of Governorsmost be register in http://www.sam.gov system in order to work for the Federal Government.

Contractor must submit their Price Proposal, Capability Statement/Resume w/three References.  Please provide documents by e-mail to mimathis@bbg.gov or fax 202-382-7854, if faxing please call first by closing date 09/16/2014 @ 12:00noon Eastern Standard Time.

Once Selected, Contractor must provide Copy of US Citizenship, Work Permit, Photo ID and or Visa, prior to working.  Contractor also will have to be able to pass a Security Clearance before starting to work.

Evaluation Factors:

Factor #1: Technical ability to include Work Experience, Education and Specialized Training

Factor #2: Price

Factor #3: Past Performance
Set-Aside: Total Small Business Place of Performance: 330 Independence Ave., S.W., Rm 2139, Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-QS-14-0010/listing.html

OutreachSystems Article Number: 140905/PROCURE/0127 Matching Key Words: naics!711510;

Department of the ArmyDepartment of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192

R–Non-Personal Services support for KY Army National Guard W912KZ-14-R-0011 091814 Diane Hutchinson, 502-607-1390 USPFO for Kentucky 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.

Provide non-personal service Medical Speciality Support Professional for base and one option year to the KY Army National Guard.
See attached docuemnts for additional information.
Set-Aside: Competitive 8(a) Place of Performance: USPFO for Kentucky Boone National Guard Center, Building 120, 120 Minuteman Parkway Frankfort KY 40601-6192 US URL:https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ-14-R-0011/listing.html

OutreachSystems Article Number: 140905/PROCURE/0130 Matching Key Words: age:state!ky; state!ky;

National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340 College Park MD 20740-6001

T — Preservation Duplication of Small Gauge Films NAMA-14-Q-0129 091714 Evelyn Dean, Contract Specialist, Phone 301-837-0736, Fax 301-837-3227, Email evelyn.dean@nara.gov – Ana D. Camacho, Supervisor Contracting Officer, Phone 301-837-3229, Fax 301-837-3227, Email ana.camacho@nara.gov This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes720px-US-NARA-Seal.svg the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-14-Q-0129 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective August 25, 2014.  CONTRACT LINE ITEM NUMBERS : See Attachment 1, Schedule of Prices. REQUIREMENT : The National Archives and Records Administration (NARA) requires the services of a contractor to provide the following photographic services in accordance with Attachment 2, Statement of Work: create archival-quality 16mm duplicates of original film (8mm and Super 8mm formats). DATES/PLACE OF DELIVERY : See Attachment 2, Statement of Work, for pick-up and delivery instructions. F.O.B. : Destination. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant fixed price contract, with the exception of FAR provisions which will be removed prior to award : FAR 52.212-1 ,Instructions to Offerors - Commercial Items (Apr 2014). Addenda: (1) Change paragraph (c) to read: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (2) Delete paragraph (h), Multiple Awards. See Attachment 3, Quotation Submission Instructions, for additional quotation submission instructions. EVALUATION (In lieu of FAR 52.212-2) : See Attachment 4, Evaluation Factors. The firm-fixed unit prices must include the fully burdened cost for delivering the supplies required by this contract. See Attachment 1, Schedule of Prices. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor’s quotation entitled, “Exceptions.” The Contractor must also include complete rationale, justification, and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without discussions of this procurement. For evaluation purposes, the fixed price for each Contract Line Item Number (CLIN) will be determined by multiplying the firm-fixed unit price by the maximum quantity of units, and the evaluated price will be determined by summing the ceiling price of all CLINs. FAR 52.212-3 , Offeror Representations and Certifications - Commercial Items (May 2014) – An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision; FAR 52.212-4 , Contract Terms and Conditions - CommercialItems (May 2014) — see Attachment 6, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR 52.212-5 , Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jul 2014) – see Attachment 5, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. QUESTIONS : Questions regarding this RFQ must be submitted in writing to Mrs. Evelyn Dean no later than 5:00 PM E.T. on September 10, 2014 to be considered. Questions submitted at a later date will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. RFQ CLOSE DATE : Quotations should be received by 5:00 PM E.T. on September 17, 2014 . Failure to submit quotations in accordance with Attachment 3, Quotation Submission Instructions, by the due date may result in rejection of the quotation as untimely.
URL: https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-14-Q-0129/listing.html

OutreachSystems Article Number: 140905/PROCURE/0151 Matching Key Words: film?; duplicat*; website; page?; instruct*; commercial?;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — AOE/VT Programs – FCI Manchester, KY RFQP01101400010 Doug Fear, Phone (972) 352-4530, Fax (972) 352-4545, Email rdfear@bop.gov The Federal Bureau of Prisons, Field Acquisition Office in Grand Prairie, Texas intends to make a single or multiple award to a post-secondary institution, or industry based school that will be responsible for providing instruction in a Masonry/Bricklayer and Culinary Arts Program. The training program must prepare inmates for at least an entry level employment position upon release. The program is to be provided to the inmate population at the Federal Correctional Institution, located at 805 Fox Hollow Road, Manchester, Kentucky.

The contractor shall provide an educational program that is accredited by an accrediting college or vocational training school, state or other recognized accreditation association or agency. The courses shall be instructed utilizing one (1) hour sessions of classroom instruction. Typically, the contractor will provide services four days per week (Monday through Thursday) between the hours of 7:30 a.m. to 3:00 p.m. excluding Federal Holidays. Estimated annual sessions are 2940 for Culinary Arts and 1470 for Masonry/Bricklayer per 12-month period.

The contract shall consist of a base year with four (4) twelve (12) month option periods for renewal. The solicitation will be made available on or about July 3, 2014 and will be distributed solely through the General Administrations Federal Business Opportunities website at http://www.fedbizopps.gov/. Hard copies of the solicitation will not be available. The site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The anticipated date for receipt of quotes is July 24, 2014. Anticipated date of award is in August of 2014. This will be a full and open competitive procurement. All responsible sources may submit a quote which will be considered. Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible.

Place of Performance: 805 Fox Hollow Road Manchester, KY 40962 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01101400010/listing.html

OutreachSystems Article Number: 140905/PROCURE/0153 Matching Key Words: state!ky;

Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave MacDill AFB FL 33621-5119

76 — Leased Library Books for MacDill AFB, Fl F2V30X4190AW01 091814 Donald H. Mills, Phone 8138281672, Email donald.mills.1@us.af.mil ; sp;

This is a combined synopsis/solicitation for commercial services and/or supplies prepared in accordance with the format in FAR356px-Seal_of_the_US_Air_Force.svg 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. This is a Request For Quote (RFQ) and the solicitation number for this requirement is F2V30X4190AW01 . The 6th Contracting Squadron, MacDill AFB, Florida, requires the following:

DESCRIPTION OF REQUIREMENT:

1. Shall provide a minimum of 100 books per month for a total of 1200 for the year.

2.   Shall allow customer selection of titles.

3.   Shall be able to provide pre-publication data up to five months prior to publication.

4.   Shall have online ordering process.

5.   Shall replace at least 10% of annual book shipments at no cost to the government to cover lost, stolen, or damaged items.

6.   Shall roll over unused book allowance into next subscription year if subscription is renewed.

7.   Shall allow transfer of 30% of books from loaned to permanent collection at no extra charge.

8.   Shall allow transfer of at least 30% of books loaned to permanent collection at two to four dollars per book twice a year.

9.   Shall be shelf ready with Mylar jackets, MacDill barcodes, and full MARC record cataloging.

10.   Shall be shipped at no cost to the requestor.

11.   Shall be available in seven days by order by toll free number.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective 25 Aug 2014, DFAR DPN 20140828 , and AFFAR AFAC 2014-0421 . The North American Industry Classification System code (NAICS) is 424920 , with a Small Business Size Standard of 100 employees . A firm fixed price contract will be awarded.

Specific Instructions:

a. This requirement is unrestricted and will not be set aside for small business.

b. All offerors are required to complete and submit Attachment 1 of this solicitation IAW 252.209-   7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law.

c. In accordance with Contract Clause FAR 52.232-18, Availability of Funds: Funds are not presently available for this requirement. The Government’s obligation under this requirement is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

BASIS FOR AWARD: 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: Price and Technical capability. Reference below Addenda to 52.212-2 , Evaluation — Commercial Items for more information.

DELIVERY ADDRESS: MacDill AFB (Tampa), FL   33621

PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites:   http://farsite.hill.af.mil http ://www.arnet.gov/far/ , orhttp://safaq.hq.af.mil/contracting .

The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text:

ADDENDA TO 52.212-1, Instructions to Offerors — Commercial Items (Jul 2013)

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in this combined synopsis solicitation under the description of requirement.

(b) Submission of offers . Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show –

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) “Remit to” address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Period for acceptance of offers . The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples . When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers . Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers .

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.

(2)

(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or

(C) It was the only offer received.

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards . The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation.

(1)

(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–

GSA Federal Supply Service Specifications Section

Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)

Facsimile (202 619-8978).

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites –

(i) ASSIST ( http://assist.daps.dla.mil ).

(ii) Quick Search ( http://assist.daps.dla.mil/quicksearch/ ).

(iii) ASSISTdocs.com ( http://assistdocs.com ).

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-

(i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard );

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4″ followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet athttp://fedgov.dnb.com/webform . An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.

(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition .gov .

(l) Debriefing . If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.

(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(4) A summary of rationale for award;

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of Provision)

ADDENDA TO 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 this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

•1)        Price

2)     Technical capability of the item offered to meet the Government requirement

Price – Received quotes will be ranked and arranged by price (lowest first) before the Government assesses technical capability.   Rankings/arrangement will be based on total price inclusive of transportation charges from the shipping point of the supplier to the delivery destination .

Technical – An offeror must provide specific evidence that they are capable of fulfilling the requirement. Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation, Statement of Need and government standards and regulations pertaining to this requirement. If this solicitation has been designated as Brand Name or Equal IAW FAR 52.211-6, the technical advisor will compare an offerors proposed product/service against the brand names salient physical, functional, or performance characteristics to determine technical acceptance.

Table A-1. Technical Acceptable/Unacceptable Ratings
OutreachSystems Article Number: 140905/PROCURE/0754 Matching Key Words: documentar*;

140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Public Buildings Service (PBS), GSA, PBS, Design & Construction Division (9P2PC), 50 UNITED NATIONS PLAZA, 1ST FL San Francisco CA 94102-4912

R — Expansion & Reconfiguration Project at San Ysidro Land Port of Entry, Phase 3 Art In Architecture SYLPOEPhase3AIA 100614 Donald Douglass, Regional Fine Arts Officer, Phone 415-522-3145, Email don.douglass@gsa.gov – Nicole Avila, Fine Arts Specialist, Art in Architecture Program, Phone 202-219-0411, Email nicole.avila@gsa.gov ART IN ARCHITECTURE PROJECT
GSA Synopsis for Artist Services

FBO Classification: R499
NAICS: 711510

Description:

The General Services Administration (GSA) Art in Architecture Program commissions American artists (citizens and Lawful Permanent Residents or Permanent Workers of the United States) to create publicly scaled and permanently installed artworks for federal buildings nationwide.

GSA announces an opportunity for a federal art commission in conjunction with the modernization and expansion of the San Ysidro Land Port of Entry in San Diego, California.

GSA will modernize and expand the San Ysidro Land Port of Entry to better meet the needs of its tenants: U.S. Customs and Border Protection, Immigration and Customs Enforcement, U.S. Border Patrol, and the U.S. Department of Agriculture. The project entails the phased reconfiguration and expansion of the existing facility to improve pedestrian and vehicular processing, increase operational efficiency, provide greater officer and public safety, decrease operational and maintenance costs, and improve the traveler’s experience of crossing the border. The full build-out consists of the demolition and construction of the new port, including primary and secondary inspection areas, administration building, pedestrian building, and other supporting structures.

The project is being implemented in three phases, as follows: Phase 1 – Northbound vehicle throughput with associated inspection facilities and southbound pedestrian facilities; Phase 2 – Northbound pedestrian facilities and the historic customs house; Phase 3 – Southbound Interstate-5 realignment with associated inspection facilities and employee parking structure. Phase 1 is nearing completion and Phase 2 is yet-to-be funded. This announcement is specifically for Phase 3.

GSA allocates one-half of one percent of the estimated construction costs of new or modernized federal buildings for art commissions. The art budget for Phase 3 of the San Ysidro Land Port of Entry project is estimated at $500,000. One or more artists will be awarded a fixed-price contract for a commission.

Artists who wish to be considered for this and all future GSA art commissions must submit application materials to GSA’s National Artists Registry (Registry). The Registry constitutes the qualified list of artists for this and all GSA commissions. Instructions on how to join the Registry are available on the following Web site:

http://www.gsa.gov/artinarchitecture

All artists who wish to be considered as candidates for a commission at the San Ysidro Land Port of Entry in San Diego, California, must have their application materials submitted and received by GSA by 3:00 PM Eastern Time on Monday, October 6, 2014. Artists’ submissions received after the deadline will not be considered for this project, but will be eligible for consideration on future GSA commissions alongside the other artists on the Registry. Artists already on the Registry need not resubmit, but may elect to update their information prior to the deadline.

GSA evaluates artists based on the following criteria: the media, materials, content, style, and scope of the artist’s past work, along with the artist’s past performance and experience with commissions or projects similar to the one described in this synopsis. Short-listed artists will be contacted and asked to submit additional information including a statement that he or she can perform the work associated with the GSA commission within the identified budget. GSA will count the combined weight of all the selection criteria as significantly more important than price.

At a minimum, the scope of services for this commission will require: collaboration with the lead designer selected for the building project; development of preliminary and final concepts; fabrication of the artwork; participation in meetings and conservation reviews as necessary; and the installation of the artwork at the project site.

Place of Performance: San Ysidro Land Port of Entry, CA US URL: https://www.fbo.gov/spg/GSA/PBS/9PCS/SYLPOEPhase3AIA/listing.html

OutreachSystems Article Number: 140905/PROCURE/0850 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 — Broadcaster/Combination Services BBG50-Q-14-0095 090814 LaKeisha S. Washington, Contract Specialist, Phone 2023827869, Fax 2023827877, Email lkwashin@bbg.gov – J.R. HILL, Contracting Officer, Phone 202.382.7846, Fax 202.382.7877, Email chill@bbg.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutesBroadcasting Board of Governors 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 a 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 Combination Services as described in further detail below for the South and Central Asia Division (Kurdish Services) in Washington D.C. 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:
One year from award

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 Attachment

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 hourly rate. The rate will be negotiated with the BBG. Base your proposed hourly rate on the Statement of Work (SOW). Indicate the SOW in your proposal.

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

To ensure consideration for the intended position, please reference the solicitation number on your proposal. Also, indicate the Statement of Work (SOW) you are applying for in your proposal. The SOW’s are named as the following:

Statement of Work VOA Kurdish

Proposal must be submitted electronically to lkwashin@bbg.gov. The due date is September 8, 2014 at 12:30pm noon EST. All proposals as well as inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Deadline to submit questions: September 4, 2014

Contracting Office Address:
Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket 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

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.

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.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors 330 Independence Ave. SW Washington , DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0095/listing.html

OutreachSystems Article Number: 140904/PROCURE/0150 Matching Key Words: naics!711510

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

R — Special Assignments combination Services BBG50-Q-14-0099 091514 Cynthia C. Sugg, Contracting Officer, Phone 2023827858, Email ccsugg@bbg.gov – Diane Sturgis, Contract Specalist, Phone 202-382-7849, Fax 202-382-7854, Email dsturgis@bbg.gov ;
p;
SOLICITATION FOR VIETRNAMESE SERVICE

NON PERSONAL SERVICES

BROADCASTING BOARD OF GOVERNORS

VOICE OF AMERICA

Special Assignments Combination 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 (RPF) 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 call orders placed against the resulting Agreement.   The Government intends to award several Blanket Purchase Agreements; 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 Multimedia services as described in further detail below for the East Asia and Pacific Division (Burmese Service) in Washington D.C. see Attachments.    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 will make an offeror ineligible for award.   CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (Deviation).

NAICA Code:   The North American Industry Classification System (NAICS) code for this acquisition is 711510, Independent   Artists, Writers, and Performers,   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:   09/22/2014 – 09/21/015

Contract Type:   Firm-Fixed Price

Applicable FAR Clauses:   **52.252-1, Solicitation Provisions Incorporated by Reference.   *52.212-4, Contract Terms and Conditions-Commercial Items and also see attached additional clauses.

Proposal Submission:

Interest 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 the Assignments worked per year that will be negotiated with the BBG.

•2.       Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and e3vidence 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 be detailed.

•3.       Copy of U. S. 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 oferor, 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 ccsugg@bbg.gov .   The due Date is Monday, September 15, 2014 at 2:00 PM EST.   All Proposals as well as inquiries should be sent electronically to Cynthia C. Sugg at ccsugg@bbg.gov .

Evaluation Factors

Lowest price technically acceptable to include work experience, education, specialized training and   past performance.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror(s) should submit its best terms in the initial proposal.   The   government may also determine to make no award(s).

Set-Aside: Total Small Business Place of Performance: BBG, International Broadcasting Bureau, Office of Contracts, 330 Independence Ave., SW, Room 4007B Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0099/listing.html

OutreachSystems Article Number: 140904/PROCURE/0151 Matching Key Words: naics!711510;

Nuclear Regulatory Commission, Top Level, Region II, Financial Management Branch, Marquis One Tower 245 Peachtree Center Avenue NE Suite 1200 Atlanta GA 30303

U — Request for Quote(RFQ) for French Language Training RG2-14-444 072814 Vanessa A. Lamb, Purchasing Agent, Phone 404-997-4477, Email vanessa.lamb@nrc.gov REQUEST FOR QUOTATION

Date Issued: July 21, 2014

Closing Date: July 28, 2014 by 5:00 p.m. Eastern Standard Time

Issued by: U.S. Nuclear Regulatory Commission (NRC)
Attn: Vanessa Lamb
Email: Vanessa.Lamb@nrc.gov

The U.S. Nuclear Regulatory Commission (NRC) has a requirement for the services described in the enclosed Statement of Work600px-US-NuclearRegulatoryCommission-Seal (SOW). The NRC is requesting proposals and may potentially issue a contract for the effort described in the SOW. The scope of this requirement is below. To respond to this request, please submit your written proposal by the closing date listed above.

Background
The U.S. Nuclear Regulatory Commission (NRC), Region II Office, Division of Reactor Projects is sending an NRC staff member to work for the American Nuclear Society (ANS) in Paris, France for a period of one year as a liaison providing analysis and development of regulatory policy. In order to accomplish this task, the NRC staff member will need to learn how to speak, listen and interpret, read, and write standard as well as technical French in order to work with the nuclear agency and engineers. The NRC staff member requires intensive and immersive French language training in the areas of speaking, listening, reading and writing to support relocation to Paris, France, beginning in January 2015.

STATEMENT OF WORK

The contractor shall provide training which at minimum shall meet the requirements:

• The Contractor shall train a NRC employee from a beginner/Interagency Language Roundtable (ILR) rating of zero (0) to an ILR rating of 2+ to 3 in the French language.

• A training plan shall be provided via email by the Contractor to the Contracting Officer (CO) and to the individual during the first week of training which outlines the objectives and milestones that need to be reached.

• The Contractor shall provide customized curriculum to meet need for work related vocabulary.

• The Contractor shall provide intensive French language training for a minimum of 600 hours, excluding any independent study.

• The Contractor shall provide training which includes 6 hours of private instruction (30 hours per week for approximately 20 weeks) with 2 qualified instructors. Contractor shall provide all necessary resources and training materials.

• The Contractor shall provide a pre-test to assess the needs of the NRC employee.

• The Contractor shall provide 2 to 3 hours of daily independent study (homework), Monday thru Friday.

• The Contractor shall provide monthly progress reports on the individual and internal level checks on how they are progressing in learning the language.

• The Contractor shall provide training in speaking, listening and reading the French language to support a competency rating of ILR 2+ to 3.

The Contractor shall provide basic training and vocabulary to support professional and personal discussions on business, scientific, and nuclear power topics.
• The Contractor shall provide counseling sessions, phone lessons and one-on-one teaching to ensure that the staff member is learning the language at a reasonable pace.

• The Contractor shall provide evaluation at the end of the course of instruction and shall provide certification of the competence level achieved.

• The Contractor shall complete all training prior to December 31, 2014.

• The Contractor Shall perform these services onsite or at a site within a reasonable commute time from the student’s office location at Marquis One Tower 245 Peachtree Center Avenue, NE
Suite 1200 Atlanta, Georgia 30303-1257.

• The Contractor shall provide traditional classroom instruction.

Instructions to Quoters

1. To respond to this request, your organization will be required to provide an electronic or hard copy quote which consists of a written technical proposal and a firm fixed price quote.

• Provisions that apply to this solicitation: FAR 52.212-3

• Clauses that apply to this solicitation: 52.212-4 and 52.212-5

2. Quote Submission

(a) Quotes must be submitted by e-mail to Vanessa.Lamb@nrc.gov no later than the time and date established for submission.

NRC is not responsible for electronic difficulties and/or administrative problems associated with the transmission of any files to the NRC.

3. Closing Date and Time- No later than 5:00 EST on July 28, 2014.

4. North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 611630.

Contract Type: Firm-Fixed-Price

Evaluation Factors for Award: The Government will award a purchase order under FAR13, Simplified Acquisition Procedures, to the vendor whose quote offers the best value to the Government. The Government will award a contract to the offeror that submits an offer that is the Lowest Price Technically Acceptable. The purchase order will be awarded to the offeror with the best price after technical requirements are met. Technically acceptable is defined as quoters having the capability to provide all of the services specified in the Statement of Work. Offerors that are not registered in SAM (www.Sam.gov) at time of award may be excluded from consideration.

Place of Performance: Atlanta , GA US URL: https://www.fbo.gov/notices/27c528c5951dbafac7e28a3d03c16747

OutreachSystems Article Number: 140904/PROCURE/0202 Matching Key Words: writ*; copy; technical; standard;

FedBizOpps – Awards

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — AOE/VT Programs – FCI Manchester, KY RFQP01101400010 Doug Fear, Phone (972) 352-4530, Fax (972) 352-4545, Email rdfear@bop.gov DJBP011000000044 $178,178.70 082014 Base Year Estimated Maximum KCTCS dba Somerset Community College, 808 Monticello Street, Somerset, KY 42501 US Notice of award.  Base and four option years estimated maximum total $938,080.50
URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01101400010/listing.html

OutreachSystems Article Number: 140905/AWARDS/1171 Matching Key Words: state!ky;

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

R — Ukrainian Non-Personal Services Blanket Purchase Agreements BBG5014IQ00399 ADRIENNE R. WASHINGTON, Contracting Officer, Phone 202-382-7867, Email awashington@bbg.gov BPA BBG50-A-14-0498 BLANKET PURCHASE AGREEMENT NOT TO EXCEED $150,000, TOTAL CALL ORDERS 090314 O-UL
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG5014IQ00399/listing.html

OutreachSystems Article Number: 140904/AWARDS/1445 Matching Key Words: naics!711510;

Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor Minneapolis MN 55403

T — Spotlight On educational short AG-6395-P-14-0558 Nathan Johnson, Email nathan.d.johnson@aphis.usda.gov AG-6395-P-14-0558 $30,000.00 090314 Trivue Entertainment Awarded 9/3/2014
URL: https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-P-14-0558/listing.html

OutreachSystems Article Number: 140904/AWARDS/1466 Matching Key Words: naics!512110;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — AOE/VT Programs – FCI Manchester, KY RFQP01101400010 Doug Fear, Phone (972) 352-4530, Fax (972) 352-4545, Email rdfear@bop.gov DJBP011000000044 $178,178.70 082014 Base Year Estimated Maximum KCTCS dba Somerset Community College, 808 Monticello Street, Somerset, KY 42501 US Notice of award.  Base and four option years estimated maximum total $938,080.50
URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01101400010/listing.html

OutreachSystems Article Number: 140904/AWARDS/1469 Matching Key Words: state!ky;

USABID State and Local Purchases

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 – Y15 KET Childcare Moodle Course Developer RFP : 1500000038 SOL Y15 KET Childcare Moodle Course Developer RFP : 1500000038 Kentucky Educational Television Published On : 9/3/14 Amended On : Closing On : 9/10/14 4:30 PM EDT Time Left: 6 Days, 04:48:21 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140905/BID/0130 Matching Key Words: age:state!ky; state!ky;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – REQUEST FOR PROPOSAL AGENDA MANAGEMENT TOWN OF PARADISE VALLEY SOL Public Notice ID: 21706136.HTM REQUEST FOR PROPOSAL AGENDA MANAGEMENT TOWN OF PARADISE VALLEY The Town of Paradise Valley requests proposals for a public meeting agenda / workflow management software system with live and on-demand website videointegration. The system should include an automated workflow process to prepare, track, modify, monitor, and approve individual agenda items for specific meeting dates. The system should also be able to accommodate multiple meeting types, i.e. council, planning commission, and board of adjustment. The Town’s preference is to implement a vendor-hosted solution. Full scope of work, submittal form, content and evaluation criteria are available for download at http://www.paradisevalleyaz.gov. The submittal deadline is 3:00 PM, September 24, 2014. Published August 28; September 4, 2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140905/BID/0201 Matching Key Words: video*; website;

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

R – Title Services SOL IFB-3283-0-2015/KBM Title Services Due Date: 9/17/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140905/BID/0429 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 – Mowing SOL 145-2014 Single Pass Loose Leaf Collection Services Due Date: 09/23/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140905/BID/0434 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 – Midway Operations for the Kentucky State Fair RFP : 1500000065 SOL Midway Operations for the Kentucky State Fair RFP : 1500000065 Office Of The Controller Jodyi Hall Services NPS Published On : 9/2/14 Amended On : Closing On : 9/17/14 3:30 PM EDT Time Left: 14 Days, 04:24:57 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140904/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 – Criminal Justice Executive Development (CJED) Instructor RFP : SOL Criminal Justice Executive Development (CJED) Instructor RFP : 1500000049 Department Of Criminal Justice Training Published On : 9/2/14 Amended On : Closing On : 9/12/14 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140904/BID/0005 Matching Key Words: age:state!ky; state!ky;

Kentucky State Procurement

Walsh Construction, 100 Witherspoon, Louisville, KY 40202

R — INVITATION TO BID DATE: Wednesday August 20, 2014 Project Information: Owner: Kentucky Transportation Cabinet Project: Ohio River Bridges Downtown Crossing Goal: 8% DBE Participation Walsh Construction welcomes quotes from qualified DBE subcontractors for services on the Ohio River Bridges Downtown Crossing. Scope of services: Walsh is requesting an event planner to plan three (3) events on three (3) separate dates. Details are: Tuesday September 9, 2014 7A Walsh is requesting chairs set classroom style outside for 150 people and an outside audio system (microphone and speakers) for a project presentation. Tuesday September 16, 2014 7A Walsh is requesting chairs set classroom style outside for 50 people and an outside audio system (microphone and speakers) for a project presentation. Tuesday September 23, 2014 7A Walsh is requesting chairs set classroom style outside for 50 people and an outside audio system (microphone and speakers) for a project presentation. If you company is interested in submitting a quote for this scope of work, Walsh requests that you complete the information below and return with your quote and restrictions. Walsh will endeavor to work with all qualified DBE firms to encourage project participation, including consideration for any quotes for any item of work, portion of item or combination thereof. Please respond to this ITB through email: mljackson@walshgroup.com. Submit the following information: FIRM NAME; CONTACT NAME; CONTACT PHONE; EMAIL; FIRM SCOPE OF SERVICE; DBE CERTIFICATION STATE AND AGENCY. This notice is provided by the Kentucky Small Business Development Center. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 140904/KY/6905 Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES


beenetworknews.com           30 seconds
PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

 Public Works Contractor Inc.,* Spring Valley, California (N62473-14-D-0070); MCB Lighting & Electrical Inc.,* Owings, Maryland (N62473-14-D-0071); Souza Construction Inc.,* Visalia, California (N62473-14-D-0072); Ja’nus Ventilation and Mechanical Inc.,* San Diego, California (N62473-14-D-0073); and Preferred Construction Co. Inc.,*, Long Beach, California (N62473-14-D-0074), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair, and renovation of heating, ventilation, and air conditioning systems and associated work at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined600px-US-DeptOfJustice-Seal.svg is $99,000,000. No task orders are being issued at this time. All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website, with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

BlueForge LLC,* Saint Petersburg, Florida (N69450-14-D-1271); C&C Contractors LLC,* Notasulga, Alabama (N69450-14-D-1272); Colossal Construction Co. LLC,* Atlanta, Georgia (N69450-14-D-1273); Gulf Building Corp. and Hernandez Consultants, Joint Venture,* Fort Lauderdale, Florida (N69450-14-D-1274); HICAPS Inc.,* Greensboro, North Carolina (N69450-14-D-1275); KMK-DJI, Joint Venture,* Eliot, Maine (N69450-14-D-1276); and Leebcor Services LLC,* Williamsburg, Virginia (N69450-14-D-1277), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value including the base period and five option years for all seven contracts combined is $95,000,000. The work to be performed provides for primarily general building type projects, but is not limited to new construction, renovation, alteration, demolition and repair work in support of Department of Defense activities in the NAVFAC Southeast AOR. BlueForge LLC is being awarded task order 0001 at $13,161,000 for the design and construction of a new weapons storage and inspection facility at Marine Corp Logistics Base Albany, Georgia. Work for this task order is expected to be completed by January 2016. All work on this contract will be performed primarily in the NAVFAC Southeast AOR, including but not limited to North Florida and South Georgia. The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 military construction (Navy) contract funds in the amount of $13,167,000 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 17 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

BergerABAM Inc., Federal Way, Washington, is being awarded a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for civil engineering services for large projects in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for requests for proposals for design-build projects; fully designed plans and specifications; civil engineering site investigation reports to support new development of facilities on raw land or redevelopment of existing facilities on developed sites; studies, reports, and evaluations; technical reviews of government prepared request for proposal packages for design-build projects and government prepared design documents for design-bid-build projects; preparation of planning and programming related documents; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent), Arizona (5 percent), Nevada (5 percent), Colorado (1 percent), New Mexico (1 percent) and Utah (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $5,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 11 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-14-D-0062).

Brodogradiliste Viktor Lenac D.D., Rijeka, Croatia, is being awarded a $21,383,394 firm-fixed-price contract for a 179-day Extended Service Life Program, dry docking and ship repair of USS Mount Whitney. The ship’s primary mission is to provide communication, command, and control support to U.S. Navy forces at sea. The contract includes options which, if exercised, would bring the total contract value to $29,674,806. Work will be performed in Rijeka, Croatia, and is expected to be completed by July 2015. Working capital contract funds, fiscal 2014 other procurement (Navy) and fiscal 2014 operations and maintenance (Navy) funds in the amount of $21,383,394 are being obligated at the time of award, and will expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-14-C-7504).

Bulltrack-Watts, a Joint Venture,* Marysville, California, is being awarded $13,771,399 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N40192-10-D-2801) for repair and modernization of Romeo Wharf at Naval Base, Guam. The work to be performed provides for sustainment, restoration and maintenance repairs to waterfront facilities at Romeo Wharf to allow berthing of various Navy ships. Work will be performed in Santa Rita, Guam, and is expected to be completed by May 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $13,771,399 are being obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

General Dynamics National Steel and Shipbuilding Co., San Diego, California, was awarded $7,000,000 to increase an undefinitized contract action to previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Boxer (LHD 4) fiscal 2014 Phased Maintenance Availability. A phased maintenance availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by December 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $7,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded Sept. 8, 2014)

ARMY

Department of the ArmyJacobs Technology, Tullahoma, Tennessee was awarded an $83,132,319 cost-plus-award fee incrementally-funded contract with options for test support for the following electronic instrumentation operation; optical, meteorology and geodetic instrumentation operation; metrology and simulation operation; computation and automation; test operations and maintenance; ammunition management operations; technical and engineering services; range management operations; communication and information management operations; and data acquisition and management. Work will be performed in Yuma, Arizona, and Ft. Greely, Alaska, with an estimated completion date of Nov. 14, 2018. Bids were solicited via the Internet with four received. Fiscal 2014 research, development, testing and evaluation funds in the amount of $250,000 are being obligated at the time of the award. Army Contracting Command, Yuma, Arizona, is the contracting activity (W9124R-14-C-0004).

Alliant Techsystems, Plymouth, Minnesota, was awarded a $33,397,721 modification (P00032) to contract W91CRB-11-C-0024 for 24 additional months of service related to the engineering and development of the XM25 Individual Semi-Automatic Airburst System. Research, development, testing and evaluation funds in the amount of $175,695 (Fiscal 2013) and $459,810 (Fiscal 2014) were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Work will be performed at Picatinny Arsenal, New Jersey. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Onopa Services LLC,* Sanford, Florida (W911SF-14-D-0007); Paul S. Akins Company Inc.,* Statesboro, Georgia (W911SF-14-D-0008); and the FutureNet Group,* Detroit, Michigan (W911SF-14-D-0009), were awarded a $25,000,000 firm-fixed-price, indefinite delivery/indefinite-quantity multiple award task order multi-year contract for construction and design for the Department of Public Works, Ft. Gordon, Georgia. Funding and individual work location will be determined with each order with an estimated completion date of Sept. 9, 2019. Bids were solicited via the Internet with 20 received. Army Contracting Command, Ft. Benning, Georgia, is the contracting activity.

All Phase Services, Inc.,* Delray Beach, Florida (W912DY-14-D-0077); North Wind Solutions LLC, Oak Ridge, Tennessee (W912DY-14-D-0078); Bhate Environmental Associates Inc., Birmingham, Alabama (W912DY-14-D-0079); Charter Environmental Inc., Boston, Massachusetts (W912DY-14-D-0080); NCM Demolition and Remediation LP, Baltimore, Maryland (W912DY-14-D-0081); Perma-Fix Environmental Services Inc., Atlanta, Georgia (W912DY-14-D-0082), were awarded a $9,600,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with options for the demolition of excess facilities throughout the northeastern United States in support of the Facility Reduction Program. Funding and work location will be determined with each order with an estimated completion date of Sept. 9, 2019. Bids were solicited via the Internet with 10 received. U.S. Army Corps of Engineers, Huntsville, Alabama is the contracting activity.

AIR FORCE

General Atomics – Aeronautical Systems Inc., Poway, California, has been awarded a $40,906,190 cost-plus-fixed-fee order (0033) on contract FA8620-10-G-3038 for development of requirements description documents for the MQ-9 Reaper Block 1 Unmanned Aerial System (UAS) and the MQ-9 Reaper Block 5 UAS with the 904.6.0 system/software release. Work will be performed in Poway, California, with an expected completion date of Sept. 8, 2017. This contract was a sole-source acquisition. Fiscal year 2012 aircraft procurement funds in the amount of $40,906,190 are being obligated at the time of award.356px-Seal_of_the_US_Air_Force.svg The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Abacus Technology Corp., Chevy Chase, Maryland, has been awarded a $10,265,012 firm-fixed-price, cost-reimbursement contract for command, control, communications and computer (C4) services. Work will be performed at Kirtland Air Force Base, New Mexico, with an expected completion date of Sept. 15, 2015. Fiscal year 2014 operations and maintenance funds in the amount of $2,594,552 are being obligated at the time of award. This contract was a sole-source acquisition. The Air Force Nuclear Weapons Center, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9401-14-C-0016).

BAE Systems, Nashua, New Hampshire, has been awarded a $7,672,503 firm-fixed-price modification (P00008) on existing contract FA8540-12-C-0013 for an engineering change proposal for the Digital Electronic Warfare System. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Nov. 30, 2018. This award is the result of a sole-source acquisition and is 100 percent foreign military sales for Saudi Arabia. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencySikorsky Aerospace Services, Shelton, Connecticut, has been awarded a maximum $12,070,183 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for duel exhaust aircraft parts. This contract was a competitive acquisition, and one offer was received. This is a five-year base contract with no option periods. Location of performance is Connecticut with an Aug. 26, 2019 performance completion date. Using service is Army. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-14-D-0053). (Awarded Aug. 26, 2014)

GKN Aerospace Chem-Tronics Inc., El Cajon, California, has been awarded a minimum $9,728,213 firm-fixed-price contract for turbine augmenter exhaust nozzle support replenishment spares. This contract was a competitive acquisition, and two offers were received. This is a three-year base contract with no option periods. Location of performance is California with a Mar. 15, 2017, performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2014 through fiscal year 2017 foreign military sales funds.

The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-14-C-0114). (Awarded Sept. 9, 2014)

ARMY

Veteran’s Construction Alliance, LLC,* Norfolk, Virginia, was awarded a $99,000,000 firm-fixed-price, multiyear contract for real property maintenance and repair, minor new construction work, and to design and build projects for the Fort Lee, Virginia, Department of Public Works. Funding and work location will be determined with each order, with an estimated completion date of Sept. 8, 2019. Bids were solicited via the Internet, with 19 received. Army Contracting Command, Fort Benning, Georgia, is the contracting activity (W911SF-14-D-0006).

Harper Construction Co. Inc., San Diego, California, was awarded a $33,697,265 firm-fixed-price contract with options forDepartment of the Army the repair and expansion of battalion headquarters, Building 5960, Fort Sill, Oklahoma. Work will be performed in Lawton, Oklahoma, with an estimated completion date of March 10, 2016. Bids were solicited via the Internet, with 12 received. Fiscal 2014 military construction funds in the amount of $33,697,265 are being obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-14-C-0036).

Kforce Government Solutions, Inc., Fairfax, Virginia, was awarded a $20,957,960 firm-fixed-price contract to procure, document, and deliver traumatic amputation task trainers to enhance the medical training capability within the Department of Defense. Funding and work location will be determined with each order, with an estimated completion date of Sept. 8, 2019. One bid was solicited, with one received. Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-14-D-0004).

Weeks Marine, Inc., Covington, Louisiana, was awarded an $18,700,000 firm-fixed-price contract with options for Mississippi River hopper dredge disposal from Baton Rouge to the Gulf of Mexico. Work will be performed in Baton Rouge, Louisiana, with an estimated completion date of Feb. 10, 2015. Bids were solicited via the Internet, with two received. Fiscal 2014 other procurement funds in the amount of $18,700,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W812P8-14-C-0055).

NAVY

600px-US-DeptOfNavy-Seal.svgPrism Maritime, LLC, Chesapeake, Virginia, is being awarded a $55,012,767 modification to a previously awarded contract (N63394-13-C-1304) for Alteration Installation Team services in support of the Ship Defense and Expeditionary Warfare Department, Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, California. This contract modification provides continuation of services including a 30-day phase-in/phase-out support in anticipation of an award of a follow-on competitive contract in Seaport-Enhanced in January 2016. The services include Alteration Installation Team services for critical and specific systems engineering, technical, product and fleet support, and planning services efforts and upgrades for the Ship Self-Defense System, NATO Sea Sparrow Missile Systems, Evolved Sea Sparrow Missile, Rolling Airframe Missile, Cooperative Engagement Capabilities, AN/SPQ-9B Radar, and Quick Reaction Capability. Work will be performed in Port Hueneme, California (48 percent); San Diego, California (26 percent); Norfolk, Virginia (25 percent); and Bahrain (1 percent), and is expected to be completed by January 2016. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity.

Computer Sciences Corp. Defense and Intelligence Group, Washington, District of Columbia, is being awarded a $16,610,372 cost-plus-fixed-fee contract for professional services in support of the Littoral Combat Ship Program Office, PMS 501, and the LCS Fleet Introduction and Sustainment Program Office, PMS 505. This contract is for professional support services in the areas of test and evaluation, lifecycle engineering and support, logistics and operational readiness, program management, business and financial management, systems engineering, production planning and production engineering, manning, personnel and training, human systems integration analysis and engineering, data management engineering, and combat systems development. This contract includes options which, if exercised, would bring the cumulative value of this contract to $33,347,984. Work will be performed in Washington, District of Columbia, and is expected to be completed by March 2015. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $14,029,194 will be obligated at the time of award. Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. Notice of this procurement appeared on the Federal Business Opportunities website. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-2307).

Aerospace Mass Properties Analysis, Inc.,* North Wales, Pennsylvania, is being awarded a $9,751,679 cost-plus-fixed-fee contract for a Phase III Small Business Innovation Research (SBIR) III Topic N093-164 entitled “Optical Aperture Gating for Single-pixel and Imaging LIDAR Systems.” This effort is for the development and deployment of innovative targeting, imaging, environmental sensing, and counter measure systems utilizing the ultra-fast switch in support of the Navy Special Projects Program. Work will be performed in North Wales, Pennsylvania, and is expected to be completed in September 2017. Fiscal 2014 research, development, test and evaluation (Navy) funds and working capital (Navy) funds in the amount of $892,475 are being obligated on this award, none of which will expire at the end of the current fiscal year. This Phase III SBIR contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-14-C-0180).

Bell-Boeing Joint Project Office, Philadelphia, Pennsylvania, is being awarded $9,451,005 for cost-plus-fixed-fee delivery order 0061 against a previously issued Basic Ordering Agreement (N00019-12-G-0006) for the procurement of standby flight display components for the V-22 aircraft for the U.S. Navy. This order provides for replacement of obsolescent components no longer available due to diminishing manufacturing sources and material shortages. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed in December 2016. Fiscal 2013 aircraft procurement (Navy) funding in the amount of $9,451,005 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Marathon Construction Corp.,* Lakeside, California, is being awarded $7,469,777 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62473-12-D-0244) for the repair of graving and caisson at Naval Base San Diego. The work provides for repair of the service galleries along the inside of the graving dock including refurbishing the discharge pumps and concrete repairs to cracks and spalling, caused by recent earthquakes. The work also includes overhaul of the caisson by replacing the watertight seal, sandblasting and repainting the caisson (outside and inside), and miscellaneous mechanical and electrical work. Work will be performed in San Diego, California, and is expected to be completed by August 2015. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $7,469,777 are being obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

AIR FORCE

Korean Air Lines Co., LTD., Aerospace Division, Seoul, South Korea, has been awarded an estimated $46,000,000 firm-fixed-price maintenance and repair contract for depot level support to A-10 aircraft stationed in the Asia/Pacific region. Work will be performed at KAL’s facility, Seoul, South Korea, with an expected completion date of Sept. 30, 2020. No funds are being356px-Seal_of_the_US_Air_Force.svg obligated at time of award. This contract was a competitive acquisition and two offers were received. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8202-14-D-0001).

G4S Government Solutions Inc., Palm Beach Gardens, Florida, has been awarded a $9,004,710 option (P00028) to previously awarded contract FA2521-12-C-0057. This option will provide non-personal services involving fire protection, emergency management and emergency medical services for Cape Canaveral Air Force Station. Work will be performed at Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2015. No funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencySNC Manufacturing, LLC*, Orocovis, Puerto Rico, has been awarded a maximum $96,281,660 modification (P00109) exercising the second option period on a one-year base contract (SPM1C1-12-D-1063) with four one-year option periods. This is a firm-fixed-price contract for various types of Permethrin Army combat uniform coats. Locations of performance are Puerto Rico and Alabama with a Sept. 12, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. (Awarded Sept 8, 2014)

DYNO Oil & Electric, LLC,* Texas City, Texas, has been awarded a maximum $75,802,867 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition, and eight offers were received. This is a one-year base contract with a thirty-day carryover and no option periods. Locations of performance are Texas and California with an Oct. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0503).

Kforce Government Solutions, Inc. (KGS), Fairfax, Virginia, has been awarded a maximum $25,498,060 fixed-price with economic-price-adjustment contract for medical items and accessories. This contract was a competitive acquisition and 58 offers were received. This is a five-year base contract with no option periods. Location of performance is Virginia with an Aug. 28, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-14-D-0009). (Awarded Sept. 8, 2014)

MISSILE DEFENSE AGENCY

Computer Sciences Corp., Falls Church, Virginia was awarded a ceiling $90,650,000 indefinite delivery/indefinite quantity contract for Learning Asset Development Sustainment and Support. This contract supports the Defense Acquisition University in600px-US-MissileDefenseAgency-Seal.svg research, analysis, design, maintenance, and integration of a variety of learning assets for acquisition functional competencies within the Department of Defense. Work will be performed at Fort Belvoir, Virginia with an expected completion date of Sept. 4, 2019. Defense Acquisition Workforce Development Fund (DAWDF) funds in the amount of $160,000 will be obligated at award. This contract was competitively solicited via the Federal Business Opportunities website, and seven proposals were received. The Missile Defense Agency, Huntsville, Alabama is the contracting activity (HQ0147-14-D-0005).

600px-US-DefenseThreatReductionAgency-Seal.svgDEFENSE THREAT REDUCTION AGENCY

Booz Allen Hamilton, of McLean, Virginia, is being awarded a $95,500,000 indefinite-delivery/indefinite-quantity contract to provide support services for countering weapons of mass destruction situational awareness, intelligence, operations, and data visualization support that enables the Defense Threat Reduction Agency to monitor global situational awareness of WMD threats and activities. Work will be performed at Fort Belvoir, and is expected to be completed in September 2022. Fiscal 2013 research and development funds in the amount of $1,690,000 are being obligated on the first task order. This contract was a competitive acquisition, with three bids received. The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Virginia (DTRA1-14-D-0016).

NAVY

Granite Construction Company Guam, Watsonville, California, is being awarded a maximum amount $75,000,000 indefinite-delivery/indefinite-quantity contract for paving construction services at U.S. government shore-based facilities in Guam. The work to be performed provides for the construction, alteration, repair, and/or maintenance of asphalt concrete roads, streets, highways, alleys, parking areas, and their associated facility, such as but not limited to concrete sidewalks, curbs and gutters, guardrails, U-ditch, drainage pipe, traffic striping, pavement marking, and related work. Work will include cold milling,600px-US-DeptOfNavy-Seal.svg excavation, embankment grading or subbase and base course, compaction, density test, bituminous surface treatment, seal coating, asphalt concrete paving, adjustment of existing utilities and structures and other related work. Work will be performed in Guam, and is expected to be completed by September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-14-D-2830).

AAI Corp., Hunt Valley, Maryland, is being awarded a $27,316,800 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to produce AN/GLM -11 (V) 1 and (V) 2 universal test sets and provide engineering services and program and configuration management in support of the AN/GLM-11 series. Work will be performed in Hunt Valley, Maryland, and is expected to be completed by September 2017. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $3,092,939 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-D-0002).

A&D GC, Inc.,* Santee, California, is being awarded $13,525,000 for firm-fixed-price task order 0014 under a previously awarded multiple award construction contract (N62473-09-D-1658) to repair and restore Bachelor Enlisted Quarters 520420 at the Marine Corps Base, Camp Pendleton. Work includes, but is not limited to, analysis and updates to bring the building up to current seismic requirements; removal and disposal of hazardous materials including asbestos, lead, and mold; replace damaged wall, floor, double hung windows, and ceilings finishes. Areas affected by repair shall be in compliance with anti-terrorism/force protection, fire suppression, seismic, accessibility, and leadership in energy and environmental design requirements. The task order also contains one planned modification, which if exercised, would increase cumulative task order value to $15,325,000. Work will be performed in Oceanside, California, and is expected to be completed by March 2016. Fiscal 2014 operation and maintenance (Marine Corps) contract funds in the amount of $13,525,000 are being obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

RQ-BERG JV, Carlsbad, California, is being awarded a maximum amount $9,653,651 to increase the dollar value of task order 0007 under a previously awarded firm-fixed-price contract (N62473-10-D-5482) for the complete restoration and repairs to fire damaged electrical and communication distribution systems on Marine Corps Base Camp Pendleton and Naval Weapons Station (NWS) Seal Beach Detachment Fallbrook. The work to be performed includes replacement of fire damaged poles, wire and equipment to restore power and communication services to: Area 33; Ranges 102 and 103 (Wilcox Range Area); Area 32 (including but not limited to the 320937 Reservoir Lift Station); Area 43 (including but not limited to Sewage Treatment Plant 3 at Sewer Treatment Facility, fire station, pistol range, Basilone Road, the chlorination station and the Waste Disposal Facility); the Northern Area Range Control Communications Tower and Range 314 south/east of Area 62; NWS Seal Beach Detachment, Fallbrook (including but not limited to Romeo Magazine, Building 350, old housing area, sewer lift station at Building 332, Building 336, Building 301 and Building 231). After award of this modification, the total cumulative task order value will be $9,653,651. Work will be performed in Oceanside, California, and is expected to be completed by May 2015. Fiscal 2014 operation and maintenance (Marine Corps) contract funds in the amount of $5,623,767 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

ARMY

Department of the ArmyBooz Allen Hamilton, McLean, Virginia, was awarded a $43,293,745 cost-plus-fixed-fee contract for services to support the Royal Saudi Land Forces. Services in the contract include consulting, intensive management, logistics support, and contracting support within the United States, for the Royal Saudi Land Forces. In addition, an office will be established in Saudi Arabia for local purchasing and local hires to sustain the fleet of Abrams tanks purchased and sustained through the foreign military sales program. Fiscal 2014 other funds in the amount of $15,000,000 were obligated at the time of award. Work will be performed in Saudi Arabia with an estimated completion date of Sept. 8, 2017. Bids were solicited via the Internet, with one received. This contract involves foreign military sales to Saudi Arabia. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-14-C-0048).

Carnegie Robotics LLC,* Pittsburgh, Pennsylvania, was awarded a $22,783,433 cost-plus-incentive-fee contract for an autonomous mine detection system that is being developed to provide the war fighter with capability to detect, mark and neutralize explosive hazards in support of the full spectrum of military operations. Fiscal 2013 and 2014 research, development, test and evaluation (Army) funds in the amount of $14,638,737 were obligated at the time of the award. Work will be performed in Woburn, Massachusetts ($3,236,616; 14 percent); King of Prussia, Pennsylvania ($4,113,115; 18 percent); and Pittsburgh, Pennsylvania ($15,433,702; 68 percent), with an estimated completion date of March 1, 2018. Bids were solicited via the Internet, with three received. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-14-C-0075).

KRSW Joint Venture*, Boise, Idaho, was awarded a $22,469,577 firm-fixed-price contract for repairs and improvement to Mountain Home Air Force Base Runway 12/30, Taxiway Alpha and connector taxiways, due to deteriorating pavement conditions identified in the airfield pavement evaluation. Fiscal 2014 operations and maintenance (Army) funds in the amount of $22,469,577 were obligated at the time of the award. Work will be performed in Mountain Home Air Force Base, Idaho, with estimated completion date of Sept. 30, 2015. Bids were solicited via the Internet, with four received. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-14-C-0022).

Birdon America, Inc.*, Denver, Colorado, was awarded a $9,679,841 modification (P00005) to firm-fixed-price contract W56HZV-14-C-0015 to exercise the government format technical data package option with additional rights for the bridge erection boats. Fiscal 2014 other funds in the amount of $9,679,841 were obligated at the time of the award. Work will be performed in Denver, Colorado, with an estimated completion date of Jan. 23, 2016. U.S. Army Contracting Command Tank and Automotive, Warren, Michigan is the contracting activity.

Highland Engineering,* Inc., Howell, Michigan, was awarded an $8,500,000 indefinite- delivery/indefinite-quantity contract for the production and delivery of military working dogs worldwide deployable kennel systems and logistics support documentation. Work and funding will be determined with each order, with an estimated completion date of Sept. 7, 2017. Bids were solicited via the Internet, with three received. U.S. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-14-D-0012).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

R–ONLINE CPI FORM 434 TESTS IN SUPPORT OF USAREC AT FORT KNOX, KY W9124D-14-R-0046 091614 Tiffany Moody, 5026244268 MICC Center – Fort Knox The Mission and Installation Contracting Command-Fort Knox (MICC-Fort Knox) intends to issue a request for proposal (RFP) for CPI Form 434 tests. The NAICS Code 541720, with a size standard of $19M, applies to this requirement. This requirement is being procured in accordance with FAR Part 12, Acquistion of Commercial Items. The RFP will be posted to ASFI/FedBizOpps on or about 16 SeptDepartment of the Army 2014. All amendments to the solicitation will be likewise posted to this website. Contractors are cautioned to check the website periodically for amendments. Faxed offers and amendments will not be accepted. Solicitation mailing list will not be compiled. The solicitation and amendments will not be sent out in paper copy. A firm fixed price purchase order will be awarded. This action is unrestricted; all responsible and responsive businesses may submit an offer for consideration. Prospective contractors shall be registered in the System for Award Management (SAM) database (www.SAM.gov) prior to the closing date listed in the solicitation. Prior to registering in SAM, contractors must obtain a DUN and Bradstreet number at 1-800-333-0505. All questions shall be received, in writing, no later than 2:00 p.m., Fort Knox local time, on 16 Sept 2014 via e-mail to Tiffany Moody at tiffany.a.moody.civ@mail.mil. Any firm or individual submitting questions shall identify their firm name, point of contact, title, address and telephone number. NO PHONE CALLS WILL BE ACCEPTED.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/e5db777dd0253475eb16c5db405ce3cf

OutreachSystems Article Number: 140917/PROCURE/0129 Matching Key Words: age:state!ky; state!ky;

Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Manchester, P.O. Box 3000 Manchester KY 40962

600px-US-DeptOfJustice-Seal.svgR — TEXTILE MANUFACTURING/ENGINEERING SERVICES CT2177-14 101014 Tina Jeffery, Phone 606-598-1900 ext 4151, Fax 606-599-5115, Email Tina.Jeffery@usdoj.gov FPI has a need for a contractor to provide engineering, new product design, and operational services for the Clothing & Textiles Group (CTG).  The contractor is required to have a working knowledge and textile manufacturing experience.  Hourly rate is anticipated not to exceed $45.00.

Performance Location:  Butner, NC
Set-Aside: Total Small Business Place of Performance: UNICOR Butner Butner, NC 27509 US URL: https://www.fbo.gov/spg/DOJ/FPI-UNICOR/MAN/CT2177-14/listing.html

OutreachSystems Article Number: 140917/PROCURE/0143 Matching Key Words: age:state!ky;

Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006 Washington DC 20523

R — USPSC – Strategic Communications Officer – Overseas SOL-OCR-14-000007 100314720px-USAID-Identity.svg Kyndra Short, Phone 2025675297, Email kshort@usaid.gov Request for Personal Service Contractor USAID Office of Crisis Surge Support Staff
Position Title: Strategic Communications Officer (Multiple Positions)
Solicitation Number: SOL-OCR-14-000007
Salary Level: GS-14 Equivalent Hourly Rate: $40.99 – $53.28 (Equivalent Daily Rate: $327.92-$426.24)
Issuance Date: September 16, 2014
Closing Date: October 3, 2014
Closing Time: 5:00 P.M. EDT

Dear Prospective Applicants:

The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens to provide personal services overseas as a Strategic Communications Officer under a personal services contract, as described in the attached solicitation.

The Office of Crisis Surge Support Staff (CS3), formerly the Office of Civilian Response (OCR), is hiring a Strategic Communications Officer who will be U.S. Personal Services Contracts (USPSCs) on intermittent contracts providing support when changed circumstances in a country necessitate an increase in staffing or additional specialized skills. The USPSCs will be a part of CS3’s “Firehouse” and those serving in the Firehouse must be prepared to work abroad in USAID missions and embassies, often with little time for preparations. Deployments can be for any period of time from 2 months to almost a full year.

Submittals must be in accordance with the attached information at the place and time specified. Applicants interested in applying for this position MUST submit the following materials:

1 Complete resume. In order to fully evaluate your application, your resume must include:

(a) All full time paid positions, job title, location(s), and dates held (month/year), for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Please specify unpaid or part time work. Unless stated otherwise, part-time hours will be prorated at 20 hours worked per week. Unpaid, part-time and any experience that does not include dates (month/year) and locations will not be counted towards meeting the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) for all supervisors within the last 10 years.
(d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
(e) Country of Citizenship.

2 A one page narrative demonstrating how you are qualified for the position. The narrative should take into consideration the selection criteria, describing your experience, training, education and/or awards you have received that are relevant to the position. If the narrative exceeds one page the additional pages will NOT be reviewed or evaluated.

Additional documents submitted will not be accepted. Incomplete or late applications will not be considered. Your complete resume and one page narrative addressing the selection criteria must be mailed, delivered, faxed, or emailed to:

GlobalCorps
529 14th Street, NW, Suite 807
Washington, DC 20045
E-Mail Address: kshort@usaid.gov
Facsímile: (202) 280-1184

Applicants can expect to receive a confirmation email when application materials have been received. Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to:

Kyndra Short
Telephone Number: (202) 567-5297
E-Mail Address: kshort@usaid.gov
Website: http://www.globalcorps.com
Facsímile: (202) 280-1184

Sincerely,

Stéphane Bright
Contracting Officer

Solicitation for U.S. Personal Service Contractor (USPSC) Strategic Communications Officer (Multiple Positions)

1. SOLICITATION NO.: SOL-OCR-14-000007

2. ISSUANCE DATE: September 16, 2014

3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: October 3, 2014, 5:00 pm EDT

4. POSITION TITLE: Strategic Communications Officer

5. MARKET VALUE: GS-14 equivalent hourly/daily rate ($40.99 – $53.28/$327.92 – $426.24 – not eligible for locality pay). Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background. Salaries over and above the top of the pay range will not be entertained or negotiated.

6. PERIOD OF PERFORMANCE: One (1) year, with four (4) option years

STATEMENTS OF LIMITATIONS ON PERIOD/PLACE OF PERFORMANCE AND BENEFITS:

The purpose of this contract is to establish an employee/employer relationship with the contractor to perform services overseas on a temporary, on-call basis as part of the Bureau for Democracy, Conflict, and Humanitarian Assistance (DCHA) / Office of Crisis Surge Support Staff (CS3), formerly the Office of Civilian Response (OCR), “Firehouse.” The Personal Services Contractor(s) hired under this contract will provide up to a maximum of 250 workdays of services on an annual basis.

The specific projects, as well as dates, number of days and locations to be worked will be determined by mutual agreement between the contractor and his/her CS3 supervisor according to requests made to CS3 by USAID overseas missions. This is an intermittent USPSC. There is no obligation by CS3 to provide assignments for a minimum number of days, and the contractor will be free to provide “blackout” dates during which he/she will not be available to accept assignments.

Upon identification of a temporary need within the scope of work, CS3 will contact the contractor and provide the following information:

1. Date contractor is needed to report to CS3 or assignment in the field
2. Duration of Assignment
3. Place of Performance

The contractor will notify CS3 whether he/she is available for the assignment within two business days. At the time the contractor accepts the assignment, he/she is expected to commit for the duration of the assignment. While the contractor will be required to commit to a certain time period, it is understood that the exigencies of a crisis may require the assignment to be curtailed or extended (not to exceed 250 days per year). The contractor shall notify CS3 at the time of commitment if his or her existing schedule would preclude an extension. Notification of schedule conflicts shall not necessarily disqualify the contractor from the assignment, but will simply assist CS3 in recruiting a replacement. Subsequently, if unforeseen circumstances arise, and the contractor needs to curtail the assignment and leave post, the contractor must receive approval from CS3 and the Mission prior to departure.

As services provided by the contractor are on a temporary, on-call basis, health and life insurance reimbursements will be provided on a prorated basis based on the number of days during which the contractor actually provides services.

7. PLACE OF PERFORMANCE: Overseas

There may be an initial orientation and training program in Washington, D.C. This may include formal classroom training, online training, on-the-job training and security training. After completion of appropriate training, the Strategic Communications Officer will be considered available for overseas assignment.

8. STATEMENT OF WORK

POSITION DESCRIPTION

BACKGROUND

USAID’s Office of Crisis Surge Support Staff (CS3), formerly the Office of Civilian Response (OCR), is seeking highly motivated, highly qualified individuals who want the opportunity to help support USAID missions abroad when faced with a natural disaster, political crisis, internal conflict or otherwise in need of surge staff support due to some unforeseen circumstance. Created in 2008, CS3 provides crisis staffing to USAID missions throughout the world with a full range of specialized expertise. Since then this office has provided over 20,000 days of mission support in deployments to countries such as Libya, Tunisia, Kyrgyzstan, Sri Lanka, Burma, Honduras, Somalia, South Sudan, Democratic Republic of Congo, and many other countries. As a member of CS3’s team of crisis responders, you would be available at short notice to bring to USAID missions your specialized skills in support of a mission’s response to a crisis.

USAID is striving to become an even more nimble and agile organization when responding to crises. Countries experiencing a significant political transition in the midst of a crisis or emerging from civil conflict have unique needs that cannot always be fully addressed by a traditional USAID mission staffing. Yet timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed state. CS3 plays a unique role in USAID by ensuring the USAID mission has sufficient staff with the right skills during those critical golden hours.

To respond quickly and effectively and meet USAID mission needs, CS3 retains a group of high level professionals and experts under (USPSCs intermittent contracts) as part of a “Firehouse”. These knowledgeable and skilled professionals are rapidly available to missions to expand their capacity, augment their existing capability, fill in gaps, replace evacuated staff, or in some cases project USAID presence to field sites or non-presence countries. CS3 staff provide specialized skills in a range of areas from contracting to communications, program design, election monitoring, project management, development outreach, reporting, strategic planning, and others. As a member of the “Firehouse” you would play a crucial role in supporting USAID programs at a time when their success is most critical.

USPSCs are considered employees of USAID for all purposes except programs administered by the Office of Personnel Management (OPM) – such as federally sponsored health insurance, life insurance, and retirement benefits. However, there are several other similar benefits that USPSCs may participate in, such as partial reimbursement for health and life insurance costs, as well as full coverage of workers’ compensation, among other benefits. For more complete information on USPSC benefits, please see page 14 of this solicitation.

INTRODUCTION

This senior level position calls for an experienced communications professional with the presence, knowledge and the leadership skills to serve for the Office of Crisis Surge Support Staff, DCHA, and USAID/Washington. While each deployment is different the Strategic Communication Officer is responsible for the following types of activities and/or programs at USAID missions abroad: developing and/or implementing a clear, consistent, proactive public information and messaging strategy that promotes the USAID Mission program to both internal and external audiences, facilitates information access and sharing within the Mission, and strengthens the Mission’s reporting to USAID Washington, Embassy, Congressional committees, etc.

9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY

DUTIES AND RESPONSIBILITIES

The incumbent will be responsible for coordinating USG and USAID strategic communications and ensuring that USG and USAID communications policy is properly and consistently implemented. The incumbent may manage external and internal communications and be responsible for developing guidelines and policies for reporting, advising and assisting with development of reports and other communications, training of mission staff, and oversight of external communications. The incumbent will likely be a principal liaison with local and international media and will be expected to advise and assist the mission in monitoring the output of the print, online and broadcast media, managing mission interaction with media and assisting in the design and implementation of media development activities. Leadership, oversight, administrative duties and backstopping of other Mission portfolios may be encountered.

The incumbent will also be responsible to liaise with senior management officials of the State Department, the US Regional Missions and with the U.S. Ambassador or his/her Representative, other agencies of the US Government, international organizations, and the non-government community abroad. The incumbent may be responsible to visit program sites, outside the primary office setting and to act according to USG protocol and regulations. The Strategic Communications Officer must be prepared to work or collaborate with senior officials from other international organizations, bilateral donors, and non-governmental organization as well as local government entities who may be important to the Mission’s programs and objectives.

The incumbent must be able to make sound, independent judgments with little supervision once given the general framework within which to work. Incumbent will have formal decision making authority and independently plans, develops and manages activities or changes to existing activities. The incumbent will provide authoritative advice and guidance to resolve, implement and manage policy issues within his/her area of development expertise and oversee local and international technical experts in a broad range of technical areas outside of his/her direct expertise. He/she will advise the agency, Mission, and other development collaborators about the range and relative effectiveness of Mission programs and contribute to overall mission planning. She/he must have the ability to quickly assimilate to different working environments and will typically take on formal responsibility for leading teams, guiding the work of other professional or technical staff.

The Strategic Communications Officer may be required to:

• Promote the USAID Mission program to both internal and external audiences, facilitate information access and sharing within the Mission, and strengthen the Mission’s reporting to USAID Washington, Embassy, Congressional committees, etc.
• Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives.
• Serve as resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in the USAID ADS 320 and the Agency’s Graphic Standards Manual.
• Establish and maintain contacts with donor representatives, implementing partners and other USG agencies.
• Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, talking points, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID activities in the country of deployment. These must be written in clear, concise English, and to the extent possible, other local languages; prepared with both the media and general audiences in mind; and designed for print, PowerPoint, social media, and web use.
• Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media plan (strategy) will be developed to complement the broader communications plan. Enhance the use of technology tools (GPS mapping, digital photography, video production and computer graphics).
• Maintain a good working relationship with USAID Legislative and Public Affairs Bureau, Embassy Public Diplomacy staff, and outside NGOs and external partners.
• Organize and coordinate press events for USAID projects in conjunction with the Embassy Public Affairs Section, USAID Mission Director and Deputy Director, technical teams, and implementing partners. This could include conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings.
• Create visual communications, in particular photography, infographics, and video production.

SUPERVISORY RELATIONSHIP:
The Strategic Communications Officer will take direction from and will report to the Deputy Director of CS3 or his/her designee, and while on assignment, to a mission-based supervisor designated by the CS3 Deputy Director.

SUPERVISORY CONTROLS:
During deployment, the supervisor at the USAID mission will set overall objectives and provide technical direction and day-to-day supervision. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished subject to mission approval and consistent with mission objectives, policies, and protocols. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision while remaining in line with agreed upon work plans and overall mission objectives. For the purpose of contract, personnel, training or general administrative matters, the CS3 Deputy Director (Washington, DC) or his/her designee will provide direction and oversight.

10. PHYSICAL DEMANDS

Firehouse members must obtain a Class 1 State Department medical clearance. CS3 Firehouse members may be in positions overseas that lead to unusual mental stress, and may require arduous physical exertion, by prolonged standing, by riding in and getting out of vehicles, and by operating manual or stick-shift motor vehicles. The duties may require: entering and maneuvering in facilities accessible only by stairs, long flight times, and carrying heavy baggage and items (over 30 pounds). The incumbent must be able to operate in an environment that requires endurance and ability to evaluate surroundings. Applicants must be physically and mentally capable of performing these functions efficiently and safely.

11. WORK ENVIRONMENT

Work is primarily performed in an office setting, though the contractor is likely to be assigned to areas where site visits and extraordinary travel time is involved and that may entail working out of temporary duty residences or hotel rooms. The contractor will travel as a U.S. government employee and is subject to Chief of Mission authority. As such, the contractor will be expected to conform to all embassy and/or USAID mission policies and procedures at his or her assignment location regarding housing, work hours, diplomatic protocols, and security. The contractor may be required to staff field offices or other locations off-site of the USAID mission or embassy. Many of the overseas environments in which the contractor may be required to work present a health risk such as: extreme air pollution, lack of potable water, or presence of waterborne and other communicable diseases. Special safety and/or security precautions, wearing of protective equipment, exposure to severe weather conditions, working in non-permissive environments, restrictions on movement and/or evacuations of a USAID mission or embassy may occur.

12. START DATE: Immediately, once necessary clearances are obtained.

13. POINT OF CONTACT: See Cover Letter.

14. REQUIREMENTS FOR THE POSITION

Determines basic eligibility for the position. Applicants who do not meet all of the below requirements, including education and experience factors, are considered NOT qualified for the position.

This position requires ability to work independently and autonomously dependent on Mission needs. Superior organizational skills, journalism skills, and the ability to understand and describe international development programs are desired. It is expected that the incumbent will have broad experience in the job requirements and will not need further training in any aspect of the position. Knowledge of the objectives and operations of the US government and the program activities of other international donor organizations.

At a minimum, the applicant must have:

• U.S. Citizen;
• English Fluency;
• Ability to obtain a SECRET level security clearance provided by USAID and a TOP SECRET clearance as designated and provided by USAID. A Top Secret clearance may be required for certain activations based on programmatic needs;
• Ability to obtain a Department of State Class 1 worldwide medical clearance;

Education & Experience Requirements

(1) Bachelor’s degree in Communications, Media, Journalism or related field with at least nine (9) years of proven journalism or communications experience, four (4) of which with an international development organization. A minimum of two (2) years of relevant overseas experience, preferably in developing or conflict prone countries. Exceptional command of English with regional expertise and fluency in Arabic, French, Spanish, or Russian is preferred but not required

OR

(2) Graduate degree in the field of Communications, Media, Journalism or a related field with seven (7) years of proven journalism or communications experience, three (3) of which with an international development organization. A minimum of two (2) years of relevant overseas experience, preferably in developing or conflict prone countries. Exceptional command of English with regional expertise and fluency in Arabic, French, Spanish, or Russian is preferred but not required

Other Requirements

● Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements;
● A one page narrative submitted. See cover page for narrative requirements;
● Satisfactory verification of academic credentials.

15. SELECTION CRITERIA (100 Total)
(Used to determine the competitive ranking of qualified applicants.)

Criteria 1: Education (10 Points) Points will be scored proportionally to relevance and level. Desired degree specialization is ranked in order of preference.
• A Bachelor’s Degree in Communications, Media, Journalism, Public Relations, Marketing, English, International Affairs, Political Science, History, Psychology, Sociology, Anthropology.
• A Graduate Degree in Communications, Media, Journalism, Public Relations, Marketing.

Criteria 2: Experience (30 Points)
• Demonstrated experience in overseeing the development and execution of a strategic communication plan for an international organization, including the use of social media and other forms of digital outreach using the full range of current technology tools.
• Demonstrated ability to manage internal and external communications for an international organization, including, but not limited to, reporting, information sharing and briefings.
• Demonstrated ability in overseeing the production of fact sheets, talking points, press releases, newsletters, brochures, presentations and similar activities.
• Demonstrated experience in managing media relations, including media monitoring, building relationships with media outlets, organizing and coordinating press events, drafting responses to press inquiries and similar activities.
• Demonstrated experience in managing or advising on the design and execution of media development projects.

Criteria 3: General Skills and Abilities (15 Points)
• Demonstrated ability to function with minimal supervision and to exercise leadership in the development and execution of strategic communication plans.
• Demonstrated ability to engage with senior United States and foreign government officials, as well as senior officials of international organizations, diplomatic missions, the private sector and NGOs.
• Demonstrated ability to function effectively in a demanding, fast paced and rapidly changing environment.
• Demonstrated ability to live and work in sometimes austere, conflict prone environments.
• Demonstrated analytical and independent decision making skills.
• Demonstrated ability to lead diverse multi-disciplinary teams.

Criteria 4: Regional, Cross-Cultural and Language Abilities (15 Points)
• Familiarity with the politics, economics, history and cultural mores of at least one region of the developing world gained through education and/or experience. Demonstrated ability to utilize a major foreign language (French, Spanish, Arabic, Russian) in the course of conducting business with local partners (FSI 3 equivalent or better).

Interview and writing test: (30 Points)
Applicants may be asked to perform one writing task during the application period. Internet access for at least an hour may be required. The applicant must be the sole author.

Satisfactory Professional Reference Checks – Pass/Fail

Total Possible Points: 100

BASIS OF RATING: Applicants who meet the Minimum Requirements for the position (Education/Experiences and Other Requirements) will be further evaluated by applying the selection criteria to the submitted resume and narrative. Those applicants determined to be competitively ranked will also be evaluated on interview performance and satisfactory professional reference checks.

Applicants are required to submit a one page narrative demonstrating how they are qualified for the position. The narrative should take into consideration the selection criteria describing your experience, training, education and/or awards they have received that are relevant to each criteria. Be sure to include your name and the announcement number at the top of the page.

The applicants determined to be competitively ranked will be interviewed and may be required to provide a writing sample. Face-to-face interviews will be conducted in Washington D.C. CS3 will not pay for expenses associated with the interviews but will conduct telephone or videoconference interviews for those not available in Washington D.C. Professional references and academic credentials will be evaluated for applicants being considered for selection.

APPLYING:

Applications must be received by the closing date and time at the address specified in the cover letter.

Qualified individuals are required to submit:

1. Complete resume. In order to fully evaluate your application, your resume must include:

(a) All full time paid positions, job title, location(s), and dates held (month/year), for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Please specify unpaid or part time work. Unless stated otherwise, part-time hours will be prorated at 20 hours worked per week. Unpaid, part-time and any experience that does not include dates (month/year) and locations will not be counted towards meeting the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) for all supervisors within the last 10 years.
(d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
(e) Country of Citizenship.

2. A one page narrative demonstrating how you are qualified for the position. The narrative should take into consideration the selection criteria, describing your experience, training, education and/or awards you have received that are relevant to the position. If the narrative exceeds one page the additional pages will NOT be reviewed or evaluated.

Additional documents submitted will not be accepted.

By submitting your application materials, you certify that all of the information on and attached to the application is true, correct, complete, and made in good faith. You agree to allow all information on and attached to the application to be investigated. False or fraudulent information on or attached to your application may result in you being eliminated from consideration for this position, or being terminated after award, and may be punishable by fine or imprisonment.

To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any email.

DOCUMENT SUBMITTALS

Via mail: GlobalCorps, 529 14th Street, NW, Suite 807, Washington, DC 20045
Via facsímile: (202) 280-1184
Via email: kshort@usaid.gov

NOTE: If the full security application package is not submitted within 30 days after the Office of Security determines eligibility, the offer may be rescinded. If a Secret security clearance is not obtained within nine months after offer acceptance, the offer may be rescinded. If Top Secret clearance is not obtained within nine months after receipt of the Secret security clearance and award, USAID may terminate the contract at the convenience of the government.

NOTE: If the full medical clearance package is not submitted within 30 days after offer acceptance, the offer may be rescinded. If a Class 1 Department of State medical clearance is not obtained within six months after offer acceptance, the offer may be rescinded.

NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION

This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application.

NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS

All individuals contracted as USPSCs are required to have a DUNS Number. In this instance, USAID will provide a generic DUNS Number, and USPSCs are not required to register with CCR.

For general information about DUNS Numbers, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number (10/2003)
https://www.acquisition.gov/far/current/html/52_200_206.html

LIST OF REQUIRED FORMS FOR PSCs

Forms outlined below can found at:
http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/main.do

1. Optional Form 612.
2. Medical History and Examination Form (DS-6561).
3. Questionnaire for Sensitive Positions (for National Security)
(SF-86), or
4. Questionnaire for Non-Sensitive Positions (SF-85).
5. Finger Print Card (FD-258).

Forms 1 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.

CONTRACT INFORMATION BULLETINS (CIBs) and ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PSCs

CIBs and AAPDs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which CIBs and AAPDs apply to this contract.

AAPD 06-10 – PSC MEDICAL PAYMENT RESPONSIBILITY

AAPD No. 06-10 is hereby incorporated as Attachment 1 to the solicitation.

FAR 52.222-50 – COMBATING TRAFFICKING IN PERSONS

FAR clause 52.222-50 is hereby incorporated as Attachment 2 to the solicitation.

As a matter of policy, and as appropriate, a USPSC is normally authorized the following benefits and allowances:

BENEFITS:

Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase (pending a satisfactory performance evaluation)
Eligibility for Worker’s Compensation
Annual & Sick Leave

ALLOWANCES (if Applicable).*

(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Post Differential (Chapter 500).
(F) Payments during Evacuation/Authorized Departure (Section 600), and
(G) Danger Pay (Section 650).

* Department of State Standardized Regulations (Government Civilians Foreign Areas).

FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA, and Medicare

ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR.

ATTACHMENT 1

Acquisition & Assistance Policy Directive (AAPD) No. 06-10
PSC Medical Expense Payment Responsibility

General Provision 22, MEDICAL EXPENSE PAYMENT RESPONSIBILITY
(OCTOBER 2006)

(a) Definitions. Terms used in this General Provision are defined in 16
FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/c23002.htm.

Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs.

(b) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. “MEDICAL EVACUATION (MEDEVAC) SERVICES.”

(c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision).

(d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met:

(1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad;

(2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and

(3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition.

(e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled “Emergency and Irregular Travel and Transportation.” In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs.

(f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor’s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism.

(g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider.

(h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent.

(i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).

ATTACHMENT 2

FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009).

(a) Definitions. As used in this clause-
“Coercion” means-
(1) Threats of serious harm to or physical restraint against any person;
(2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an
act would result in serious harm to or physical restraint against any person; or
(3) The abuse or threatened abuse of the legal process.

“Commercial sex act” means any sex act on account of which anything of value is given to or
received by any person.

“Debt bondage” means the status or condition of a debtor arising from a pledge by the debtor of
his or her personal services or of those of a person under his or her control as a security for debt, if
the value of those services as reasonably assessed is not applied toward the liquidation of the debt
or the length and nature of those services are not respectively limited and defined.

“Employee” means an employee of the Contractor directly engaged in the performance of work
under the contract who has other than a minimal impact or involvement in contract performance.

“Forced Labor” means knowingly providing or obtaining the labor or services of a person-
(1) By threats of serious harm to, or physical restraint against, that person or another person;
(2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the
person did not perform such labor or services, that person or another person would suffer
serious harm or physical restraint; or
(3) By means of the abuse or threatened abuse of law or the legal process.

“Involuntary servitude” includes a condition of servitude induced by means of-
(1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not
enter into or continue in such conditions, that person or another person would suffer serious
harm or physical restraint; or
(2) The abuse or threatened abuse of the legal process.

“Severe forms of trafficking in persons” means-
(1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in
which the person induced to perform such act has not attained 18 years of age; or
(2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or
services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary
servitude, peonage, debt bondage, or slavery.

“Sex trafficking” means the recruitment, harboring, transportation, provision, or obtaining of a
person for the purpose of a commercial sex act.

(b) Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not-
(1) Engage in severe forms of trafficking in persons during the period of performance of the contract;
(2) Procure commercial sex acts during the period of performance of the contract; or
(3) Use forced labor in the performance of the contract.

(c) Contractor requirements. The Contractor shall-
(1) Notify its employees of-
(i) The United States Government’s zero tolerance policy described in paragraph (b) of this
clause; and
(ii) The actions that will be taken against employees for violations of this policy. Such
actions may include, but are not limited to, removal from the contract, reduction in benefits,
or termination of employment; and
(2) Take appropriate action, up to and including termination, against employees or
subcontractors that violate the policy in paragraph (b) of this clause.

(d) Notification. The Contractor shall inform the Contracting Officer immediately of-
(1) Any information it receives from any source (including host country law enforcement) that
alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in
conduct that violates this policy; and
(2) Any actions taken against Contractor employees, subcontractors, or subcontractor
employees pursuant to this clause.

(e) Remedies. In addition to other remedies available to the Government, the Contractor’s failure to comply with the requirements of paragraphs (c), (d), or (f) of this clause may result in-
(1) Requiring the Contractor to remove a Contractor employee or employees from the
performance of the contract;
(2) Requiring the Contractor to terminate a subcontract;
(3) Suspension of contract payments;
(4) Loss of award fee, consistent with the award fee plan, for the performance period in which
the Government determined Contractor non-compliance;
(5) Termination of the contract for default or cause, in accordance with the termination clause of
this contract; or
(6) Suspension or debarment.

(f) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in all subcontracts.

(g) Mitigating Factor. The Contracting Officer may consider whether the Contractor had a Trafficking in Persons awareness program at the time of the violation as a mitigating factor when determining remedies. Additional information about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of State’s Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip.

Place of Performance: Overseas US URL: https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OCR-14-000007/listing.html

OutreachSystems Article Number: 140917/PROCURE/0147 Matching Key Words: video*; edit*; produc*; train*; conference?; you; website; web; site?; page?; education*; business*; entertain*; event?; production?; commercial?;

Department of the ArmyDepartment of the Army, Army Contracting Command, ACC – Warren (ACC-WRN)(DTA), ACC – Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000

99–Original Artwork by Samuel Woolf W56HZV14TA408 091914 Brad Zemke, 586-282-6473 ACC – Warren (ACC-WRN)(DTA) The Army Contracting Command – Warren intends to solicit, negotiate and award a purchase order with Hirschl & Adler Galleries, Inc for 23 pieces of artwork by Samuel Woolf. The army is procuring the following paintings:

- One of the Marines
– Courtyard of an Evacuation Hospital
– A Trench Ambulance on the Firing Line
– Soldier Smoking – Half Length,
– Military Procession at Mailly le Camp
– Portrait of General John Joseph Pershing (1860-1948)
– Battle Scene with Barbed Wire
– A Machine-Gun Nest
– Through the Wall – Marines at Bouresches
– A Night March
– Soldiers at Camp
– Observation Post Near Verdun
– Protecting the First Aid Station
– Soldiers in Bombed-Out Town
– A Grave on the Marne
– Crucifix and Dead Soldier
– Hospital Scene
– Scene with Medics
– The Intelligence Section
– First Aid Station at Seicheprey [In a Front-Line Dressing Station at Seicheprey],
– quote mark Carry On quote mark
– Battle Scene with Barbed Wire, and
– Battle Scene

All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
Place of Performance: ACC – Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI 48397-5000 US URL: https://www.fbo.gov/notices/90f51eff4d4f42100549e66e713eb11a

OutreachSystems Article Number: 140917/PROCURE/0663 Matching Key Words: naics!711510;

Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway Kendall Square Cambridge MA 02142-1093

99 — Licence for Source Selection Software DTRT57-14-Q-80088 091814 Carl Chin, Email carl.chin@dot.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued; Solicitation No. DTRT57-14-Q-80088 is issued as a Request for Quotation (RFQ). This solicitation is being conducted in accordance with the policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 dated August 25, 2014. This procurement is being conducted as Full and Open competition. The NAICS Code is 541511, Custom Computer Programming Services, for which the Small Business size standard is $25 million.
The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire one license for Source Selection Software and Maintenance and Help Desk service to assist the Office of Acquisitions with its’ contracting functions. The requirement for the software license and the maintenance and help desk service is described in detail in the attached Statement of Work (SOW) (Attachment No. 1).

The Government intends to award one purchase order on a firm-fixed price basis as a result of this solicitation. The period of performance, including Options, will be 36 months from date of contract award (i.e., the effective date). This RFQ is expected to result in a single award to a qualified small business, subject to receipt of an acceptable proposal. An award will be made to the offeror whose responsive and responsible offer, provides best value to the Government based on price.

Pricing:

The contractor shall provide a firm-fixed price quote on the following CLIN items:

CLIN 0100 – Base: One (1) License for Source Selection Software; tiny_mce_marker_____________
CLIN 0200 – Base: Train Designated Staff; tiny_mce_marker_____________
CLIN 0300 – Base: Travel for Training Services; tiny_mce_marker_______________
CLIN 0400 – Base: Consultant Services; tiny_mce_marker________________
CLIN 0500 – Option: One (1) License for Source Selection Software; tiny_mce_marker_____________
CLIN 0600 – Option: One (1) Web Based License for Source Selection Software; tiny_mce_marker__________
CLIN 0700 – Option: Train Designated Staff; tiny_mce_marker___________
CLIN 0800 – Option: Travel for Training Services; tiny_mce_marker___________
CLIN 0900 – Option: Consultant Services; tiny_mce_marker_____________
CLIN 1000 – Option: Purchase one (1) License for Source Selection Software; tiny_mce_marker__________
CLIN 1100 – Option: One (1) Web Based License for Source Selection Software; tiny_mce_marker__________
CLIN 1200 – Option: Train Designated Staff; tiny_mce_marker____________
CLIN 1300 – Option: Travel for Training Services; tiny_mce_marker___________
CLIN 1400 – Option: Consultant Services; tiny_mce_marker___________

Instructions to Vendors:

FAR provision 52.212-1, Instructions to Offerors-Commercial Items (APR 2014) is hereby incorporated by reference. All responsible sources may submit a quote which shall be considered by the Agency. In addition to the quote, Vendors shall submit a written quote which includes a technical description in sufficient detail to enable the Government to evaluate compliance with the requirements of the solicitation. This technical description consists of providing the following information in the specified format:

1. Technical Capability: A written description of the Offeror’s approach for successfully accomplishing the minimum requirements in the Statement of Work, including information describing in detail and description of the proposed source selection software. Offerors’ proposal shall not exceed the maximum page limit of ten (10) pages, in Times New Roman twelve 12 font, double-spaced.

The Government intends to award a purchase order without discussions and advises all Vendor’s to present their best quote in response to the solicitation. NOTE: All contractors must be registered in System for Award Management (SAM), https://www.sam.gov/index.html/#1, in order to receive an award from the Government. The Vendor’s signed quote shall be prepared as either a PDF or Microsoft Word 2007 version or earlier file document and submitted electronically via email to Carl Chin, Contracting Officer (CO), at the following email address: Carl.Chin@dot.gov, to arrive no later than 12:00 p.m., Eastern Time, on September 16, 2014. All clarifications must be submitted to the CO via email. Phone inquiries will not be accepted. Quotes submitted via facsimile, U.S. Mail or by private carrier is not authorized and late responses will not be considered. The Government will not pay for any information received.

Evaluation of Offers:

FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. The Government will award a purchase order resulting from this solicitation to the responsible small business Vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Vendor’s technical description will be evaluated in accordance with the evaluation criteria described below:

1. Technical Capability: The offeror’s proposal will be evaluated on its capability to meet the minimum requirements in the statement of work CLINs 0100-1400. Proposals will be evaluated in accordance with the Government’s evaluation criteria of lowest-priced/technically acceptable.

Price:

The offeror’s quoted price will be evaluated based on the total firm fixed price proposed for CLINs 0100 -1400.

Solicitation Provisions:

All Vendors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014) with its offer. A Vendor shall complete only paragraph (b) of this provision if the Vendor has completed the annual Representations and Certifications Application in SAM electronically at https://www.sam.gov/index.html/#1. If a Vendor has not completed the annual representations and certifications electronically at SAM, the Vendor shall complete paragraphs (c) through (n) of this provision.

Contract Terms and Conditions:

FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items (MAY 2014) is hereby incorporated by reference. Additionally, paragraph (v) is added to incorporate a Payment clause as follows:

(v) PAYMENTS (APR 2014)

The invoicing and payment office for all contract actions issued by the DOT/RITA/Volpe National Transportation Systems Center is located at the Enterprise Services Center (ESC), Office of Financial Operations, Federal Aviation Administration (FAA) in Oklahoma City, Oklahoma.

The Contractor must submit all invoices, including supporting documentation, electronically (e.g., PDF format) to the ESC at FAA in Oklahoma City by e-mail at the following address: volpeinvoices@faa.gov (all lower case). A cover email must accompany each invoice and provide the applicable information in the fields listed below.

Invoice Date:
Supplier Name:
Invoice Amount:
Invoice Number:
Contract No.:
Modification No.:
Terms/Discount:
Performance Period:
Notes:

The following additional Contract Terms and Conditions are incorporated into this solicitation:
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JULY 2014), is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: (b) 4, 8, 10, 14, 18, 22, 26, 28, 29, 30, 31, 32, 33, 34, 42, 43, 46, and 52.

Attention:
The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call 800-532-1169. Internet address: http://www.dot.gov/osdbu. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/. Telephone requests will not be honored. The above FAR clauses can be accessed at http://www.acqu isition.gov/FAR/ . For information concerning the acquisition, contact the contracting official above.

URL: https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-14-Q-80088/listing.html

OutreachSystems Article Number: 140917/PROCURE/0671 Matching Key Words: writ*; copy; technical; standard;

Department of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US

T–NPS Fundamentals Videos P14PS02708 091714 Jennifer Dansby NPS Fundamentals Videos600px-US-DeptOfTheInterior-Seal.svg IAW attached SOW
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02708/listing.html

OutreachSystems Article Number: 140917/PROCURE/0787 Matching Key Words: naics!512110;

600px-US-DeptOfTheInterior-Seal.svgDepartment of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US

T–NPS Fundamentals Videos P14PS02708 091714 Jennifer Dansby NPS Fundamentals Videos IAW attached SOW
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02708/listing.html

OutreachSystems Article Number: 140917/PROCURE/0788 Matching Key Words: naics!512110;

Department of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US

T–NPS Fundamentals Videos P14PS02708 091714 Jennifer Dansby NPS Fundamentals600px-US-DeptOfTheInterior-Seal.svg Videos IAW attached SOW
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02708/listing.html

OutreachSystems Article Number: 140916/PROCURE/0109 Matching Key Words: naics!512110;

FedBizOpps – Awards

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, 1968 Gilbert Street, Norfolk, VA 23511

T–OPTION - Technical Writer/Editor N00189-14-T-0349 Name: Candace Reid, Title: Contract Specialist, Phone: 7574431347, Fax: 7574431424, Email: candace.reid@navy.mil; N00189-14-P-1517 $24,720.00 091514 ALL ROSEMARY CICCARELLI [DUNS: 196902576],444 W. Broad Street, Unit 729,Falls Church VA 22046-3358 No Description Provided
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-14-T-0349/listing.html

OutreachSystems Article Number: 140916/AWARDS/1007 Matching Key Words: writ*; technical;

USABID State and Local Purchases

Minnesota – State of Minnesota, Contact information is included with each bid. http://www.mmd.admin.state.mn.us/solicitations.htm

U – REFERENCE NUMBER: PT1990 SWIFT Event ID: 2000003238 Versi SOL REFERENCE NUMBER: PT1990 SWIFT Event ID: 2000003238 Version: 1 Nature of Work/Contract Title: MnDOT P/T RFP: Clear Roads Training Video & Manual Contracting Agency: Transportation Department Response to this solicitation is due no later than 10/16/14 at 02:00 PM CENTRAL TIME. This Solicitation Event is being conducted in the SWIFT system. Log in to the Supplier Portal to view this event. You will need to search for Event ID 2000003238. Date This Solicitation Was Posted: 9/16/2014 10:20:01 AM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140917/BID/0013 Matching Key Words: video*; train*; you; event?;

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 – Tree Inventory SOL UK-1408-15 Tree Inventory Due Date: 10-15-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140917/BID/0231 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

R – Banking ServicesAppendix AAppendix BAppendix CAppendix DAppendix SOL UK-1404-15 Banking ServicesAppendix AAppendix BAppendix CAppendix DAppendix EAppendix FAppendix G Addendum #1 Due Date: 10-21-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140917/BID/0232 Matching Key Words: age:state!ky; state!ky;


beenetworknews.com           30 seconds
PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

DynCorp Int., LLC, Fort Worth, Texas, has been awarded an $80,280,849 modification (P00258) to exercise the option to previously awarded contract FA4890-08-C-0004. Contractor will provide for receipt, inventory, accountability, maintenance, repair, periodic inspection and test, serviceability, marking, storage, security, shipping, and reporting of War Reserve Materials (WRM) resources. Work will be performed at Shaw Air Force Base, South Carolina; Langley Air Force Base, Virginia, and at various locations in theater, and is expected to be completed by Sept. 30, 2015. Fiscal 2015 overseas contingency funds in the amount of $79,925,456 are being obligated at the time of award. Acquisition Management and Integration Center, Newport News, Virginia, is the contracting activity.

ARMY

CORRECTION: The contract awarded on Oct 1, 2014 to MD Helicopters is revised to show the contract number as W58RGZ-15-C-0002.

NAVY

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $6,540,730 modification to a previously awarded contract (N00024-10-C-5126) for fiscal 2015 class services engineering efforts in support of the Zumwalt Class Destroyer Program. The purpose600px-US-DeptOfNavy-Seal.svg of this modification is to provide class services engineering efforts supporting the DDG 1000 Class Mission Systems Equipment (MSE). These efforts include MSE design and analysis, engineering and life cycle supportability, architecture and design studies, concept of operations, crewing, mission and requirements analyses, interoperability, mission support services, and test & evaluation. Work will be performed in Portsmouth, Rhode Island (48 percent), Tewksbury, Massachusetts (26 percent), and Sudbury, Massachusetts (26 percent), and is expected to be completed by September 2015. Fiscal 2014 research, development, test and evaluation contract funds in the amount of $1,099,990 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CORRECTION: The contract awarded on Sept. 30, 2014, to Harper Construction Co., Inc., San Diego, California, for $11,652,082, is revised to show the contract number as N62473-10-D-5406.

U.S. TRANSPORTATION COMMAND

Three teams and six individual airlines have been awarded nine indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustment contracts for international airlift services. The three teams are: Federal Express Charter Programs Team Arrangement, Memphis, Tennessee, which includes: American Airlines, Inc., Fort Worth, Texas; Atlas Air, Inc., Purchase, New York; Delta Air Lines, Inc., Atlanta, Georgia; FedEx Charters, Memphis, Tennessee; Polar Air Cargo Worldwide, Inc., Purchase, New York; and US Airways, Inc., Phoenix, Arizona (HTC711-15-D-CC01). Miami Air International, Inc. doing business as Miami Air Team, Miami, Florida, which600px-US-TRANSCOM-Emblem.svg includes: Miami Air International, Inc.,* Miami, Florida, and MN Airlines, LLC, doing business as Sun Country Airlines,* Mendota Heights, Minnesota (HTC711-15-D-CC02). Patriot Team, Tulsa, Oklahoma, which includes: ABX Air,* Wilmington, Ohio; Air Transportation International, Inc.,* Wilmington, Ohio; JetBlue Airways Corporation, Long Island City, New York; Kalitta Air, LLC,* Ypsilanti, Michigan; Northern Air Cargo, Inc., Anchorage, Alaska; Omni Air International, Inc.,* Tulsa, Oklahoma; Sky Lease I, Inc.,* Greensboro, North Carolina; Southern Air, Inc.,* Norwalk, Connecticut; United Airlines, Inc., Elk Grove Village, Illinois; and United Parcel Service Co., Louisville, Kentucky (HTC711-15-D-CC03). Individual airlines are: Allegiant Air, LLC, Las Vegas, Nevada (HTC711-15-D-CC04); Hawaiian Airlines, Inc., Honolulu, Hawaii (HTC711-15-D-CC05); Lynden Air Cargo, LLC, Anchorage, Alaska (HTC711-15-D-CC06); National Air Cargo Group, Inc., doing business as National Airlines,* Orlando, Florida (HTC711-15-D-CC07); Southwest Airlines Co., Dallas, Texas (HTC711-15-D-CC08); and Alaska Airlines, Inc., Seattle, Washington (HTC711-15-D-CC09). The total cumulative face value of the program is $441,000,000. Work will be performed at worldwide locations as specified on each individual task order, with an expected completion date of Sept. 30, 2015. Type of appropriation is fiscal 2015 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Twenty companies have each been awarded a contract modification exercising option period one on the indefinite-delivery/indefinite quantity, fixed-price contracts for domestic charter airlift services. They are: United Airlines, Inc., Elk Grove Village, Illinois (HTC711-14-D-CC05); MN Airlines, LLC, doing business as Sun Country Airlines,* Mendota Heights, Minnesota (HTC711-14-D-CC06); Allegiant Air, LLC, Las Vegas, Nevada (HTC711-14-D-CC07); Sierra Pacific Airlines, Inc.,* Tucson, Arizona (HTC711-14-D-CC08); Southwest Airlines Co., Dallas, Texas (HTC711-14-D-CC09); Miami Air International, Inc.,* Miami, Florida (HTC711-14-D-CC10); National Air Cargo Group, doing business as National Airlines, Orlando,* Florida (HTC711-14-D-CC11); Omni Air International, Inc.,* Tulsa, Oklahoma (HTC711-14-D-CC12); Atlas Air, Inc., Purchase, New York (HTC711-14-D-CC13); Delta Air Lines, Inc., Atlanta, Georgia (HTC711-14-D-CC14); Lynden Air Cargo, LLC, Anchorage, Alaska (HTC711-14-D-CC15); Northern Air Cargo, Inc., Anchorage, Alaska (HTC711-14-D-CC16); Tatonduk Outfitters Ltd, doing business as Everts Air Cargo,* Fairbanks, Alaska (HTC711-14-D-CC17); United Parcel Service Co., Louisville, Kentucky (HTC711-14-D-CC18); Federal Express Corporation, Memphis, Tennessee (HTC711-14-D-CC19); Flightworks, Inc.,* Kennesaw, Georgia (HTC711-14-D-CC20); Kalitta Charters, LLC,* Ypsilanti, Michigan (HTC711-14-D-CC21); Phoenix Air Group, Inc.,* Cartersville, Georgia (HTC711-14-D-CC22); Berry Aviation, Inc.,* San Marcos, Texas (HTC711-14-D-CC23); and East Coast Flight Services, Inc.,* Easton, Maryland (HTC711-14-D-CC24). The total cumulative face value of the program is $104,065,064. Work will be performed in the United States, Canada, and Puerto Rico, as specified on each individual order, with an expected completion date of Sept. 30, 2015. Type of appropriation is fiscal 2015 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Paragon Technology Group, Inc., Shiloh, Illinois, is being awarded a $10,718,398 labor hour modification (P00030) to previously awarded task order (HTC711-12-F-D015) to fund option period two for program management office support for U.S. Transportation Command. The modification brings the total cumulative face value of the contract to $31,652,282 from $20,933,884. This contract modification will provide for support and integration across all disciplines within acquisition program management in support of assigned acquisition programs and services acquisitions. The disciplines include, but are not limited to: program control, resource management, requirements management, configuration management, test and evaluation, systems engineering, security engineering, program management support, risk management, information technology administrative support, acquisition support, and integration of all the disciplines. Work will be performed at Scott Air Force Base, Illinois, with an expected completion date of Sept. 30, 2015. Fiscal 2015 transportation working capital fund operating, fiscal 2015 transportation working capital fund, fiscal 2015 non-IT operating, fiscal 2015 Defense Health program operating, and fiscal 2015 Air Force operations and maintenance funding in the amount of $10,718,398, will be obligated at the time of the modification. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Harris IT Services Corporation, Dulles, Virginia, has been awarded a $10,230,116 (estimated) fixed-price, labor hour, and cost task order modification (34) to previously awarded contract W91QUZ-07-D-0001-6S02 to exercise option period three for customer services support: service delivery. This modification brings the total cumulative face value of the contract to $35,562,332 (estimated) from $25,332,216. This contract action will provide continued support for selected command, control, communications, and computer systems, and support functions to include exercise and contingency operations support, Web support, test center support, network infrastructure engineering and support, command and control and business systems support, application support, and information protection and event analysis support. Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016. Fiscal 2015 transportation working capital fund operating, fiscal 2015 Air Force operations and maintenance, fiscal 2015 Defense Health program funds and fiscal 2015 Office of the Secretary of Defense operations and maintenance funds in the amount of $10,230,116 (estimated), are being obligated at time of award. Contract funds will expire at the end of fiscal 2015. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Agile Defense, Inc.,* Fairfax, Virginia, is being awarded a $9,851,570 fixed-price, labor hour, and cost task order modification (P00038) to previously awarded contract HTC711-11-F-D051 to exercise option period three. The modification brings the total cumulative face value of the task order to $40,077,398 from $30,225,828. This modification provides for continued support for Corporate Services Support: service support help desk and desktop customer support; audio-visual/video teleconference support; hardware management and maintenance; special command, control, communications and computer systems (C4) support; and information assurance information protection support. The contract contains tasks for the contractor to provide non-personal services for the Military Surface Deployment and Distribution Command and U.S. Transportation Command help desk and desk top customer support; senior management support; telephone support services; IA policy and certification and accreditation; and lifecycle support for C4 infrastructure. Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2015. Fiscal 2015 transportation working capital fund operating, and fiscal 2015 transportation working capital funds in the amount of $9,851,570, are being obligated at time of award. Contract funds will expire at the end of fiscal 2015. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Northrop Grumman, Herndon, Virginia is being awarded a $9,436,628 modification (P00024) to previously awarded contract (HTC711-12-F-D048) to exercise the first option period on a one-year base contract, with two one-year option periods, for the Joint Distribution Process Analysis Center. This is a fixed-price contract that provides support for the JDPAC for work for the global deployment and distribution network and infrastructure assessments, analytically driven operational courses of action, joint capability analysis to inform programmatic decisions, systems integration and data management, Joint Deployment Distribution Enterprise analysis/global distribution performance assessment, and future transformation analysis. The modification brings the total cumulative face value of the contract to $26,705,250 from $17,268,622. Work will be performed at Scott Air Force Base, Illinois, with an expected completion date of Sept. 30, 2015. Fiscal 2015 transportation working capital funds, Distribution Process Owner, Agile Transportation for the 21st Century funds, and Defense-wide appropriations operations and maintenance funds in the amount of $9,436,628, will be obligated at time of award. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Leidos, Inc., McLean, Virginia, is being awarded a $7,567,134 cost-plus-award-fee task order modification (41) for a six-month extension to previously awarded contract task order (HC1028-08-D-2025-6S01). The modification brings the total cumulative face value of the contract to $58,309,029 from $50,741,895. The extension will provide business process management services in support of U.S. Transportation Command’s Agile Transportation for the 21st Century (AT21) program. Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed March 31, 2015. Fiscal 2015 Transportation Working Capital Funds in the amount of $4,919,142, fiscal 2015 transportation working capital funds operations funds in the amount of $1,199,340; fiscal 2014 and 2015 research, development test and evaluation funds in the amount of $698,000; and fiscal 2015 non-IT operations funds in the amount of $750,652, are expected to be obligated at time of award. Contract funds will expire at the end of fiscal 2015. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Tapestry Solutions Inc., San Diego, California, is being awarded a $7,213,653 fixed-price, labor hour, and cost contract modification (P00007) to previously awarded contract HTC711-13-C-D006 to exercise option period one. The modification brings the total cumulative face value of the contract to $15,641,997 from $8,428,344. This contract award will provide continued support for the Integrated Computerized Deployment System (ICODES): Contract level and project management support, ICODES sustainment, configuration management support, information assurance support and help-desk support service. The contract contains tasks for the contractor to provide non-personal services for the Military Surface Deployment and Distribution Command and U.S. Transportation Command. Work will be performed at San Diego, California, and Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2015. Fiscal 2015 transportation working capital fund operating funds in the amount of $7,213,653 are being obligated at time of award. Contract funds will expire at the end of fiscal 2015. The U. S. Transportation Command, Directorate of Acquisition Scott Air Force Base, Illinois, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Northrop Grumman Systems Corp., San Diego, California, has been awarded a $306,133,056 definitive contract for Global Hawk contractor logistic services and sustainment III. Contractor will provide contractor logistics support of the Global Hawk fielded weapon system, to include providing material and services for planning, operations and maintenance support. Work will be performed at San Diego, California, and is expected to be completed by Sept. 30, 2015. This award is the result of a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $73,496,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8528-15-C-0003).

DynCorp International, LLC, Fort Worth, Texas, has been awarded a $42,527,352 modification to exercise an option (A00085) to a previously awarded contract (FA3002-09-C-0024) for aircraft maintenance services. Contractor will provide T-6, T-38 Unit Pilot Training and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2016. Fiscal 2015 operations and maintenance funds in the amount of $3,543,945 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $32,978,097 cost-plus-fixed-fee modification (P00301) to previously awarded contract FA8625-07-C-6471 for C-5 Reliability Enhancement and Re-engining Program Lot 6. Work will be performed at Marietta, Georgia, and is expected to be complete by Jan. 10, 2017. Fiscal year 2012 aircraft procurement funds in the amount of $9,893,429 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Sept. 30, 2014).

Defense Support Services LLC, Marlton, New Jersey, has been awarded a $19,420,540 modification to exercise an option (A00082) to previously awarded contract FA3002-09-C-0003 for civil engineering services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2018. Fiscal 2015 operations and maintenance funds in the amount of $1,652,643 are being obligated at the time of award. 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity (FA3002-09-C-0003).

L3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $12,336,919 modification to exercise option A00053 to previously awarded contract FA3002-11-C-0001 for trainer maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and Naval Air Station Pensacola, Florida, and is expected to be completed by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $1,028,076 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

PKL Services Inc., Poway, California, has been awarded a $10,674,189 modification (P00019) to previously awarded contract FA4879-12-C-2004 for Republic of Singapore aircraft maintenance and operation services. Contractor will provide personnel, supervision and services necessary to maintain Republic of Singapore Air Force C-15SG and U.S. Air Force F-15E aircraft based with the 366th Maintenance Group at Mountain Home Air Force Base, Idaho. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be completed by Sept. 30, 2017. This contract is 100-percent foreign military sales. The 366th Contracting Squadron, Mountain Home Air Force Base, Idaho, is the contracting activity (FA4879-12-C-2004).

NAVY

B.L. Harbert International, LLC, Birmingham, Alabama, is being awarded an $18,387,380 firm-fixed-price contract for construction of unaccompanied housing at Camp Lemonnier, Djibouti. The proposed new construction will contain 65 units, each housing up to four persons, with a total capacity of 260 persons. The building and site design will be austere in design and comply with the most current Camp Lemonnier master plan and installation appearance plan. Work will be performed in Djibouti, Africa, and is expected to be completed by May 2016. Fiscal600px-US-DeptOfNavy-Seal.svg 2014 military construction (Navy) contract funds in the amount of $18,387,380 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 25 proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-C-5000).

BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland, is being awarded a $17,295,249 cost-plus-fixed-fee contract to provide services for ongoing supply support and to provide assistance to Strategic Systems Programs (SSP) as it migrates many SSP-unique supply processes and automated systems to a standard Navy system using the Navy Enterprise Resource Planning application. This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $71,775,446. Work will be performed primarily in St. Mary’s, Georgia (49.6 percent); Mechanicsburg, Pennsylvania (29.4 percent); Rockville, Maryland (16.3 percent); Silverdale, Washington (2.1 percent); Portsmouth, Virginia (1 percent); Fairfax, Virginia (1 percent); and Bridgewater, Virginia (0.6 percent), with an expected completion date of Sept. 30, 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $13,956,088; fiscal 2015 United Kingdom funds in the amount of $3,045,690; and fiscal 2015 research, development, test and evaluation (Navy) contract funds in the amount of $293,471, are being obligated subject to the availability of funds. Contract funds in the amount of $13,956,088 will expire at the end of fiscal 2015. This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-15-C-0007).

TOTE Services, Inc., Jacksonville, Florida, was awarded a $7,065,332 modification under a previously awarded firm-fixed-price contract (N00033-12-C-2500) to exercise a one-year option for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the Ground Based Mid-Course Defense element of the Ballistic Missile Defense System for the U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area, and is expected to be completed by September 2015. Fiscal 2015 Navy working capital funds in the amount of $7,065,332 are obligated on award, and will not expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-12-C-2500). (Awarded Sept. 30, 2014)

Department of the ArmyARMY

MD Helicopters, Inc., Mesa, Arizona was awarded a not to exceed $44,200,000 firm-fixed-price, foreign military sales (Afghanistan) undefinitized contract action for the integration, testing, procurement, modification and installation of a weapon system onto the seventeen MD 530F aircraft. Work will be performed in Mesa, Arizona with an estimated completion date of Sept. 29, 2015. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $21,658,000 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-14-C-0081).
DEFENSE LOGISTICS AGENCY

Merchants Foodservice, Jackson, Mississippi, has been awarded a maximum $210,000,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a competitive acquisition and two offers were received. This is a two-year base contract with one two-year option period. Location of performance is Mississippi with a Nov. 12, 2016 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal yearDefense_Logistics_Agency 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3046). (Awarded Sept. 30, 2014).

Thunder Cat Technology LLC.,* Reston, Virginia, has been awarded a maximum $16,241,856 firm-fixed-price contract for virtual desk top infrastructure servers and storage. This contract was a competitive acquisition and one offer was received. This is a one-year base contract with no option periods. Locations of performance are Virginia and Pennsylvania with a Sep. 29, 2015 performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal year 2014 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Contracting Services, Philadelphia, Pennsylvania (SP4701-14-F-0328). (Awarded Sept. 30, 2014).

Chugach Information Technology, Inc.,* Anchorage, Alaska, has been awarded a maximum $13,682,761 firm-fixed-price, cost-plus-incentive-fee contract for telecommunications and network equipment, infrastructure design, engineering, installation, testing and post installation support. This contract was a sole-source acquisition. This is a one-year base contract with no option periods. Locations of performance are Alaska, Virginia, Pennsylvania, and Ohio with a Sep. 29, 2015 performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal year 2014 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Contracting Services, Philadelphia, Pennsylvania (SP4701-14-C-0079). (Awarded Sept. 30, 2014).

720px-US-DefenseInformationSystemsAgency-Logo.svgDEFENSE INFORMATION SYSTEMS AGENCY

Sprint Federal Operations, LLC, Reston, Virginia, was awarded a $10,083,660 firm-fixed-price contract for continued operation and maintenance of fiber telecommunications in Europe previously obtained under a 25-year Indefeasible Right of Use. Performance will be in various locations within Europe, with an estimated completion date of Sept. 30, 2015. Fiscal 2015 defense working capital funds in the amount of $10,083,660 are being obligated at the time of the award. The solicitation was issued on basis of other than full and open competition pursuant to 10 U.S.C. 2304(c)(1), only one responsible source, and no other type of supplies or services would satisfy agency requirements. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-15-C-4000).

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY (DoDEA)

The Prophet Corp.*, Owatonna, Minnesota, (HEVAS6-D-0021); Effective Communication Strategies*, LLC, Alexandria, Virginia, (HEVAS6-D-0022); Smartbudgets USA*, LLC, Silver Spring,Department of Defense Maryland, (HEVAS6-D-0024); and Team Sports Planet*, Inc. Philadelphia, Pennsylvania (HEVAS6-D-0020) were awarded a multiple-award, estimated not-to-exceed $7,500,000 contract to provide Physical Education (PE) equipment in support of PE programs (Pre Kindergarten – 12th grades) located at DoDEA/Domestic Dependent Elementary and Secondary School (DDESS) locations within the continental United States, Puerto Rico, Guantanamo Bay Cuba, Europe, and Asian Pacific. These are supply contracts to be performed at the contractor’s facility, with an estimated completion date of Sept. 23, 2019. The requirement was competitively solicited as a 100% small business set-aside through Federal Business Opportunities with 4 proposals received. Fiscal 2015 operations and maintenance funds in the amount of $54,059 will be obligated at the time of award with each contractor receiving a portion of the awarded amount. The DDESS Procurement Office, Peachtree City, Georgia, is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

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

Broadcasting Board of Governors
R — WRITER/RESEARCHER/REPORTER/PRODUCER – VOA PERSIAN
WASHINGTON, DC BBG39-Q-15-PERSIAN-006 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: WRITER/RESEARCHER/REPORTER/PRODUCER IN WSHINGTON, DC – VOA PERSIAN DIVISION
COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-006 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-075, effective July 25, 2014.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015 with one option period (6) months from May 2, 2015 through October 31, 2015 Multiple awards may be considered for this requirement at the discretion of the Government. Price quotation shall be valid for six (6) months from date of submission.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services Writer/Researcher/Reporter/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through
May 1, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. Price Quotation shall be valid for six (6) months from date of submission. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for next fiscal year; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 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 12:00 p.m. Eastern Daylight Time on October 17, 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: Broadcasting Board of Governors/Voice of America Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-006/listing.html

OutreachSystems Article Number: 141004/PROCURE/0049 Matching Key Words: naics!711510;

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

R – VIDEO SHOOTER/EDITOR/PRODUCER – VOA PERSIAN LOS ANGELES, CA BBG39-Q-15-PERSIAN-001 101714Broadcasting Board of Governors Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEO SHOOTER/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-15-PERSIAN-001 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.

(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Los Angeles, CA 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 November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.

In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment . Must be advanced in using final cut pro and using digital cameras.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 October 7, 2014. Responses to questions will be posted to
FedbizOps by COB October 10, 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 October 17, 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: Broadcasting Board of Governors/Voice of America Los Angeles, CA US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-001/listing.html

OutreachSystems Article Number: 141004/PROCURE/0050 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?; naics!711510;

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

Broadcasting Board of GovernorsR – VIDEO SHOOTER/EDITOR/PRODUCER BBG39-Q-15-PERSIAN-007 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEOSHOOTER/EDITOR/PRODUCER
VOA PERSIAN DIVISION – WASHINGTON, DC AND NEW YORK, NY

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-007 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.

(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC and New York, NY 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 November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.

In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment . Must be advanced in using final cut pro and Dalet Plus and using digital cameras.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period. Price quotation shall be valid for six (6) months from date of submission.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 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 October 17, 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: Broadcasting Board of Governors/Voice of America Washington, DC Headquarters (330 Independence Ave, SW, Washington, DC) and New York Headquarters( 26 Federal Plaza, New York, NY 10278) Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-007/listing.html

OutreachSystems Article Number: 141004/PROCURE/0051 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?; naics!711510;

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

R — EDITOR/PRODUCER – VOA PERSIAN SERVICE WASHINGTON, DC BBG39-Q-15-PERSIAN-008 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: EDITOR/PRODUCER
VOA PERSIAN DIVISION – WASHINGTON, DC

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATIONBroadcasting Board of Governors INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-008 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.

(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.

In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment. Must be advanced in using final cut pro and Dalet Plus.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 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 October 17, 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: Broadcasting Board of Governors/Voice of America 330 Independence Ave, SW Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-008/listing.html

OutreachSystems Article Number: 141004/PROCURE/0052 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

Broadcasting Board of GovernorsR — PRODUCTION ASSISTANT/CHRYON-TELEPROMPTER OPERATOR FOR VOA PERSIAN – WASHINGTON, DC BBG39-Q-15-PERSIAN-010 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: PRODUCTION ASSISTANT/CHRYON-TELEPROMPTER OPERATOR
VOA PERSIAN DIVISION – WASHINGTON, DC

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-010 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.

(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Production Assistant/Chyron-Teleprompter Operator) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.

In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment. Must be advanced in using final cut pro and Dalet Plus.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 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 October 17, 2014.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America/Persian Service 330 Independence Ave, SW, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-010/listing.html

OutreachSystems Article Number: 141004/PROCURE/0053 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 — LINE PRODUCER COORDINATOR – VOA PERSIAN SERVICE – WASHINGTON, DC BBG39-Q-15-PERSIAN-009 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: LINE PRODUCER AND COORDINATOR
VOA PERSIAN DIVISION – WASHINGTON, DC

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATIONBroadcasting Board of Governors INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-009 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.

(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services as Line Producer/Coordinator as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.

In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer software and broadcast equipment. Must be familiar 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. Price Quotation shall be valid for six (6) months from date of submission.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 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 October 17, 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: Broadcasting Board of Governors/Voice of America 330 Independence Ave, SW Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-009/listing.html

OutreachSystems Article Number: 141004/PROCURE/0054 Matching Key Words: naics!711510;

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

U–SEXUAL HARASSMENT/ASSAULT PREVENTION TRAINING W9124D-14-Q-5953 073114 Nathalie Riley, 502-624-4574 MICC Center – Fort Knox This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil.
This is a follow on contract for highly specialized services. The requirement is for non-personal services, performance-based acquisition to provide training for the prevention of sexual harassment and sexual assault to Army personnel during Initial Military Training (IMT) and at Drill Sergeant Training in support of the Army’s Sexual Harassment/Assault and Response Program (SHARP) training strategy for the Office of Deputy Chief of Staff, G-1 during the base period of performance is 28 September 2014 through 27 September 2015, with one one-year option period.

The specific requirement is to support the Army’s SHARP training strategy to combat sexual harassment and sexual assault. Every military member accessed in the Army is required to receive the prevention of sexual harassment and sexual assault training during IMT, both CONUS and OCONUS locations. The focused training plan also includes a secondary prevention of sexual harassment and sexual assault training session which is more specific for the active duty, reserve, Guard and civilian components of the Army.

The training provides instruction to recognize and combat sexual harassment/assault in peers and to act accordingly by assisting and directing fellow soldiers to the proper channels for further assistance. The Army continues to work to combat sexual harassment and assault and the SHARP training during the accession process is focused at giving Soldiers the tools to identify and combat this issue. The Army also continues to focus on the sexual assault prevention training given to soldiers on installations, both CONUS and OCONUS. The focused training plan approved by the Chief of Staff of the Army includes training sessions to large groups of up to 350 soldiers per session to the Army.

The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform services supporting the Army G-1 Sexual Harassment/Assault Response and Prevention (SHARP) Program.

The contractor shall provide training support in accordance with referenced Army regulations, policy directives, and any portion of the contractor’s proposed processes that are incorporated into the contract.

For the accession training sessions, the contractor shall provide a live training session which is performed by expertly trained actors as part of a 90 minutes improvisational comedy/education role play interactive exercises at Army installations worldwide (CONUS and OCONUS). Each session will be comprised of two actors (male and female) presenting to groups of approximately 350 Soldiers. The presentation will address social pressures, gender stereotypes, rape myths, and respectful relationships. Contractor shall manage and furnish all support products and services associated with the training. The contactor will also conduct logistical coordination with installation POCs, and is responsible for onsite event management in order to successfully execute this task.

For the secondary training sessions, the contractor shall provide a live training which is performed by expertly trained actors as part of a 90-120 minute improvisational comedy/education role play interactive exercises at Army installations worldwide (CONUS and OCONUS). Each session will be comprised of one actor (male or female) presenting to groups of up to 350 Soldiers. The presentation will address social pressures, sexual assault, and bystander intervention. Contractor shall manage and furnish all support products and services associated with the IMT accession training. The contactor shall also conduct logistical coordination with installation POCs, and is responsible for onsite event management in order to successfully execute this task.

APPLICABLE PUBLICATIONS (CURRENT EDITIONS)
The Contractor shall abide by all applicable regulations, publications, manuals, and local policies and procedures.
DODD 6495.01
DODI 6495.02
AR 600-20, Chapter 7-8, Appendix D-J
NDAA FY05-07.

The appropriate NAICS code is 611430 with a size standard of $10,000,000.00.

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

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

Responses to this announcement must be received no later than 2:00 P.M. Eastern Standard Time on Thursday, 31 July 2014. Responses should be emailed to nathalie.w.riley.civ@mail.mil. Responses shall include the following:

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

Place of Performance: MICC – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/4dd535b36c1e76151c1e50ada6e6eec8

OutreachSystems Article Number: 141004/PROCURE/0251 Matching Key Words: age:state!ky; state!ky;

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

Broadcasting Board of GovernorsR — ON AIR HOST/WRITER VOA PERSIAN NEW YORK, NY BBG39-Q-15-PERSIAN-002 101614 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: ON-AIR HOST/WRITER
VOA PERSIAN DIVISION – NEW YORK, NY

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-002 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.

(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option periods of six (6) months from May 2, 2015 through October 31, 2015. The Price Proposal shall be in effect for six (6) months from the date of the solicitation. 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 November 1, 2014 through May 1, 2015 with options to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Contractor must be able to produce and edit video program segments. Must be able to speak and write in Farsi and English. Advanced skills in television production are required, to include technical facility with digital video camera equipment and production techniques in-studio and in the field. Digital editing skills must include Final Cut Pro, related graphics programs and the ability to master VOA network distribution tool.

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; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability pf Funds for next Fiscal year (APR 1984) 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 October 6, 2014. Responses to questions will be posted to FedbizOps by COB October 9, 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 October 16, 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: Broadcasting Board of Governors/Voice of America New York Headquarters Building 26 Federal Plaza New York, NY 10278-0005 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-002/listing.html

OutreachSystems Article Number: 141003/PROCURE/0047 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; production?; distribut*; instruct*; commercial?; naics!711510;

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

R — ANCHOR/WRITER/REPORTER BBG39-Q-15-PERSIAN-005 101614 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com (i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-005 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The Offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The Offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2014, option period of six (6) months from May 2, 2015 through October 31, 2015. Price Quotation shall be valid for six (6) months from the date of the submission.  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 Offeror for Television, Internet and Multimedia services (Anchor/Writer/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start November 1,  2014 through
May 1, 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 Offerors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The Offeror shall demonstrate the ability and experience in providing the required services.

Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. The Offeror is required to provide no more than three (3) references from previous customers or same or similar services See attachment B (Past Performance Reference).
3. Offeror shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.  Price proposal shall be valid for six (6) months from date of submission.

In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.

Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and

Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.  The price quotation shall be valid for six (6) months from submission of price quotation.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract;52-232-18 Availability of Funds (APR 1984); 52.232-19 Availability of  Funds for next Fiscal year;  52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.

52.252-1 -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 October 6, 2014. Responses to questions will be posted to FedbizOps by COB October 9, 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 12:00 p.m. Eastern Daylight Time on October 16, 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: Broadcasting Board of Governors/Voice of America 330 Independence Ave, SW Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-005/listing.html

OutreachSystems Article Number: 141003/PROCURE/0048 Matching Key Words: naics!711510;

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

R – VIDEO JOURNALIST/REPORTER BBG39-Q-15-PERSIAN-003 101614 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEO JOURNALIST/REPORTER
VOA PERSIAN SERVICE – NEW YORK, NY

(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 INFORMATIONBroadcasting Board of Governors INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-003 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.
(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option periods of six (6) months from May 2, 2015 through October 31, 2015. The Price Proposal shall be valid for six (6) months from the date of submission. 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 Journalist/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in New York, NY 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 November 1, 2014 through May 1, 2015 with options to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Contractor must be able to produce and edit video program segments. Must be able to speak and write in Farsi and English. Advanced skills in television production are required, to include technical facility with digital video camera equipment and production techniques in-studio and in the field. Digital editing skills must include Final Cut Pro, related graphics programs and the ability to master VOA network distribution tool.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period. Price quotation shall be valid for six (6) months from date of submission.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for next Fiscal year (APR 1984) 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 October 6, 2014. Responses to questions will be posted to FedbizOps by COB October 9, 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 October 16, 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: Broadcasting Board of Governors/VOA Persian Service New York Headquarters 26 Federal Plaza New York, NY 10278-0005 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-003/listing.html

OutreachSystems Article Number: 141003/PROCURE/0049 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; production?; distribut*; instruct*; commercial?; naics!711510;

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd MacDill AFB FL 33621-5323

R — Special Operations Forces Industry Conference (SOFIC) H92222-14-R-SOFIC 082114 Christopher A Harrington, Director, Small Business, Phone 8138269475, Email Christopher.Harrington@socom.mil – The United States Special Operations Command (USSOCOM) is seeking interested organizations/associations to plan, coordinate, and execute the annual Special Operations Forces Industry Conference (SOFIC). SOFIC is held annually in the May/June timeframe at the Tampa Convention Center. The conference is expected to run three days, starting on Tuesday and completing on Thursday. Due to the nature and magnitude of set up for exhibitors the Tampa Convention Center must be reserved starting the Sunday prior to the event through Friday of the same week.

Interested organizations/associations will be responsible for the advertising, registration, collection of all monies, agenda with Government input, scheduling of large plenary rooms as well as break out rooms, exhibit hall, food service for breakfast and lunch, and the Gala Dinner. The Gala Dinner is a Black Tie event and will be held Wednesday night of SOFIC.
For planning purposes organizations/associations should plan on the following to help understand the magnitude and scope of the conference:

Attendees: Approximately 9,000

Exhibitors: Approximately 350 Industry and 30 Government Booths

Exhibit Hall: Approximately 86,000 sq ft

Gala Dinner: Approximately 130 tables and 1,300 attendees

USSOCOM is interested in innovative and unique ideas on how to make SOFIC a continued success story. The Command is looking for information that show how your organization/association plans on executing the 2015 SOFIC Conference with an option to host the 2016 Conference.

Your response should be no longer than 15 pages and include past performance references (name of conference, dates, and a Point of Contact with phone number and e-mail) of at least 3 conferences within the last 3 years with the same size, scope, and complexity of a SOFIC as well as evidence of hosting a Black Tie Gala Dinner. Industry must also propose dates for SOFIC along with a letter of availability from the Tampa Convention Center, marketing/communication plan, registration plan, sample agenda, food service plan, audiovisual plan, badging plan, schedule to show milestones leading up to the conference, and how you plan to incorporate the Government booths.

Place of Performance: Tampa, FL 33602 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-14-R-SOFIC/listing.html

OutreachSystems Article Number: 141003/PROCURE/0694 Matching Key Words: audiovisual; serv*;

Broadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166

R — Production Services (Multiple Positions) BBG45-Q-15-OCB0003 102014 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Fax 305-437-7037, Email mamps@ocb.ibb.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITHBroadcasting Board of Governors ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG45-Q-15-OCB0003 is issued as a Request For Quotation (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated August 25, 2014.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.

(v) The contractor shall provide a Firm Fixed Price quotation showing an assignment for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting (OCB) located in Miami, FL anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Production Services as described in the attached Statements of Work (SOWs) for Office of Cuba Broadcasting (OCB) in Miami, Florida. Offerors may submit for more than one Statement of Work, however they must submit an individual quote i.e. technical and price for each SOW. The Offerors selected for an award must be able to successfully pass a BBG security investigation.

(vii) The period of performance is anticipated to start November 1, 2014 through October 31, 2015. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. 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 proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae that includes work experience, education and specialized training necessary to provide the required services under solicitation. Also, include evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.

2. Contractors shall submit their price quotation for base and option periods on an hourly basis. Work will be on an as-needed basis, subject to availability of FY-2015 funds and mission consideration.

INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). A copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.

To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to. If responding to multiple SOWs, separate proposal packages are required for each SOW offeror is responding to.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract 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 the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;

2) Past Performance – See Attachment A (Past Performance Reference)

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

3) A separate Price Quotation showing a breakdown of the price on an hourly basis. The prices shall be provided in in English and United States dollars. (See Attachment B – 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/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(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:

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

II. EXERCISING OF OPTIONS UNDER THIS CONTRACT: The Government reserves the right to unilaterally exercise the options. The Parties agree that the Government may partially exercise and fund any options and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation 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 (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; 52.232-18 Availability of Funds; and, 52.242-17 Government Delay of Work; 52.243-1 Changes-Fixed Price.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Failure to provide any of the above-required Items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.

Questions must be submitted in writing and only via email to Mary Amps at mamps@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 08, 2014.

ALL TECHNICAL AND PRICE QUOTES MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW. Proposals are due to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, Florida 33166 before 12:00 p.m. Eastern Daylight Time on October 20, 2014.

(xvi) Contact: Mary Amps, Contracting Officer, email: mamps@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 4201 NW 77th Avenue Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-Q-15-OCB0003/listing.html

OutreachSystems Article Number: 141001/PROCURE/0053 Matching Key Words: naics!711510;

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166

R — Radio and Multimedia Services (Multiple Positions) BBG45-Q-15-OCB0002 102014 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Email mamps@bbg.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG45-Q-15-OCB0002 is issued as a Request For Quotation (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated August 25, 2014.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.

(v) The contractor shall provide a Firm Fixed Price quotation showing an assignment for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting (OCB) located in Miami, FL anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Radio and Multimedia services as described in the attached Statements of Work (SOWs) for Office of Cuba Broadcasting (OCB) in Miami, Florida. Offerors may submit for more than one Statement of Work, however they must submit an individual quote i.e. technical and price for each SOW. The Offerors selected for an award must be able to successfully pass a BBG security investigation.

(vii) The period of performance is anticipated to start November 1, 2014 through October 31, 2015. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. 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 proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae that includes work experience, education and specialized training necessary to provide the required services under solicitation. Also, include evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.

2. Contractors shall submit their price quotation for base and option periods on an hourly basis. Work will be on an as-needed basis, subject to availability of FY-2015 funds and mission consideration.

INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). A copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.

To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to. If responding to multiple SOWs, separate proposal packages are required for each SOW offeror is responding to.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract 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 the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;

2) Past Performance – See attachment B (Past Performance Reference)

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

3) A separate Price Quotation showing a breakdown of the price on an hourly basis. The prices shall be provided in in English and United States dollars. (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/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(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:

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

II. EXERCISING OF OPTIONS UNDER THIS CONTRACT: The Government reserves the right to unilaterally exercise the options. The Parties agree that the Government may partially exercise and fund any options and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation 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 (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; 52.232-18 Availability of Funds; and, 52.242-17 Government Delay of Work; 52.243-1 Changes-Fixed Price.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Failure to provide any of the above-required Items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.

Questions must be submitted in writing and only via email to Mary Amps at mamps@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 08, 2014.

ALL TECHNICAL AND PRICE QUOTES MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW. Proposals are due to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, Florida 33166 before 12:00 p.m. Eastern Daylight Time on October 20, 2014.

(xvi) Contact: Mary Amps, Contracting Officer, email: mamps@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 4201 NW 77th Avenue Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-Q-15-OCB0002/listing.html

OutreachSystems Article Number: 141001/PROCURE/0054 Matching Key Words: naics!711510;

Broadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166

R — Radio and Television Technical Services (Multiple Positions) BBG45-Q-15-OCB0001 102014 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Email mamps@bbg.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITHBroadcasting Board of Governors ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG45-Q-15-OCB0001 is issued as a Request For Quotation (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated August 25, 2014.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.

(v) The contractor shall provide a Firm Fixed Price quotation showing an assignment for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting (OCB) located in Miami, FL anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Radio and Television Technical services as described in the attached Statements of Work (SOWs) for Office of Cuba Broadcasting (OCB) in Miami, Florida. Offerors may submit for more than one Statement of Work, however they must submit an individual quote i.e. technical and price for each SOW. The Offerors selected for an award must be able to successfully pass a BBG security investigation.

(vii) The period of performance is anticipated to start November 1, 2014 through October 31, 2015. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. 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 proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae that includes work experience, education and specialized training necessary to provide the required services under solicitation. Also, include evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.

2. Contractors shall submit their price quotation for base and option periods on an hourly basis. Work will be on an as-needed basis, subject to availability of FY-2015 funds and mission consideration.

INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). A copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.

To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to. If responding to multiple SOWs, separate proposal packages are required for each SOW offeror is responding to.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract 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 the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;

2) Past Performance – See Attachment A (Past Performance Reference)

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

3) A separate Price Quotation showing a breakdown of the price on an hourly basis. The prices shall be provided in in English and United States dollars. (See Attachment B – 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/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(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:

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

II. EXERCISING OF OPTIONS UNDER THIS CONTRACT: The Government reserves the right to unilaterally exercise the options. The Parties agree that the Government may partially exercise and fund any options and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation 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 (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; 52.232-18 Availability of Funds; and, 52.242-17 Government Delay of Work; 52.243-1 Changes-Fixed Price.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Failure to provide any of the above-required Items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.

Questions must be submitted in writing and only via email to Mary Amps at mamps@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 08, 2014.

ALL TECHNICAL AND PRICE QUOTES MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW. Proposals are due to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, Florida 33166 before 12:00 p.m. Eastern Daylight Time on October 20, 2014.

(xvi) Contact: Mary Amps, Contracting Officer, email: mamps@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 4201 NW 77th Avenue Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-Q-15-OCB0001/listing.html

OutreachSystems Article Number: 141001/PROCURE/0055 Matching Key Words: naics!711510;

FedBizOpps – Awards

Department of the ArmyDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

R–Professional Services IDIQ W912QR-14-R-0041 Stephanie Craig, 502-315-6204 USACE District, Louisville W912QR-14-D-0039 $9,900,000.00 093014 0001 DARK MOUNTAIN INNOVATIONS LLC (125121066)
2715 LOGMILL RD
HAYMARKET, VA 20169-1211 Professional Services IDIQ
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0041/listing.html

OutreachSystems Article Number: 141001/AWARDS/0771 Matching Key Words: age:state!ky;

Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

R–Professional Services IDIQ W912QR-14-R-0041 Stephanie Craig, 502-315-6204 USACE District, Louisville W912QR-14-D-Department of the Army0040 $9,900,000.00 093014 0001 Health Facility Solutions Co (132786505)
151 Algerita Dr
San Antonio, TX 78230-4612 Professional Services IDIQ
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0041/listing.html

OutreachSystems Article Number: 141001/AWARDS/0772 Matching Key Words: age:state!ky;

Department of the ArmyDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

R–Professional Services IDIQ W912QR-14-R-0041 Stephanie Craig, 502-315-6204 USACE District, Louisville W912QR-14-D-0041 $9,900,000.00 093014 0001 VERNADERO GROUP INCORPORATED (114054054)
4422 E INDIAN SCHOOL RD STE 101
PHOENIX, AZ 85018-5411 Professional Services IDIQ
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0041/listing.html

OutreachSystems Article Number: 141001/AWARDS/0773 Matching Key Words: age:state!ky;

Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street Suite 1202 Arlington VA 22202-4371

T -- Video Production Commercial Item Services HQ003414T0200 Tashona Beale, Phone 7035453566, Email tashona.n.beale.civ@mail.mil HQ0034-14-P-0241 $63,600 093014 S and SProductions, Inc., 2237 North Vermont Street,160px-Special_Operations_Specops_Army.svg Arlington, VA 22207 US
URL: https://www.fbo.gov/spg/ODA/WHS/REF/HQ003414T0200/listing.html

OutreachSystems Article Number: 141001/AWARDS/0817 Matching Key Words: video*; produc*; production?; commercial?; naics!512110;

FedBizOpps – Surplus

Department of the ArmyDepartment of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale Of Baled Post-Consumer Sorted Office Fiber QRP15-0007 100714 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil Good Morning to all,
I would like to let everyone know that Fort Knox QRP has a sale of Baled Post – Consumer Sorted Office Fiber.
First, please open the attached sale solicitation/agreement, and then I would like everyone to sign, date, and enter all of the required information on the agreement before you send your bid by email or fax. There is also a place at the bottom left hand corner to put your initials once you have read and understood all of the information I have sent to you.
If there are any questions please do not hesitate to call either Daniel G Pearman or Bridgette Caico at (502) 624-5026.
All bids are welcome.
Thank you very much,
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0007/listing.html

OutreachSystems Article Number: 141001/SURPLUS/1741 Matching Key Words: state!ky;

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Old Corrugated Containers (Grade#11) QRP15-0008 100714 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Old Department of the ArmyCorrugated Containers (Grade # 11). The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0008/listing.html

OutreachSystems Article Number: 141001/SURPLUS/1742 Matching Key Words: state!ky;

USABID State and Local Purchases

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

R – Professional Management of the On-Street Parking Program SOL RFP-3303-0-2015/ES Professional Management of the On-Street Parking Program Due Date: 10/23/2014 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141004/BID/0545 Matching Key Words: age:state!ky; state!ky;

Maine Public Notices http://me.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Maine.

R – Request for Proposal Disability Program DesiRequest for Proposal SOL Request for Proposal Disability Program DesiRequest for Proposal Disability Program Design Consultant The Maine Public Employees Retirement System (MainePERS) is seeking proposals to procure the services of a qualified consulting firm to review and make recommendations regarding the process by which MainePERS administers disability benefits. A mandatory bidders conference call for this RFP will be held on October 27, 2014, at 11:00 a.m. EDT at (207) 512-3190. During the conference call, questions may be asked regarding the RFP. MainePERS may provide answers to questions at that time or defer questions to a written response. All participants in the Bidders conference will receive a copy of the written response to questions. For more information or to receive a copy of the RFP, please visit http://www.mainepers. org/rfp.htm. Sealed proposals must be received by 2:00 p.m. on November 14, 2014 at MainePERS, P.O. Box 349, Augusta, ME 04332-0349. Proposals received after that date and time will not be accepted. MainePERS reserves the right to reject any and all proposals. Appeared in: Kennebec Journal on Friday, 10/03/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141004/BID/0605 Matching Key Words: writ*; copy;

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-0726-15 JACE Controller Due Date: 10-15-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141003/BID/0246 Matching Key Words: age:state!ky; state!ky;

 PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

 


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $33,266,360 firm-fixed-price contract to construct a 14,500 square foot secure facility containing administrative offices, an operations center, and data center in the proposed 2ndDepartment of the Army Infantry Division headquarters. Work will be performed at Camp Humphreys, South Korea, with an estimated completion date of Dec. 30, 2016. The Republic of Korea is funding the project. U.S. Army Corps of Engineers, Far East, is the contracting activity (W912UM-15-C-0002).

NAVY

600px-US-DeptOfNavy-Seal.svgOrbital Sciences Corp., Chandler, Arizona, is being awarded a $27,682,618 firm-fixed-price, fixed-price-incentive, cost-plus-fixed fee contract for the procurement of seven full rate production 8 GQM-163A Coyote Supersonic Sea Skimming Target base vehicles, including the associated hardware, kits and production support for the U.S. Navy (3) and the government of Japan (4). Work will be performed in Chandler, Arizona (71 percent); Camden, Arkansas (24 percent); Vergennes, Vermont (3 percent); and Hollister, California (2 percent); and is expected to be completed in June 2017. This contract combines purchases for the U.S. Navy ($13,702,617; 50 percent) and the government of Japan ($13,980,001; 50 percent) under the Foreign Military Sales program. Fiscal 2014 weapons procurement (Navy) and foreign military sales funds in the amount of $27,682,618 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0009).

Festo Didactic Inc., Farmingdale, New Jersey, is being awarded an $11,099,361 firm-fixed-price contract to procure training devices in support of 20 technical training laboratories for the government of Oman under the Foreign Military Sales program. The devices include mechanical, hydraulics, pneumatics, piping, pumps, heating, ventilating, and air conditioning (HVAC), radar, sonar, and various other training devices. In addition, this contract procures associated consumables, training, and warranty requirements in support of the training laboratories. Work will be performed in Quebec, Canada (60 percent); Farmingdale, New Jersey (35 percent); Cambridgeshire, England (3 percent); and Muscat, Oman (2 percent); and is expected to be completed in June 2020. Foreign military sales funds in the amount of $11,099,361 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-4. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting office (N61340-15-C-0001).

Atlas North America LLC, Virginia Beach, Virginia, is being awarded an $8,022,044 firm-fixed-priced, indefinite-delivery/indefinite-quantity requirements contract for depot level repair, maintenance, modifications, engineering services and spare parts for the AN/ASQ-232 Airborne Mine Neutralization System (AMNS) to support the Navy for the currently deployed Airborne Mine Countermeasures legacy systems. The AMNS provides neutralization of shallow and deep-water mines located by the AN/AQS-24A Mine Detecting Set, and/or other mine countermeasures assets. The system is used by Navy ships and helicopters. This contract includes options which, if exercised, would bring the cumulative value of this contract to $43,294,929. Work will be performed in Panama City Beach, Florida (60 percent); Bahrain (25 percent); Virginia Beach, Virginia (10 percent); South Korea (2.5 percent); and Japan (2.5 percent); and is expected to be completed by October 2015. No funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity (N61331-15-D-0002).

DEFENSE LOGISTICS AGENCY

U.S. Foods, Port Orange Division, Port Orange, Florida, has been awarded a maximum $312,584,084 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contractDefense_Logistics_Agency was a competitive acquisition and five offers were received. This is a two-year base contract with one one-year option and one two-year option periods. Location of performance is Florida with an Oct. 9, 2016, performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3104).

Tulsa Dental Products LLC, doing business as Dentsply Tulsa Dental Specialties, Tulsa, Oklahoma, has been awarded a maximum $15,237,110 fixed-price with economic-price-adjustment contract for dental and medical items and accessories. This contract was a competitive acquisition and 58 offers were received. This is a five-year base contract with no option periods. Location of performance is Oklahoma with an Oct. 9, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-15-D-0001).

Bell Helicopter, Hurst, Texas, has been awarded a maximum $7,637,586 firm-fixed-price contract for aircraft transmission masts. This contract was a sole-source acquisition. This is a 43-month base contract with no option periods. Location of performance is Texas with an Apr. 30, 2018, performance completion date. Using country is Taiwan. Type of appropriation is fiscal year 2015 foreign military sales funding. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (W58RGZ-12-G-0001-THG8).

KaVo Dental Technologies LLC, Charlotte, North Carolina, has been awarded a maximum $6,600,000 fixed-price with economic-price-adjustment contract for dental and medical items and accessories. This contract was a competitive acquisition and 61 offers were received. This is a five-year base contract with no option periods. Location of performance is North Carolina with an Oct. 9, 2019, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-15-D-0002).

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgJacobs Technology Inc., Tullahoma, Tennessee, has been awarded an estimated $80,000,000 indefinite-delivery/indefinite-quantity modification to exercise an option (P00017) to previously awarded contract FA9200-12-D-0085 for additional engineering, technical and acquisition support services being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by Oct. 18, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA9200-12-D-0085).

Telephonics Corp., Communications and Integrated Systems Division, Farmingdale, New York, has been awarded a $19,000,000 modification (P00001) to previously awarded contract FA8730-14-C-0014 for an improved Identification, Friend or Foe (IFF) system that is necessary to overcome the deficiencies of the current IFF Mk XII systems in regards to Interoperable Joint Combat Identification, situational awareness and command and control. NATO agency funds in the amount of $19,000,000 will be obligated at time of award. Work will be performed at Farmingdale, New York, and is expected to be complete by Nov. 24, 2017. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

CORRECTION: The Three-Dimensional Expeditionary Long-Range Radar (3DELRR) program contract (FA8730-15-C-0004) awarded to Raytheon Co. on Oct. 6, 2014 incorrectly stated the expected completion date. The actual expected completion date is Oct. 6, 2018.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $37,129,230 modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083). This modification provides for non-recurring efforts associated with the procurement of training spares for Israel and Japan and two full mission simulators in support of Japan’s F-35A Conventional Take-Off and Landing (CTOL) Air System for pilot training. Work will be performed in Orlando, Florida (70 percent), and Fort Worth, Texas (30 percent), and is expected to be completed in September 2017. Foreign military sales funds in the amount of $37,129,230 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the governments of Japan ($34,455,709; 92.8 percent) and Israel ($2,673,521; 7.2 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $30,927,881 modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083). This600px-US-DeptOfNavy-Seal.svg modification provides for non-recurring efforts associated with the procurement of two full mission simulators in support of Israel’s F-35A Conventional Take-Off and Landing Air System for pilot training. Work will be performed in Orlando, Florida (70 percent), and Fort Worth, Texas (30 percent), and is expected to be completed in September 2017. Foreign military sales funds in the amount of $30,927,881 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L-3 Communications Corp., Arlington, Texas, is being awarded a $12,086,117 firm-fixed-price delivery order (0004) against a previously issued basic ordering agreement (N61340-12-G-0001) for the procurement of two EA-18G Tactical Operational Flight Trainers, one brief/debrief Station, two F/A-18 retrofit kits, spares, and associated technical documentation for the government of Australia under the foreign military sales program. Work will be performed in Arlington, Texas, and is expected to be completed in November 2015. Foreign military sales funds in the amount of $12,086,117 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $10,919,046 cost-plus-fixed-fee modification to a previously awarded contract (N00024-11-C-2300) to exercise an option for post-delivery support for Littoral Combat Ship (LCS) 7. This option exercise is for p-delivery support of LCS 7 of the LCS program. Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support LCS 7’s sailaway and follow-on post-delivery test and trials period. Work will be performed in Marinette, Wisconsin (57 percent); Hampton, Virginia (14 percent); Moorestown, New Jersey (11 percent); San Diego, California (11 percent); and Washington, District of Columbia (7 percent), and is expected to be completed by October 2016. Ship construction (Navy) funds in the amount of $500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity.

Austal USA, Mobile, Alabama, is being awarded a $7,214,198 cost-plus-fixed-fee modification to a previously awarded contract (N00024-11-C-2301) to exercise an option for post-delivery support for Littoral Combat Ship (LCS) 8. This option exercise is for post-delivery support of LCS 8 of the Littoral Combat Ship (LCS) program. Austal will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support LCS 8’s sailaway and follow-on post-delivery test and trials period. Work will be performed in Mobile, Alabama (70 percent); Pittsfield, Massachusetts (20 percent); and San Diego, California (10 percent), and is expected to be completed by October 2016. Fiscal 2011 ship construction (Navy) funds in the amount of $500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $7,473,573 for delivery order 0057 against a previously issued Basic Ordering Agreement (N68335-10-G-0012) for peculiar support equipment and spares for initial outfitting emerging squadron stand-ups of the extended deployment of EA-18G and F/A-18 aircraft in support of the government of Australia under the Foreign Military Sales program. In addition, this order includes a support equipment integrated logistics support package. Work will be performed in St. Louis, Missouri, and is expected to be completed in October 2016. Foreign military sales funds in the amount of $7,473,573 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Lakehurst, New Jersey, is the contracting activity.

Detyens Shipyards, Inc.,* Charleston, South Carolina, is being awarded a $14,737,872 firm-fixed-price contract for a 170-day dry-docking and overhaul of USNS Zeus (T-ARC 7). This contract includes nine options, which, if exercised, would bring the total contract value to $17,199,024. Work will be performed in Charleston, South Carolina, and is expected to be completed by April 2015. Working capital contract funds in the amount of $14,737,872 are being obligated at the time of award, and will not expire at the end of the fiscal year. This contract was procured as a 100 percent small business set-aside via the Federal Business Opportunities website and three offers were received. Military Sealift Command, Washington, District of Columbia, is the contracting activity (N62387-15-C-7505).

Jay Cashman, Inc., Quincy, Massachusetts, is being awarded a $14,321,000 firm-fixed-price contract for USS Constitution, Berth 1 pier repairs at Charlestown Navy Yard. This project will provide a safe mooring for USS Constitution and the provision of safe visitor access to the ship. The work includes demolition, removal and disposal of existing site features, hazardous materials, waterfront structures, utility systems and the provision of steel sheet pile bulkhead, pile supported pier, fender systems, mooring hardware, mooring dolphins, grading, paving and cobblestone pavement, drainage systems, water systems, electric power and lighting systems, landscape features, and incidental related work. Work will be performed in Charlestown, Massachusetts, and is expected to be completed by March 2017. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $14,321,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-8703).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Champion Energy Services LLC, Houston, Texas, has been awarded a $7,800,000 task order (D408) for retail electrical services and electrical utilities. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $650,000 are being obligated at the time of award. The 82d Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity (FA3002-08-D-0026).

Raytheon Co., Integrated Defense Systems, Sudbury, Massachusetts, has been awarded a $19,502,764 fixed-price-incentive-firm contract for the initial engineering, manufacturing and development phase of the Three-Dimensional Expeditionary Long-Range Radar (3DELRR) program. The 3DELRR program will replace the aging TPS-75 radar system and will be the principal U.S. Air Force long-range, ground-based sensor for detecting, identifying, tracking, and reporting aerial targets for the Joint Force Air Component Commander through the Theater Air Control System. This base contract includes the purchase of three radar systems. The total contract, including all options, is currently estimated at $71,821,520 and includes the procurement of an additional three radar systems, for a total of six radar systems and product support. Work will be performed at Sudbury, Massachusetts, and Andover, Massachusetts, and the current contract award is expected to be completed by Oct. 31, 2018. This award is the result of a competitive acquisition, with three offers received. Fiscal year 2014 research, development, test and evaluation funds in the amount of $11,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Theater Battle Control Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0004).

Information Systems Worldwide Corp., Arlington, Virginia, has been awarded a $9,780,495 cost-plus-fixed-fee contract for software and hardware. Contractor will provide research techniques to extract features from open source information available via various platforms, as well as mobile devices and applications. They will also develop prototypes to correlate this data with existing mission data, and create discovery services to enable its information to be efficiently and effectively exploited in an intelligence context. Work will be performed at Arlington, Virginia, and is expected to be completed by April 5, 2017. This award is the result of a competitive acquisition, with 38 offers received. Fiscal 2014 research and development funds in the amount of $579,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0114).

L-3 Communications Integrated Systems, Waco, Texas, has been awarded an $8,490,385 modification (P00019) to previously awarded contract FA8625-13-C-6597 for C-27J Australia Continental United States (CONUS) Contractor Logistics Support (CLS). Contractor will incorporate program requirements for the Royal Australian Air Force (RAAF) C-27J FMS Australia CLS for CONUS training. Work will be performed at Waco, Texas, and is expected to be completed by Dec. 31, 2017. This contract involves foreign military sales. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, has been awarded an $8,124,147 cost-plus-fixed-fee contract for software. Contractor will develop comprehensive software architecture for extracting semantic artifacts from large software corpora and represent these artifacts in a multi-representational database capable of answering both complex graph queries, as well as matrix-based queries. Work will be performed at Cambridge, Massachusetts, and is expected to be complete by Oct. 6, 2018. This award is the result of a competitive acquisition with offers solicited electronically via an open Broad Agency Announcement, with 51 offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $582,871 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0242).

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $21,757,443 modification (P00189) to firm-fixed-price contractDepartment of the Army W58RGZ-12-C-0008 to exercise an option for two UH-60M helicopters for the Federal Bureau of Investigation, increasing the number of aircraft originally contracted for. Fiscal 2014 other procurement funds in the amount of $21,757,443 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Work will be performed in Stratford, Connecticut. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

NAVY

600px-US-DeptOfNavy-Seal.svgP&S Construction, Inc.,* North Chelmsford, Massachusetts, is being awarded $17,907,700 for firm-fixed-price task order 0020 under a previously awarded multiple award construction contract (N40192-10-D-2804) to construct hardened structures around existing and new petroleum, oil and lubricants structures. Work also includes expanding the hydrant loop system and providing additional system redundancy. There are four sites in this project: the Andy 1 Intake Manifold; Andy 2 Bulk Storage Pump House; Andy 2 Contingency, Hydrant Pump House; and the Andy 4 Hydrant Loop C and Hydrant Loop B Connection. Work will be performed in Yigo, Guam, and is expected to be completed by March 2016. Fiscal 2014 military construction (Air Force) contract funds in the amount of $17,907,700 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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 the Interior, National Park Service, NPS – All Offices, Nez Perce National Historical Park39063 U.S. Highway 95LapwaiID83540-6086US

R–Exhibit Design P14PS02734 111014 Philip Cuevas Provide all materials, equipment, labor,600px-US-DeptOfTheInterior-Seal.svg and expertise for the successful completion for exhibit planning and design for new exhibits including the planning and design of all exhibit structures, production ready graphic layouts, audiovisual elements and interactive elements for Nez Perce National Historical Park’s Visitor Center.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02734/listing.html

OutreachSystems Article Number: 141011/PROCURE/0261 Matching Key Words: audiovisual; produc*;

Department of the ArmyDepartment of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Scrap Ammunition QRP15-0010 101714 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Scrap Ammunition Containers. The duration of this is for 1 time.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0010/listing.html

OutreachSystems Article Number: 141011/PROCURE/0312 Matching Key Words: state!ky;

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

R — COMBINATION/TELEVISION PRODUCTION SERVICES BBG39-Q-15-PERSIAN-014 102414 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: COMBINATION/ TELEVISION PRODUCTION SERVICES
VOA PERSIAN DIVISION

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTESBroadcasting Board of Governors THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-014 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076 effective July 25, 2014.

(iv) This is solicitation is reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months and one (1) option period of (6) months. The price proposal shall be valid for six months from date of submission. Multiple awards 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 (Combination/Television Production Services) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in the Washington, DC Metropolitan and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with options to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be knowleable of the global news and current affairs. Must be familiar with latest computer software (Microsoft, Windows and Final Cut Pro Editing).

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and

(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52-232-19 Availability of Funds for the next fiscal year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 October 13, 2014. Responses to questions will be posted to FedbizOps by COB October 14, 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 October 24, 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: Broadcasting Board of Governors/Voice of America 330 Independence Ave., SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-014/listing.html

OutreachSystems Article Number: 141010/PROCURE/0054 Matching Key Words: naics!711510;

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

R — GRAPHICS ARTIST VOA PERSIAN – WASHINGTON, DC BBG39-Q-15-PERSIAN-015 102414 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: GRAPHIC ARTIST SERVICES
VOA PERSIAN DIVISION

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-015 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076 effective July 25, 2014.

(iv) This is solicitation is reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months and one (1) option period of (6) months. The price proposal shall be valid for six months from date of submission. Multiple awards 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 (Graphics Artist Services) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in the Washington, DC Metropolitan and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with options to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must have working knowledge of computer software such as After Effects, Photo Shop, Illustrator, 3D Software Maya and Cinema 4D. Must be familiar with Google Earth and Curious Maps. Must be able to edit in Final Cut Pro. Must have at (2) years of experience working with TV Broadcasting Graphics software. Must provide a demo reel or a link of previous work.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and

(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52-232-19 Availability of Funds for the next fiscal year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 October 13, 2014. Responses to questions will be posted to FedbizOps by COB October 14, 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,

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-015/listing.html

OutreachSystems Article Number: 141010/PROCURE/0055 Matching Key Words: naics!711510;

Department of Agriculture, Agricultural Research Service, Eastern Business Service Center,

R — Routine and Emergency Veterinary Services 721578-2014 102114 Rene D. Edwards, Contracting Officer, Phone 301 504-1744, Email rene.edwards@ars.usda.gov This is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulation (FAR) Subpart
12.6, as supplemented with additional information included in this notice.
This procurement is being conducted under simplified acquisition procedures
pursuant to the authority of FAR Subpart 13.106, and Part 12, Acquisition of 600px-US-DeptOfAgriculture-Seal2.svg
Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of
1994 (Public Law 103-355). This announcement constitutes the only
solicitation; therefore a written solicitation will not be issued.
The U.S. Department of Agriculture (USDA), Agricultural Research Services
(ARS), Beltsville Agricultural Research Services (BARC) intends to award a
firm-fixed price contract for the following; Routine and Emergency
Veterinary Services. This solicitation is issued on an unrestricted basis.

The mission of the Beltsville Agricultural Research Center is to provide the
American public with an exceptionally talented, highly interdisciplinary
Scientific community in the USDA’s largest scientific installation, and
leverage these resources to envision, create, and improve knowledge and
technologies that enhance the capacity of the nation – and the world – to
provide its people with healthy crops and animals; clean and renewable
natural resources; sustainable agricultural systems; and agricultural
commodities and products that are abundant, high-quality, and safe. The
Veterinary Services Unit provides veterinary medical, surgical and obstetrical
care of research animals at BARC by overseeing the planning and
administration of preventative, diagnostic and medical treatment of all dairy
cattle, beef cattle, swine, sheep, goats, poultry, and laboratory animals.  Please Note: The Contractor will be responsible for ensuring back-up veterinary coverage during the period of performance.

SUBMISSION INSTRUCTIONS:

All interested offerors after reading the attached Performance Work
Statement (PWS) – See Attachment 1 and believe they are able to provide
qualified personnel, relevant past performance experience and the technical
capability to perform the work as specified in the PWS are invited to submit
a quote utilizing your most competitive and reasonable rates.

Please include in your quotation, a brief summary of your company’s
experience and past performance within the past 3 years as it relates to the
scope of this requirement outlined in the PWS. Each company experience
(Government or commercial) should include the following; (a) name of
project, (b) brief description of project, (c) the contract or project number,
(d) the dollar value of the contract/project, (e) the relevance of the
contract/project to the requirements in the PWS. The Government intends
to award a firm-fixed price purchase order

The solicitation documents and incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-76 effective July 25, 2014. The applicable North American Industry Classification Code (NAICS) is 541940 with a size standard of $7.0 million.

PERIOD OF PERFORMANCE:
October 27, 2014 through April 27, 2015

CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited is reserved for the Contracting Officer.

INVOICE PREPARATION AND SUBMISSION : Contractors doing business with the USDA, ARS MUST enroll and submit invoices via the REE Invoice Processing Platform System (IPP) in order to receive payment.
To initiate IPP enrollment, please send an email to
IPPCustomerSupport@fms.treas.gov (see NOTE in the 4th bullet point) and include the required information about your company listed in the bullet points below. The email subject line must be “IPP Payment Notification Services”.
• Your company name*
• Primary company mailing address (street, city, state and zip)*
• Primary company phone number
• Designated IPP account administrator from your company: first name, last name, phone number, email address (NOTE: The request to register for an account must come from the designated IPP administrator’s email address or your request cannot be processed)
• Taxpayer Identification Number(s) (TINs) used for government agency payments
• Name of government agency doing business with your company**
• Contract number (list only one):
• Contact information at the government agency: name, phone, email to verify that you are a vendor**

*If you have more than one location or company name, use your primary corporate information and location data to enroll with the IPP. **This information is necessary to verify that your company is a vendor to a government agency.
After an account is established, you will receive two emails. The first one will provide your User ID, and 12 to 24 hours later a second email will give you an 8-character password. Use the ID and password to log onto IPP to change to a password of your own, agree to the rules for using IPP and to answer security questions. Please see the “News and Training” box on your IPP homepage for instructions and videos on how to set-up email notifications, how to invoice, how to add additional users and other relevant information.
Allow 5 to 10 business days for registration.
Registration is recommended with the System for Award Management, (SAM), for all government vendors. Please visit http://www.sam.gov for more information.
If you have any questions regarding the enrollment process, please call the IPP Customer Support Desk at (866) 973‐3131 and go to http://www.ipp.gov for general information. Based upon acceptance of required contract services, the contractor must include the following information on each invoice in order for the invoice to be considered proper invoice.
1. Name and address of contractor.

2. Invoice number and Invoice date.

3. Contract number.

4. Description of work and period of performance.

5. Name, title, phone number, and complete mailing address of official to whom payment is to be sent.

6. Name, title, phone number, and complete mailing address of person to notify in the event of a defective invoice.

7. Taxpayer Identification Number (TIN) and DUNS Number.

NOTE: Invoices that do not contain the proper information described above will be returned to the Contractor for correction. The revised invoice shall be dated the day of the re-submission for payment.

The following Federal Acquisition Regulations (FAR) and Agriculture Acquisition Regulation (AGAR) provisions are applicable to this procurement;

FAR 52.212-1, Instructions to Offerors- Commercial Items
(APR 2014)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation.
(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100
470 East L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
(i) ASSIST (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4″ followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

FAR 52.212-2, Evaluation - Commercial Items (JAN 1999)
The provision at 52.212-2 applies to this procurement and is provided in full text. (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 the following “lowest price technically acceptable” factors considered. (1) Past Performance – The Government reserves the right to conduct their own investigation other than the contractor’s provided list. (2) Ability to meet the requirements and qualifications in the Performance Work Statement (PWS)

FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2014) – See Attachment 2 for full text and instructions.

FAR 52.212-4, Contract Terms and Conditions - Commercial Items
(MAY 2014) – Incorporated by reference.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2014) – See Attachment 3 for full text.

ACCEPTANCE PERIOD: All quotations must stipulate that it is predicated upon all terms and conditions as stated in this combined synopsis/solicitation. Quotes must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.

**SUBMISSION OF QUOTATION:
USDA, ARS, EBSC, Acquisition Branch
Attn: Rene D. Edwards, Contracting Officer
5601 Sunnyside Ave. Mail Stop 5124
Beltsville, MD 20705-5124
OR
Via E-mail: rene.edwards@ars.usda.gov

Place of Performance: USDA, ARS, BARC 10300 Baltimore Ave., Bldg. 306 Room 115 Beltsville, MD 20705 US URL: https://www.fbo.gov/notices/09cdb8ceeb21f468d19d60b36f1d0e2f

OutreachSystems Article Number: 141009/PROCURE/0053 Matching Key Words: video*; produc*; train*; you; page?; business*; event?; instruct*; commercial?; documentar*;

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

Broadcasting Board of GovernorsR -- VIDEO SHOOTER/EDITOR/PRODUCER – VOA PERSIAN – PARIS, FRANCE BBG39-Q-15-PERSIAN-013 102314 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEO SHOOTER/EDITOR/PRODUCER
PARIS, FRANCE
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-15-PERSIAN-013 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076 effective July 25, 2014.

(iv) This is solicitation is no business size classification. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months and one (1) option period of (6) months. The price proposal shall be valid for six months from date of submission. Multiple awards 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 November 1, 2014 through May 1, 2015 with options to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to
Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.

1) Technical – Must be able to speak and write in Farsi and English. Must be 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; 52.232-18 Availability of Funds (APR 1984); 52-232-19 Availability of Funds for the next fiscal year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -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 October 10, 2014. Responses to questions will be posted to FedbizOps by COB October 14, 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 October 23, 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.

Place of Performance: Paris France and surrounding areas FR URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-013/listing.html

OutreachSystems Article Number: 141009/PROCURE/0056 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?; naics!711510;

Department of the Treasury, Bureau of the Public Debt (BPD), Bureau of the Fiscal Service, Avery 5F 200 Third Street Parkersburg WV 26106-5312

R — RFI Freelance Writing Services CFPBFREELANCEWRITING 101514 EDG/CG EDG/CG, Contract Specialist, Email PSB3@bpd.treas.gov The Bureau of the Fiscal Service on behalf of the Consumer Financial Protection Bureau (CFPB) is conducting Market Research in regards to Financial Education Writers and Editors.
This is a Request for Information (RFI) only and does not constitute a request for a proposal nor600px-US-DeptOfTheTreasury-Seal.svg commit the Government to make purchase of any supplies or services now or in the future. The information sought and provided will be used for planning purposes only (FAR 52.215-3). In addition, all documentation or information marked proprietary will be handled in accordance with applicable Government regulations. Please be advised that all submissions become property of the Government and will not be returned.

Support shall encompass the following:

2.0 OBJECTIVES

One of the CFPB’s primary objectives is to provide clear, engaging and accurate information to consumers about financial products and services. The information must inform consumers of their options and help them identify the appropriate course of action for their financial needs. Information will also be provided across the media spectrum – from print (brochures, fliers and articles), to broadcast (speeches, video and audio scripts), to online (blogs, Web tools, multimedia presentations). And it must maintain a consistent message, tone, quality and general appearance.

All CFPB materials must be drafted in easy-to-understand language in accordance with the Plain Writing Act of 2010 (Pub. L. 111-274).

Internally, the CFPB has developed content goals and processes for developing project concepts and content ideas, aligning those ideas with public policy objectives and research, and editing and approving content for publication. The CFPB will provide:

• Detailed assignments and outlines covering key points.
• CFPB subject matter experts as sources and collaborators.
• Guidance on project length, purpose, audience, and use.
• Clear deadlines for submissions and revisions.

3.0 CONTRACTOR QUALIFICATIONS

CFPB seeks writers and editors with at least five years of experience covering personal finance or consumer finance issues. They must have at least five years of professional writing and/or editing experience. They must have working knowledge and experience with The Associated Press (AP) style and be able to write for various media formats. The contractors must be competent, of high-caliber, and objective.

Some assignments may require writing about technical consumer finance information for audiences other than consumers, such as industry compliance professionals, the legal community, and external stakeholders in Congress, the media, and other state, local, and federal agencies. Other assignments may require taking highly technical consumer finance issues under laws and regulations under the CFPB’s jurisdiction and explaining how consumers are impacted by them and what changes in their approach to managing finances they might take as a result.

Finally, some assignments may require writing about how to successfully use CFPB’s products and services, in particular online tools, data sets, and resources developed for consumers, industry, and other specialized audiences.

4.0 SCOPE

Writers will be asked to develop a variety of materials including, but not limited to, online articles, blogs (and various social media), brochures, fliers, video scripts, and speeches on topics related to consumer finance and financial education.

CFPB expects to assign writing projects on various issues including savings, borrowing, financial decision making, and preparation for educational expenses and/or major purchases. Other assignments may include writing about compliance with laws and regulations under the CFPB’s jurisdiction, information about the CFPB’s operations, policies, and procedures, and CFPB’s research and data on financial markets.

The contractor will prepare written materials using plain language for a mass audience or specialized audiences as dictated in performance work statements of work included with calls under this BPA.

The length of the projects will vary and be defined in individual performance work statements.

Writing assignments may include, but are not limited to:

• Drafting the original work
Copy editing/proofreading
• Editing/reviewing (reconciling various stakeholder comments and making recommendations to the CFPB)
• Translating regulatory and legal language into plain text.
• Supplying source materials as needed
• Providing revisions and consolidating comments after review by CFPB
• Speech writing and report writing
• Meeting with CFPB experts in person, primarily in our Washington, DC headquarters, or by teleconference to better understand the subject matter assigned and plan writing assignments

All works must be original and adhere to the Plain Language Act. The CFPB will retain full ownership and copyright of the materials.

Editing assignments will include review of draft materials for clarity, accuracy, grammar, compliance with plain language standards and AP style.

Most writing assignments will be paid on a fixed-price per-word basis, and most editing assignments will be paid on a fixed-price hourly basis. In both cases, maximum lengths and allowable time will be determined by assignment.

Task Area 1 – Develop Consumer Facing Educational Content

This Task Area is to write consumer facing educational content as assigned and under the direction of the CFPB Division of Consumer Education and Engagement (CEE). Content items may be used online or in print and vary in length depending on topic complexity.

Objectives

The objectives of this Task Area are as follows:

• To develop financial education information and guidance for consumers in multiple media formats.
• To make complex financial issues and topics easy to understand, using common language and CFPB’s voice and style.
• To aim for a maximum eighth grade reading level for all consumer-facing materials (more technical assignments may necessitate higher reading levels).
• To guide consumers to other CFPB resources or resources from other government agencies as needed.

Tasks and Deliverables

The specific tasks and deliverables for this task area are to: Draft consumer education material as assigned by CEE. These assignments will include, but are not limited to, consumer education materials to address rule changes and legislative changes implemented by the Bureau; “Ask CFPB” questions and answers; brochures and other educational materials; blog posts, social media content or other online content as requested. Content items will vary in length based on their complexity and identified learning objectives. Assignments will come from CEE and include due dates and content objectives, and may include subject matter expert contact information, or other information resources to aid in the research and drafting of the assignment.

Task Area 2 - Copy Editing and Proofreading Services

This task area is to provide professional copy editing and proofreading. The Editor will look for and correct spelling, grammatical and punctuation errors. The Editor should also suggest changes to statements that are unclear, overly technical and/or flag material that may require additional explanation. Editing should focus on polishing and proofreading rather than making substantive changes or significant rewriting. Finally, the Editor should ensure the content complies with AP and CFPB format and style guidelines.

Objectives

The objectives of this Task Area are as follows:
• Proofread for typos, spelling errors, punctuation errors, grammar errors, and clarity.
• Ensure that all cross-references are accurate.
• Make suggestions for wording changes, etc., that would improve clarity and readability.
Copy edit for consistent language and tone.

Tasks and Deliverables

The specific tasks and deliverables for this task area are:
• Provide copy editing services as described above.
• Edited document should be delivered in Microsoft Word version 97-2003 or newer in track-changes format.

Task Area 3 – Editing to Update or Repurpose Content

This task area is to update materials the CFPB is legally required to keep current and to repurpose existing materials for other uses or media. The CFPB is mandated by legislation to produce and regularly update certain publications. The Bureau also will repurpose content from one media to another. Both of these types of editing require more significant changes than simply spotting and correcting errors. This task area will require the Editor to assess needed changes and provide substantive rewrites to address factual changes in the law or in the financial marketplace.

These rewrites must also be consistent with the CFPB voice and style and consistent with the rest of the documents being edited. This task area would include, but is not limited to, developing “Ask CFPB” answers from consumer summaries or CFPB rules, converting existing blogs or other online materials into brochures, updating consumer handbooks and other published materials as needed.

Objectives

The objectives of this task area are to keep consumer facing documents current and accurate, and to repurpose existing CFPB material for consumer information materials.

Tasks and Deliverables

The specific tasks and deliverables for this task area are text to be used in consumer handbooks, information brochures, online content, or other consumer information materials.

Task Area 4 – Attending Content Preparation Meetings

This task area is for vendor personnel to participate in content preparation meetings, as needed.
Participation in these meetings is to assist in the writing of specific projects.

Task Area 5 – Develop other written content

This Task Area is to write content for the public not necessarily intended for a consumer audience, such as information about laws and regulations under the CFPB’s jurisdiction, the CFPB’s operations, policies, and procedures, and data and research about financial markets. The primary channel in which this work will be used is the CFPB’s website, http://www.consumerfinance.gov, however assignments issued under this task area may be for other channels as well.

Objectives

The objectives of this Task Area are:

• Understand the intended audience of the information, the communications objectives, and the manner in which the information will be disseminated and consumed
• Supplement and expand upon the capabilities of CFPB subject matter experts, content strategists, writers, and editors by providing insights into generating content that meets the needs of the intended audience
• Provide micro, caption, narrative and other forms of copy for use in CFPB’s communication to the public that is consistent with CFPB style, is technically accurate, and is approved by the CFPB’s clearance process

Tasks and Deliverables

Possible tasks and deliverables under this task area are:

• Create and seek approval for project plans that clearly define timelines, responsibilities, and scope in order to meet writing assignments provided by the CFPB
• Meet with CFPB subject matter experts, executives, project leaders, content strategists, designers, writers, and editors to prepare for and consult on assignments, either in person or by telephone conference
• Draft copy in various forms that meets the needs specified in the assignment
• Collaborate with CFPB personnel to solicit and collect feedback on writing assignments and revise the copy as necessary to make it consistent with CFPB style, technically accurate, and ready for approval by the CFPB’s clearance process

If you are interested, please reply via email. You reply shall include documentation to support your capability in providing the above services and a short description, to include the agency, of three (3) previous or current projects in which you have or are providing these or similar services. This documentation is limited to five (5) pages. Additional pages included may not be reviewed.

In addition, responses shall include the following (this information will not be counted within the five (5) page limitation):

1. Company Name & Address
2. Point of Contact Name/Telephone/Email

3. Size/Status: (Check all that apply)

____Small Business
____Veteran-Owned Small Business
____Service-Disabled Veteran-Owned Small Business
____Small Disadvantaged Business
____Woman-Owned Small Business
____Large Business
____8(a) Certified
____HUBZone Small Business

4. Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code.

5. NAICS Code(s) and PSC Code(s).

6. Do you have a GSA or other contract vehicle that covers these services? If yes, please provide the contract number.

The Bureau of the Fiscal Service is required to conduct Market Research as part of acquisition planning. The information obtained from market research will help the Bureau of the Fiscal Service arrive at the most suitable approach to acquire these services. This is not an invitation for bid, request for quote/proposal or other solicitation and in no way obligates The Bureau of the Fiscal Service to award a contract. The sole intent is to obtain capabilities for procurement planning purposes.

Responses shall be provided via email to psb3@bpd.treas.gov to the attention of: EDG/CG by 1400 (2:00pm ET) 15 October 2014.

Thank you in advance for your input.

URL: https://www.fbo.gov/spg/TREAS/BPD/DP/CFPBFREELANCEWRITING/listing.html

OutreachSystems Article Number: 141009/PROCURE/1003 Matching Key Words: writ*; script?; copy; technical;

212px-US-DeptOfEnergy-Seal.svgDepartment of Energy, Federal Locations, All DOE Federal Contracting Offices, EMCBCU.S. Department of Energy EM Consolidated Business Center 250 E. 5th Street, Suite 500 Cincinnati, OH 45202

R — Paducah Infrastructure Support Services – Final RFP DE-SOL-0006383 112020 Aaron W. Deckard aaron.deckard@emcbc.doe.gov The U.S. Department of Energy (DOE) hereby releases the Final Request for Proposal (RFP) for infrastructure support services at the Paducah Gaseous Diffusion Plant (PGDP or Paducah Site). The infrastructure support services to be acquired will be performed at the Paducah Site which is located on a federal reservation in Western Kentucky, approximately 8 miles west of Paducah, Kentucky, and 3.5 miles south of the Ohio River.
The Final RFP is also posted on the procurement website at: https://www.emcbc.doe.gov/SEB/PaducahInfrastructure/
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0006383/listing.html

OutreachSystems Article Number: 141009/PROCURE/1102 Matching Key Words: state!ky;

FedBizOpps – Surplus

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Scrap Ammunition Containers QRP15-0009 101714 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitationDepartment of the Army for sale of Scrap Ammunition Containers. The duration of this is for 1 Time load.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0009/listing.html

OutreachSystems Article Number: 141011/SURPLUS/0561 Matching Key Words: state!ky;

Department of the ArmyDepartment of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Scrap Ammunition QRP15-0010 101714 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Loose Scrap Metal. The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0010/listing.html

OutreachSystems Article Number: 141011/SURPLUS/0562 Matching Key Words: state!ky;

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

R — Exhibit Design SOL P14PS02734 Description Provide all materials, equipment, labor, and expertise for the successful completion for exhibit planning and design for new exhibits including the planning and design of all exhibit structures, production ready graphic layouts, audiovisual elements and interactive elements for Nez Perce National Historical Park’s Visitor Center. Overview Reference number: P14PS02734 Issue date: 10/10/2014 Response due: 11/10/2014 02:00 PM PS Set Aside: Total Small Business NAICS: 541430-Graphic Design Services PSC / FSC: R499-SUPPORT- PROFESSIONAL: OTHER Agency: DOI Contracting office: Nez Perce National Historical Park 39063 U.S. Highway 95 Lapwai, ID 83540-6086 Place of Performance: Contact: Philip Cuevas Phone: Fax: Email: Philip_Cuevas@nps.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141012/SMALL/9114 Matching Key Words: audiovisual; produc*; serv*;

USABID State and Local Purchases

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 – PERSONNEL – DEFERRED COMP FIDUCIARY LIABILITY INSURANCE RFB : 1 SOL PERSONNEL – DEFERRED COMP FIDUCIARY LIABILITY INSURANCE RFB : 1500000258 Office Of The Controller Michael Gustafson Published On : 10/8/14 Amended On : Closing On : 10/23/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141010/BID/0242 Matching Key Words: age:state!ky; state!ky;

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

T – Student Pictures SOL 45-14 Student Pictures Due Date: 11/07/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141010/BID/0559 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

R – Event Management Software SOL UK-1419-15 Event Management Software Due Date: 11-7-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141010/BID/0562 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 – RFP for attorneys. Multiple contracts may be issued RFP : 15000 SOL RFP for attorneys. Multiple contracts may be issued RFP : 1500000084 CHFS – Office Of The Secretary Legal Services Published On : 10/7/14 Amended On : Closing On : For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141009/BID/0002 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

R – Banking ServicesAppendix AAppendix BAppendix CAppendix D (revise SOL UK-1404-15 Banking ServicesAppendix AAppendix BAppendix CAppendix D (revised)Appendix EAppendix FAppendix G Addendum #1 Addendum #2 Addendum #3 Addendum #4 Addendum #5 Questions & Answers Q&A Attachment 1Q&A Attachment 2 Q&A Attachment 3 Q&A Attachment 4 Q&A Attachment 5 Q&A Attachment 6 Due Date: New Date10-28-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141009/BID/0241 Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES


PITISE UNIV
beenetworknews.com           30 seconds

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Power Ten Inc., Kirkland, Washington (M00264-15-D-0001); Innovative Decisions Inc., Vienna, Virginia (M00264-15-D-0002); ManTech Systems Engineering, Fairfax, Virginia (M00264-15-D-0003); Booz Allen Hamilton Inc., McLean, Virginia (M00264-15-D-0004); Logicon FDC-Northrop Grumman, Reston, Virginia (M00264-15-D-0005); and Group W. Inc., Fairfax, Virginia (M00264-15-D-0006), are each being awarded a multiple award, indefinite-delivery/indefinite-quantity contract for the U.S. Marine Corps Combat and Development Command, Operational and Analysis Division, in support of research and innovative technical analysis professional services. The cumulative ceiling amount value for all six contracts combined600px-US-DeptOfNavy-Seal.svg is $70,177,521. Each contractor will have the opportunity to bid on each individual task order. Work will be performed at the contractor facilities in Kirkland, Washington; Vienna, Virginia; Fairfax, Virginia; McLean, Virginia; and Reston, Virginia. Work is expected to be completed Oct. 21, 2015. If options are exercised, work will continue through Oct. 21, 2017. No contract funds will be obligated at the time of award. Contract funds will be obligated as task orders are issued. Task orders will utilize either operational and maintenance or research development, test and evaluation funding depending on the scope of the effort. The contracts were competitively procured through solicitations via the Federal Business Opportunities Government Point of Entry website, with 19 offers received. The Regional Contracting Office-National Capital Region, Quantico, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., Information Systems Sector, Communications Division, San Diego, California, is being awarded a $36,992,663 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for Service Software Support Activity (SSA) engineering services for test systems software management, development, and software support; SSA engineering services for the Common Data Link Management System, Next Generation Command and Control Processor and related programs; and software engineering, development, test, and integration support for Common Link Integration Processing software development. This is one of two contracts awarded. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $40,290,269. Work will be performed at the contractor’s facilities in San Diego, California (50 percent), and at government facilities in San Diego, California (50 percent). Work is expected to be completed Oct. 20, 2015. If options are exercised, work will continue through Oct, 20, 2017. No fiscal 2015 funding is currently associated with this award. Funding will be obligated via task orders. The types of funding to be obligated include: aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales; and Navy working capital fund. This contract was competitively procured through full and open solicitation via publication on the Federal Business Opportunities web site and the SPAWAR e-Commerce Central web site. Two proposals were received and both were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0038).

Computer Sciences Corp., San Diego, California, is being awarded a $28,191,335 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for Service Software Support Activity (SSA) engineering services for test systems software management, development, and software support; SSA engineering services for the Common Data Link Management System, Next Generation Command and Control Processor and related programs; and software engineering, development, test, and integration support for Common Link Integration Processing software development. This is one of two contracts awarded. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which if exercised, would bring the potential value of this contract to $31,129,232. Work will be performed at the contractor’s facilities in San Diego, California (50 percent), and at government facilities in San Diego, California (50 percent). Work is expected to be completed Oct. 20, 2015. If options are exercised, work will continue through Oct, 20, 2017. No fiscal 2015 funding is currently associated with this award. Funding will be obligated via task orders. The types of funding to be obligated include: aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales; and Navy working capital fund. This contract was competitively procured through full and open solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central web site. Two proposals were received and both were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0039).

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded an $18,863,859 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2100) for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy’s moored training ships. The contractor will furnish, fabricate, or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and associated portions of the propulsion plants for nuclear powered submarines.
Work will be performed in Groton, Connecticut (95 percent), and Charleston, South Carolina (5 percent), and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $10,024,032 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Tapestry Solutions, a Boeing Co., San Diego, California, is being awarded a $14,074,384 cost-plus-fixed-fee, cost-plus-firm-fixed-price contract for the procurement of Navy Tactical Mobile (TacMobile) Systems engineering, test and integration. The TacMobile program is an Acquisition Category III program of record that implements an evolutionary acquisition approach to meeting operational requirements through sequential integration of mature commercial-off-the-shelf and government-off-the-shelf capabilities into a functional whole. This contract contains options, which if exercised, will bring the contract value to $70,933,134. Work will be performed in Charleston South Carolina (66 percent); Patuxent River, Maryland (32.5 percent); and Jacksonville, Florida (1.5 percent). Work is expected to be completed by Oct. 20, 2019. No funds will be obligated at the time of award. Funds will be obligated via incremental funding modifications issued to the contractor. This contract was competitively procured as a full and open solicitation via the Federal Business Opportunities website via the SPAWAR e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-C-0001).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $7,878,466 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2101) for planning and design yard functions for standard Navy valves in support of nuclear-powered submarines. The contract provides for engineering and design services, including material support. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $7,878,466 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Department of the ArmyARMY

Nova Group Inc., Napa, California, was awarded a $32,060,100 firm-fixed-price contract with options for designing and building Defense Logistics Agency distribution facilities at Tinker Air Force Base, Oklahoma, with an estimated completion date of Oct. 18, 2017. Bids were solicited via the Internet with two received. Fiscal 2014 military construction funds in the amount of $32,060,100 are being obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-15-C-0001).

New South Construction Company Inc. Atlanta, Georgia, was awarded a $10,217,696 modification (P00003) to contract W912HN-14-C-0002 to design and construct a roof fire alarm and fire suppression system for Dock 1, and to design and construct a fire alarm and fire suppression system for the high-bay roof of Building 125, and re-roof all existing out-buildings. Fiscal 2015 other procurement funds in the amount of $10,217,696 were obligated at the time of the award. Estimated completion date is Oct. 21, 2015. Work will be performed at Warner Robbins Air Force Base, Georgia. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity.

NAVY

DynCorp International LLC, Fort Worth, Texas, is being awarded an $83,373,932 firm-fixed-price, indefinite-delivery, requirements contract to provide organizational, intermediate, depot-level maintenance and logistics services for 53 T-34, 54 T-44, and 288 T-6 aircraft in support of the Chief of Naval Air Training. Support to be provided includes labor, services, facilities, equipment, tools, related support equipment, direct and indirect material. Work will be performed in Corpus Christi, Texas (50 percent); Whiting Field, Florida (39 percent); Pensacola, Florida (8 percent), and additional locations within the continental United States (3 percent); work600px-US-DeptOfNavy-Seal.svg is expected to be completed in September 2015. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via an electronic request for proposals; five proposals were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0003).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $7,730,824 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to provide updates to the non-recurring effort required to develop a Common F-35A Air System, including the Air Vehicle and the Autonomic Logistics Global Sustainment system, for the government of Israel under the Foreign Military Sales program. Work will be performed in Orlando, Florida (70 percent), and Fort Worth, Texas (30 percent), and is expected to be completed in December 2017. Foreign military sales funds in the amount of $2,576,941 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Department of the ArmyARMY

Jacobs Technology Inc., Fort Walton Beach, Florida, was awarded a $45,000,000 modification (P0002) to cost-plus-fixed-fee contract W52P1J-13-D-0041 to provide support functions to the Army Sustainment Command Logistics Civil Augmentation Program (LOGCAP), and the Army Contracting Command-Rock Island LOGCAP and reachback divisions. Funding and work location will be determined with each order. Estimated completion date is Oct. 20, 2015. Army Contracting Command – Rock Island Arsenal, Rock Island, Illinois is the contracting activity.

AIR FORCE

Defense Research Associates, Inc., Dayton, Ohio, has been awarded a $23,500,000 cost-plus-fixed-fee, indefinite-delivery/ indefinite-quantity for the Collision Warning Using Existing Sensors (CUES) program. Contractor will commercialize the technology matured under previous efforts by incorporating collision warning capability into fielded aircraft sensor suites without sustaining aircraft modifications. Based on the progress of previous efforts, this effort will continue to implement and integrate the methodologies, technologies, and tools to assist the Air Force and356px-Seal_of_the_US_Air_Force.svg other Department of Defense entities in design, development, acquisition, and sustainment of trustworthy systems. Initial work will continue the technology maturation of the Electro-Optical Small Sense and Avoid System, as part of a multi-spectral sensor suite, in order to address various performance and operational needs. Work will be performed at Dayton, Ohio, and is expected to be completed by Oct. 24, 2020. This award is the result of a competitive Small Business Innovation Research acquisition with one offer received. Fiscal 2014 research, development, test and evaluation funds in the amount of $1,000,000 are being obligated for task order 0001 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1797).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

U.S. Foods Inc., La Mirada, California, has been awarded a maximum $164,878,296 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition, and five offers were received. This is a twenty-two month base contract with one one-year option and one two-year option periods. Location of performance is California with an Oct. 2, 2016 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3107). (Awarded Oct. 10, 2014)

Science Application International Corporation, Fairfield, New Jersey, has been awarded a maximum $58,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor contract for maintenance, repair, and operations. This contract was a sole-source acquisition. This is a five-month bridge contract with no option periods. Location of performance is New Jersey, with a March 3, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-15-D-0004).

Sysco Kansas City, Inc., Olathe, Kansas, has been awarded a maximum $51,384,209 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor subsistence full line food service support. This contract was a competitive acquisition, and three offers were received. This is a twenty-two-month base contract, with one one-year option and one two-year option periods. Location of performance is Kansas, with an Oct. 17, 2016, performance completion date. Using military services are Army, Air Force, and Marine Corps. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3109).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $16,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor contract for maintenance, repair, and operations. This contract was a sole-source acquisition. This is a five-month bridge contract with no option periods. Location of performance is Illinois, with a March 3, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-15-D-0005).

Smart Health, Inc.,* Phoenix, Arizona, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for distribution of various general dental supplies. This contract was a competitive acquisition, and eight offers were received. This is a one-year base contract with four one-year option periods. Location of performance is Arizona, with an Oct. 19, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0002).

ARMY

Helpful Hands, Inc., San Antonio, Texas, was awarded a $59,526,260 firm-fixed-price contract for housekeeping services for Madigan Army Medical Center (MAMC), Joint Base Lewis-McChord, and the multiple medical treatment facilities within the MAMC health service area, with an estimated completion date of Sept. 30, 2019. One bid was solicited, with one received. Funding andDepartment of the Army performance location will be determined with each order. Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K04-15-D-0002).

Turner Construction Co., Washington, District of Columbia, was awarded a $23,058,000 firm-fixed-price contract to design and build a computational research facility at the NASA Langley Research Center. Work will be performed in Hampton, Virginia, with an estimated completion date of Oct. 14, 2016. Bids were solicited via the Internet, with 15 received. Fiscal 2014 other procurement funds in the amount of $23,058,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk District, Norfolk, Virginia, is the contracting activity (W91236-15-C-0016).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Mindray DS USA, Inc., Mahwah, New Jersey, has been awarded a maximum $59,334,862 modification (P00101) exercising the fifth option period on a one-year base contract (SPM2D1-09-D-8352), with nine one-year options, for patient monitoring systems, subsystems, accessories, consumables and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is New Jersey, with an Oct. 18, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Reinhart Foodservice, LLC, Valdosta, Georgia, has been awarded a maximum $7,684,500 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a sole-source acquisition. This is a two-month bridge contract, with no option periods. Location of performance is Georgia, with a Dec. 13, 2014, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3101).

NAVY

ManTech Systems Engineering Corp., Fairfax, Virginia, is being awarded a $12,113,575 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-11-D-0027) to exercise an option for engineering, and technical support for reliability, maintainability, testability, quality assurance and diagnostic and system safety analysis. These services are to be performed during the design, development, production and in-service life cycles of all naval aircraft platforms and their systems. Work will be performed in600px-US-DeptOfNavy-Seal.svg Patuxent River, Maryland (85 percent); China Lake, California (5 percent); Lakehurst, New Jersey (5 percent); and West Palm Beach, Florida (5 percent), and is expected to be completed in December 2015. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Menlo Worldwide Government Services, LLC, San Francisco, California, has been awarded a maximum $8,331,393 modification (06) exercising a six-month option period on task order (0007) of a seven-year contract (HTC711-07-D-0032) for the Defense Transportation Coordination Initiative for freight transportation arrangement services. This is an indefinite- delivery, requirements contract. Location of performance is throughout the continental United States. This modification increases the total value of the contract from $1,832,314,311 to $1,840,645,704. Fiscal 2015 defense working capital funds in the amount of $4,794,671 will be obligated at time of award, with the remainder obligated incrementally upon receipt. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


beenetworknews.com           30 seconds
PITISE UNIV
Viewing all 150 articles
Browse latest View live